Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Packet City Council - 04/29/2025
Cityof Corpus Christi 1201 Leopard Street Corpus Christi,TX 78401 cctexas.com Meeting Agenda Final-revised City Council Tuesday,April 29,2025 11:30 AM Council Chambers Addendums may be added on Friday. Public Notice: Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact the City Secretary's office (at 361-826-3105) at least 48 hours in advance so that appropriate arrangements can be made. Si Usted desea dirigirse al Concilio y cree que su ingles es limitado, habra un interprete ingles-espanol en todas las juntas del Concilio para ayudarle. This meeting may be held via videoconference call pursuant to Texas Government Code § 551.127. If this meeting is held via videoconference call or other remote method of meeting, then a member of this governmental body presiding over this meeting will be physically present at the location of this meeting unless this meeting is held pursuant to Texas Government Code § 551.125 due to an emergency or other public necessity pursuant to Texas Government Code § 551.045. A. Mayor Paulette Guajardo to call the meeting to order. B. Invocation to be given by Pastor Rob Bailey with Southside Community Church. C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Elizabeth Franco, 12th grader from Harold T. Branch Academy. D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. E. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS: (ITEMS 1 -2) 1. 25-0588 Introduction of Brook Kaufman, CEO, Visit Corpus Christi 2. 25-0526 Recognition of Appointment - Fire Chief Brandon Wade, Texas Commission on Fire Protection City of Corpus Christi Page 1 Printed on 412812025 City Council Meeting Agenda-Final-revised April 29,2025 F. PUBLIC COMMENT-APPROXIMATELY 12:00 P.M. To speak during this public comment period on a city-related matter or agenda item, 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 Communications Department at least 24 hours prior to the Meeting. Please contact Communications at 826-3211 to coordinate. This is a public hearing for all items on this agenda. G. BOARD &COMMITTEE APPOINTMENTS: (NONE) H. EXPLANATION OF COUNCIL ACTION: For administrative convenience, certain of the agenda items are listed as motions, resolutions, or ordinances. If deemed appropriate, the City Council will use a different method of adoption from the one listed;may finally pass an ordinance by adopting it as an emergency measure rather than a two reading ordinance;or may modify the action specified. I. BRIEFINGS: (ITEM 3) Briefing information will be provided to the City Council during the Council meeting. Briefings are for Council information only. No action will be taken and no public comment will be solicited. The City Manager or City Council Liaison for any city board, commission, committee or corporation(including Type A or B Corporation) may report on the action(s) or discussion(s) of any such body's public meeting that occurred within one month prior to this City Council meeting. 3. 25-0581 General Fund Budget Financial Forecast for the fiscal year 2026 that begins on October 1, 2025 sponsors: Office of Management and Budget J. CONSENT AGENDA: (ITEMS 4 - 25) 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. 4. 25-0589 Approval of the April 15, 2025 Regular Meeting Minutes sponsors: City Secretary's Office City of Corpus Christi Page 2 Printed on 412812025 City Council Meeting Agenda-Final-revised April 29,2025 Consent-Second Reading Ordinances 5. 25-0395 Ordinance accepting $53,897.31 from the State of Texas - Law Enforcement Officer Standards and Education for training courses and training-related travel for approximately 50 full-time sworn police officers for the Corpus Christi Police Department; and appropriating $53,897.31 in the FY 2025 Police Grants Fund. sponsors: Police Department 6. 25-0416 Ordinance accepting $2,954.46 from the State of Texas - Criminal Justice Division for reimbursement for the costs of the Advanced Law Enforcement Rapid Response Training for four sworn officers from the Corpus Christi Police Department's Training Division; and appropriating $2,954.46 in the FY 2025 Police Grants Fund. sponsors: Police Department 7. 25-0456 Ordinance authorizing the acceptance of$1,881.57 from the State of Texas - Law Enforcement Officer Standards and Education for firearms training and ammunition for five arson investigators for the Corpus Christi Fire Department; and appropriating funds in the amount of$1,881.57 to the FY 2025 Fire Grants Fund. sponsors: Fire Department 8. 25-0500 Ordinance authorizing acceptance of a grant from the Texas Department of Transportation for the FY24 Routine Airport Maintenance Program (RAMP) Grant in the amount of$100,000.00 to fund airport maintenance at the Corpus Christi International Airport (CCIA); appropriating funds in the amount of$100,000.00 to the Airport Grants Fund. sponsors: Aviation Department 9. 25-0421 Zoning Case No. ZN8561, ADR Investments, LLC. (District 4). Ordinance rezoning a property at or near 820 Naval Air Station (NAS) Drive from the "CG-1" General Commercial District to the "CG-1/SP" General Commercial 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 10. 25-0422 Zoning Case No. ZN8584, Daovone Xayasene (District 1). Ordinance rezoning properties at or near 2828 Ruth, 2830 Ruth, and 2816 Ruth Street from the "RS-6" Single-Family 6 District and the "CG-2" General Commercial District to the "RM-Y Multifamily District; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). sponsors: Development Services 11. 25-0341 Ordinance approving the addition of 20 full-time positions and equipment City of Corpus Christi Page 3 Printed on 412812025 City Council Meeting Agenda-Final-revised April 29,2025 to the Engineering Services Department budget; amending the FY 2025 Operating Budget as required for the last five months of the year with funding coming from the FY 2025 Capital Improvement Budget as required. The FY 2025 impact is $1,705,243.00 including vehicle purchases with an FY 2026 recurring amount of$1,969,676.00. Sponsors: Engineering Services and Finance & Procurement 12. 25-0178 Ordinance approving and authorizing an Advance Funding Agreement between the City of Corpus Christi and the Texas Department of Transportation for the Holly Road Train Trestle to Tourism Trail Project in an amount of$11,797,839 from the Texas Department of Transportation, Transportation Alternatives Set-Aside (TASA) Program under the 2023 Call for Projects, with the design and construction managed by the City and appropriating $1,300,000 of interest income from the American Rescue Plan Act (ARPA) Fund and amending the FY 2025 Capital Budget and FY 2025 Operating Budget. Sponsors: Finance &Procurement and Engineering Services Consent- Contracts and Procurement 13. 25-0160 Motion authorizing execution of a two-year supply agreement with Omicron Controls, Inc., of The Woodlands, Texas, in an amount not to exceed $98,633.72, for the purchase of large flow meters utilized by the Corpus Christi Water Department, with FY 2025 funding of$49,316.86 from the Water Fund. Sponsors: Corpus Christi Water and Finance &Procurement 14. 25-0449 Motion authorizing execution of a one-year service agreement, with four one-year options to renew, with American Generator Services, LLC, of Sandia, Texas, for generator preventative maintenance and repairs for Corpus Christi Water, for an amount of$146,500.00, with a potential amount of$732,500.00 if options are exercised, with FY 2025 funding of $83,584.00 from the Water Fund. Sponsors: Corpus Christi Water and Finance &Procurement 15. 25-0405 Motion authorizing execution of a service agreement, through the BuyBoard Cooperative, with Firetrol Protection Systems, Inc., of Irvine, California, with an office in Corpus Christi, to replace the access control system at the Corpus Christi International Airport in an amount not to exceed $189,236.60, with FY 2025 funding from the Airport Fund. Sponsors: Aviation Department, Information Technology Services and Finance & Procurement 16. 25-0346 Motion authorizing a one-time purchase of gas meters from Wilnat, Inc., dba Koons Gas Measurement, of Tulsa, Oklahoma, in an amount not to exceed $408,750.00 for Gas Operations, with FY 2025 funding from Gas CIP Funds. City of Corpus Christi Page 4 Printed on 412812025 City Council Meeting Agenda-Final-revised April 29,2025 Sponsors: Gas Department and Finance &Procurement Consent- Capital Projects 17. 25-0314 Motion awarding a construction contract to RUTS Construction, LLC of Haslet, Texas in an amount up to $2,500,000.00 with two renewal options to be administratively authorized for a total amount up to $7,500,000.00 for the Citywide Large-Size Water Line Cathodic Protection System Indefinite Delivery Indefinite Quantity (IDIQ) Project, located Citywide, with FY 2025 funding available from the Water Capital Fund. Sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 18. 25-0501 Motion awarding a construction contract to Camacho Demolition, LLC, Corpus Christi, Texas, for the Flour Bluff Elevated Storage Tank Demolition project to decommission and demolish the Flour Bluff Elevated Storage Tank in an amount not to exceed $216,495.00, located in Council District 4, with FY 2025 funding available from the Water Capital Fund. Sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 19. 25-0424 Motion awarding a construction contract to Barcom Construction, Inc., of Corpus Christi for construction of a new Wastewater Maintenance Building in an amount up to $8,476,293.00, located at the City's Greenwood Wastewater Treatment Plant in District 3, for the project approved by City Council in FY 2022, FY 2023, FY 2024 and FY 2025 with FY 2025 funding available from the Wastewater Capital Fund. Sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 20. 25-0467 Resolution awarding a construction contract to Bay Ltd., of Corpus Christi for the reconstruction of Bonner Drive from Everhart Road to Flynn Parkway with new asphalt pavement, sidewalks, curbs and gutters, ADA-compliant curb ramps, signage, pavement markings, upgraded street illumination, and utility improvements in an amount up to $3,618,872.60, located in Council District 3 with FY 2025 funding available from the Street Bond 2022, Storm Water, Water, Wastewater, and Gas Funds. Sponsors: Public Works/Street Department, Engineering Services and Finance & Procurement General Consent Items 21. 25-0394 Resolution authorizing the renewal of property insurance, including All Other Perils, Flood, Named Storm, Wind/Hail, Earth Movement, and Equipment Breakdown insurance, through Acrisure, Broker of Record, for the upcoming policy year (May 4, 2025-May 4, 2026), for an annual premium of$3,178,178.61. Sponsors: Legal Department 22. 25-0568 Motion to approve the 2025 Annual Audit Plan City of Corpus Christi Page 5 Printed on 412812025 City Council Meeting Agenda-Final-revised April 29,2025 Sponsors: City Auditor Consent-First Reading Ordinances 23. 25-0484 Ordinance accepting a grant totaling $247,669.00 from the State of Texas Governor's Homeland Security Grants Division for Operation Stonegarden (drug and human trafficking) for overtime, fringe benefits, one replacement Chevy Tahoe police vehicle, and fuel/maintenance; and appropriating $247,669.00 in the Police Grants Fund. Sponsors: Police Department 24. 25-0488 Ordinance authorizing the acceptance of a grant totaling $30,734.00 from the Firehouse Subs Public Safety Foundation for funding to purchase two replacement Paratech lifting bags, two replacement Paratech lifting cushions, and one additional Multiforce bag used for rescue operations for the Corpus Christi Fire Department; and appropriating $30,734.00 in the FY 2025 Fire Grants Fund. Sponsors: Fire Department 25. 25-0460 Ordinance authorizing the acceptance and appropriation of $15,092,700.00 from the Texas General Land Office, Community Development Block Grant - Mitigation Program, under the FY2024 Regional Mitigation Grant to improve operational resiliency at the Greenwood and Oso Wastewater Treatment Plants; and amending the Water Grant Fund and FY2025 Capital Budget. Sponsors: Corpus Christi Water and Engineering Services K. RECESS FOR LUNCH The City Council will take a lunch break at approximately 1:30 p.m. L. PUBLIC HEARINGS: (NONE) The following items are public hearings and public hearings with first reading ordinances. Each item will be considered individually. M. INDIVIDUAL CONSIDERATION ITEMS: (ITEMS 26- 28) The following items are motions, resolutions or ordinances that may be considered and voted on individually. 26. 25-0567 Motion to reject a potential Mediation Settlement with outside city limits ("OCL") water customers regarding Council-approved OCL water rates effective January 1, 2024, in Public Utility Commission Docket No. 56427. Sponsors: Legal Department 27. 25-0351 Resolution awarding a construction contract to RAVA Construction, LLC, of Houston, TX for the Greenwood Wastewater Treatment Plant Dissolved Air Flotation (DAFT) Unit Rehabilitation and Odor Control project in an amount up to $102,000,000.00, located in Council District 3, with FY 2025 funding City of Corpus Christi Page 6 Printed on 412812025 City Council Meeting Agenda-Final-revised April 29,2025 from the Wastewater Capital Fund. Sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 28. 25-0527 Motion authorizing IDIQ construction contracts with JE Construction Services, Anderson Columbia Co, Inc., and Tex-Mix Paving, all firms located in Corpus Christi, Texas, in an amount up to $18,000,000 each, for a combined aggregate total not-to-exceed amount of$35,187,388.41, to deliver the voter approved Bond 2024 Residential Streets project with a budget of$35,000,000 out of which $33,000,000 to be encumbered for street construction, minor stormwater and ADA improvements, $1,000,000 to be encumbered for design and inspection of the ADA improvements and $1,000,000 budgeted for Engineering and Administration reimbursements, as planned in the Rapid Pavement Program FY 2026, located city-wide with funding available through Street Bond 2024, Wastewater, Water and Gas Funds. Sponsors: Public Works/Street Department, Engineering Services and Finance & Procurement N. EXECUTIVE SESSION: (ITEMS 29 -32) PUBLIC NOTICE is given that the City Council may elect to go into executive session at any time during the meeting in order to discuss any matters listed on the agenda, when authorized by the provisions of the Open Meeting Act, Chapter 551 of the Texas Government Code, and that the City Council specifically expects to go into executive session on the following matters. If the Council elects to go into executive session regarding an agenda item, the section or sections of the Open Meetings Act authorizing the executive session will be publicly announced by the presiding officer. The City Council may deliberate and take action in open session on any issue that may be discussed in executive session. The description of an item in "Executive Sessions" constitutes the written interpretation by the City Attorney of Chapter 551 of the Texas Government Code and his determination that said item may be legally discussed in Closed Meeting in compliance with Chapter 551 the Texas Government Code. 29. 25-0583 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to the potential long-term agreement with 1 PointFive USA, LLC (aka 1 P5, a subsidiary of Occidental Petroleum Corporation) to purchase reclaimed water from the City's Greenwood Wastewater Treatment Plant and potential easements or other property rights to be purchased by 1 P5 from the City in areas adjacent to or near the Greenwood Plant and Texas Government Code § 551.072 to discuss and deliberate the potential purchase or value of the aforementioned property rights because deliberation in an open meeting would have a detrimental effect on the position of the governmental body in negotiations with a third person 30. 25-0599 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to proposed or potential state and federal legislation, rulemaking, appropriations, loans, and other City of Corpus Christi Page 7 Printed on 412812025 City Council Meeting Agenda-Final-revised April 29,2025 funding related to the development of water supplies, economic development, appointments to governmental entities, and development of infrastructure for the Coastal Bend region 31. 25-0597 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to employment complaints and/or grievances associated with the City Auditor 32. 25-0596 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to Sylvia Campos v. City of Corpus Christi and KR/STV and other actual and potential lawsuits O. ADJOURNMENT City of Corpus Christi Page 8 Printed on 412812025 Governor Abbot i Nerves Chair,Appoints Five To Texas Goway6sslon On Fire Prot don Rpa+r 3tii-?i Ih.�w*o lf.atllicr,�,rk -. G xG abkn uvow4ed turrdmVaa+rw la Ov Pre Rv. I*fi`•¢+fi E- Tct mwa I- '.Jldri kwLm*y 66w Ge wr apport"kohn Chr,Mmandres dcd.rau•f1oww'PMA Hwrwp:n a w i3r&%&-SWade Wlerwa-M[a CkW-:Onf i'kp 2.2031 TN rirNwTuz arced WkKW fa►m R rich*al Ire -Crirmtvaa Trrw —4nj-.,rrr'. yla°a,�*30 Rrw wxvLw L--u*L m1 arw "wmtd"ana ai i+31&X a ea Errs may Jaerrtl&RUMaM a?€tow Parka ShC Nc i tit l for Ihc-1ap a?C-mW Pal.fddllllnoapy.N Gal i*WKi wdlm L4f ai'42&L xle[nK" tantata■mknSqwxi+liki;aroand:run.�r,r.'-ra-rk"YC llph�%& 01RMING1xo •PA(k1* 29yt&,L rt,+iou* ai FMCTfte.i &u ieare rebd*&L aed tirytacr&bfKr + £+w0 9r lie r5 s'Im S�I�'{� {•r-�rcirlt�S•Qry+C�W.P�'4R+5@ ftv w1rlcrw.wVct H um alfk,,Sy wo a certlil 1?tie, rniwe.lka iL tr4o Cap""Fib prat edcmo &%,,� Wttw°W Q lrt,R"thk-T CkrGhrtiS&sooaWo i.PM•tWOrnk'rr+t`erWn+&.eskA Wkw�L fkb AdNiea mk r.Pra*r'arn.YMLw.0 ewbb6w An ALsaac+�iw P�e�t.lrwr F*micci�rr r�trrRY�a:qua �'�r*r4L"�1' Q+tl'�"Qr +t+�s�Sek*ast� araa Mkifn c�PLEAFL aeF^-r i Y.ui himn Tda_wi5alo Ummiflyarda TcL"FmkfWmoft Owt&A 6Ir&m TftidALM JOmCrhapofcartkMor+ -a Thedc,:-irk'ctcl1}I&-Aooc+attrnLandkraeirltxer, rntia+S*kvE u*rWaFmshars 011a.m tiarraartxT Bf aLm ktvmmb nYAaa,.=Lej ncd Ar%sftm^■s ftm Y e iR dl Bbmb RoNwQmaM-Irwsatgai*m RsiixW Twikbl OlrttvrnAmAC.ae-3.rL%%m Fla k{atrWwW :wt UwW Tewa Fora !)r�iWAcr�OAwmc.imHWkWiMnatiq,aW 1lnvppabmc414;taq%nr1Rbaea mrrd etv Ar%M arm$( +R%,4�¢r*nr ;W4 mid Ott® h7wwa Afka Praiecko asoc.ae+frt's t3O Comffifaea.OnW rcc&Ada,GKhckao arAms FtCeofi't'ka rp n Fa..W rVO's +Jinx—tv r- Oar R rrprn W ft±.r 15&-71r IJrrE'—1 y,-4a Opl;43rr fwmvr tonm Sd*Dh i1'*mel Gtcmpeoc,.nAa Itrrit!mruei[.Slrrii a hIt rnQrrtw afIrot5&c.n.trllsmt ftk-nM ruder Gmikm CWF5 arrel IV Oard+r CDC W KMf]KW-SJ*W Fa+ar�rrw�0-ih{�C-Wk-OL$*M rern bsg e rrYnYrErtf 0Oph3 am*GM)SIa°CMAM t Page-WLKb xushy w,rL&I aelirrt,oMux 6&roraelrBey SeautL irrd �xr+it4oa Amwk4 OM Dey"rgDow4a 13acl5ew,r dStmb aki Mm%6M dd im kY ew�Ylc4,may. FWA-aaaYft�61 AA Ia*atl+,L&R rth•h6*t`r mm iauerqLw eaArr mod i-.iAwnt cml rem!ta 9r ft,d VoPA#mfJffu DrcarU-r tb"*rrK-kf rol2SYeam and**rl-6m :r Y67 Sn tics lk-^ekxc d nc n6D-� i&Via 12YIVzAFremar1,tlmrRvAYkMlir&Ahlkidlech%WzWq #ctca0rlfficsi.J%r&am4,rdrrr mid lrarrmrprwJdar5lO1 iheStaia F.cfWMras'&Om k4.stwlL'ar'Rtzs ISFFFAj1 twd the Paffor ft FTrerrwrla•I•J Fec.►afr"ol Texnanda mmitm al chn$FfRlA7•Falsl ®nOrglpsdvs$fF LkFrLwvC&r.rrlea4 H-rm„MirfAssaPPMrtL cW*wiDe PmlerC.owft Reid W-rr oe.11a roman itahka a as theCurpmwd L„bbx4.LwN fac s-chants WmadW VWL llarridlnn]IF d u+-w mcm rlr,r rim rl m1ph Sopo wo wnse4r4r*ft ftlCM"LMeA l?t erR C-p-s BNMWISM of C pus Mlsd Is ttte rwedi i Narr[*ONI A Sri Fir*DMmn mw-Pttyojh.hreerrtd&han doss,amrd{1"Wu lht Awpar kre•4`frrrnrirnFra.s'Pi[*2+ywrw a4*wdm mel n nwrbry Olt-hflirmle-ml iisrw{.Wlgrr eel Fmh Ctbtk Ta.,a f'rflit.6k ,,swot hk_gecos C mmy Fora Cl trsAssaeaipNi RefiehDAouiw Fortf icoi W6;rk.ar+d H',Q JWb,rY Iw Lasa11M #1—ay.h41F3'i7ro m,r nkrc O Tgkw a%M Ink r'cis�r�(tnc•.fgfsi al AraalfittV ahh=.. ftih &WCAp&W ScmiwKv T&o k Fwi .W&M Jec&y J..S ftsw4lw I a.Gr}aLd SR S`�FaFki,�aC�r+l4�li�+rr'5lrl +l!FIRa1D CAL j¢E a"+l A Dmtw"ol R*rbze-E-%mR cv &1G"dhmbgb1P&&•aairaz6a irti ko lFwlfte%t,thfkh WOW Efrwanra aima4 4xeamsae m Twa to Cftrlty G~I lti+raalsft ILih 199s rk-t W"ffesWed rw The Wrtlen la+raWMMKialim afF*Fkl wLmomttrr.mAior*w p<.+lar.a f&aha Fat WtwmFrwfWt&tAs mime-LAFF Lbim440.&rd Insifaahh No tiara T*zA& ,ter,Kdnrshmhmei Fora �Fk�rt@rA�kd fllCrFaAyL r!&$;&he�afd rrtedrft�rlt7P ClLrfKif lOrril F4AMFl+Op►aers FwxUlfon.G", reteeOoWan+amcWa cd Xpond°,dvmv n:Fas 3 ��raidnArdario-1 dti�o mrwAfi a m*m nr&nrw L-LA&mkwM,ieYAn'lrtmn TgmmALM Ur"-!;v Tfrc apooirmnwii- esubit{rbo-5,rralce , �+la se GO � O� A H /NCOOPOR AGENDA MEMORANDUM 1852 City Council Meeting of April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Amy Cowley, Director of Management & Budget Amycl@cctexas.com 361-826-3792 FY 2026 Financial Forecast Briefing STAFF PRESENTER(S): Name Title/Position Department 1. Amy Cowley Director of Management & Budget Management & Budget BACKGROUND: The Office of Management & Budget has been working with departments and monitoring the economy as we begin the budget process for FY 2026. This presentation will provide an overview of the budget process, an update on the General Fund, and a review of assumptions utilized to forecast FY 2026 revenues and expenses. Following this briefing, the next step is to identify the City Council's priorities regarding the budget for FY 2026 at a City Council budget goal setting session in May. During the months of May and June, the Office of Management & Budget will collaborate closely with all City Departments and City Leadership to draft a proposed budget that is balanced. On July 29, 2025 the City Manager will recommend a proposed budget to City Council. August will be dedicated to collecting feedback from the community and City Council through community input sessions and City Council budget workshops. Any changes made to the budget based on feedback received will be incorporated and delivered to City Council on September 2 for the first reading of the budget. The second reading of the FY 2026 Budget is scheduled for September 9, 2025. LIST OF SUPPORTING DOCUMENTS: PowerPoint— FY 2026 Financial Forecast Briefing pUs ey,�s o General Fund Budget Forecast for FY2026 beginning on October 1, 2025 April 29, 2025 .. r o&F CITY OF CORPUS CHRISTI General Fund Budget Overview Overview of Budget Development Process 1. Constantly monitor revenues and historical trends 2. Monthly review with City Manager of budget-to-actual by Department 3. Annual Comprehensive Financial Report (prior year) 4. Re-estimate the current fiscal year 5. Consider economic conditions and other factors 6. Develop (and continue to refine) assumptions 7. Identify your starting point (revenues/resources available) 8. Prioritize expenses based on revenues/resources available City Fund Types - Where do the funds come from? Revenue Revenue from Fees for service Property Taxes,Industrial based on designated for departments in District In-Lieu, adopted rates a specific other funds for purpose services Sales Tax, Includes: Water, provided Wastewater, Franchise Fees, Includes: HOT, Services, Fines, SHOT, TIRZ, Includes: Storm Water, Permits, Type B, Procurement, Licenses Airport, Streets, etc. IT, Fleet, etc. Marina General Enterprise Special Internal Revenue Service Fund Fund Fund Fund City Fund Types - How are the funds utilized? Day-to-Day Operates the Costs related to Operations of general business the purpose of the Department operations the fund providing the Example: Public service Safe Parks& Funds the cost Example: Hotel of providing a Occupancy Tax Example: IT Rec, Libraries, Includes Health, General product to funds costs Government customers. related to Software Administration tourism. Licenses and Hardware General Enterprise Special Internal Revenue Service Fund Fund Fund Fund Focus for Today - General Fund • Revenues • Fund Balance and Reserves • Expense Assumptions • Looking Forward • State Legislation General • Federal Policy Fund Property Tax$104.4 M FY 2025 General Fund 30% Budget: $343.8 Million Mayor&City Council Sales Tax City Secretary City Auditor $72.7 M - � • 21% F • City Manager's Office Intergovernmental Relations Communications/311 Customer Call Center ' Legal es d-%ecvelaflon� Industrial Office Police ♦ &Other Office of Management&Budget Economic Development Office Fire 41 Taxes soji $28.3 M Human Resources $ d Municipal Court 8% Fund I 1 1 Planning&Community Development 1 Balance Animal Care $13.2 M 01 Code Enforcement 4% k, z 0Health 00, Library Othe Service,Fines& Outside Agencies Resources Fees Transfers $33.3 M $91.9 M 10% 27% Includes transfers out from the general fund OfficePrepared by the Revenues Homesteadcity 1 ExemptionTax Rate Disabled $0.620261 10%-$5,000 Min $50,000 =�i I $0.599774 10%-$5,000 Min $50,000 $0.599774 20%-$5,000 Min $62,500 -C- L 4 As a result of the tax relief provided -. .�.:.� through increased exemptions, the •�. General Fund revenue is reduced by PropertyTax approximately $12M annually. Since 2020 the City • Substantial Relief to- tax rate has Families • Seniors- decreased 4.60 Property Valuation Timeline Property Values are determined by the Chief Appraiser at the Nueces County Appraisal District (NCAD) January 1 is the Property Value Snapshot (properties are valued at this point in time) April 1 (single-family residence) and May 1 (all others) Notice of Appraised Value sent April 30 Preliminary values are typically received July 25 Certified values due from NCAD October 1 Nueces County Tax Assessor sends out property tax bills January 31 Property Tax due Property Tax: Existing vs. New The No-New-Revenue tax rate is based Value of new property is not included in on existing property value; it effectively the No-New-Revenue rate calculation produces the same revenue as last year First year's value becomes their base M&O property tax revenue is capped at value for future years 3.5% increase year over year New property added to the roll • Calculated by taking the No-New- Property purchased in the prior tax Revenue rate and adding 3.5%to year arrive at the Voter-Approval rate Property Tax Assumptions FY 2026 1. Assumes 0.5% growth on existing property values 2. Assumes 2.0% growth due to new property values • The City has added an average of $641M in new value annually, or 2% of total certified values (2020-2024 tax years' average) 3. Overall assumption is 2.5% revenue growth over FY 2025 New value offset by: • Increased exemptions • Homestead and Over-65 / Disabled • Circuit Breaker • Properties reclassified from taxable to tax-exempt • Corpus Christi Housing Authority purchase of apartments • Two Power Plants purchased by CPS Property Tax Revenue (General Fund) M&O Property Tax General Fund Revenue in Millions P Y ( ) 110.00 100.00 90.00 80.00 70.00 60.00 50.00 40.00 2021 2022 _..... • 6% growth in FY 2022 • 5% growth in FY 2023 2.5% growth assumed • 5% growth in FY 2024 for FY 2026 • 1% growth estimated in FY 2025 Property Tax Rate f • Adopted Tax Rate per $100 Valuation FY 2019 — increased tax rate by $0.02 and dedicated it to Streets \ 1- 1 4 + tax rate FY 2020— increased tax rate by z$1.5M in GF $0.02 and dedicated it to Streets FY 2024— tax rate decreased to a rate lower than FY 2018 - _ FY 2025 Adopted Tax Rate = $0.599774 • Highest rate allowable without a vote was $0.644212 (Voter-Approval rate plus the unused increment of $0.022957) • Revenue foregone by keeping tax rate at $0.599774 is $12 M 4Jti �ti �ti �,ti �ti �ti �Jti �ti �Jti �,ti ��ti �Jti Forecast assumes NO Tax rate reduced by $0.04649 since 2020 change in the tax rate Payment In-Lieu of Tax (PILOT) Assumptions Basic Industrial District Terms were renegotiated in FY 9 2024 and are effective for FY 2026 collections • The value of Land is paid at 100% • The value of Improvements is paid at 62.5% in FY 2025 and will increase to 74.5% in FY 2026. • New term is 15 years with an anticipated value to the City of $120M • 69 IDA participants General Fund receives 90% 40 Street Maintenance Fund receives 5% Residential Street Reconstruction Fund receives 5% Sales Tax Received by Year Sales Tax Received in Millions 74.00 72.00 70.00 68.00 66.00 64.00 62.00 60.00 58.00 2021 2022 2023 2024 2025 Est • 7% growth in FY 2022 • 6% growth in FY 2023 No growth assumed • 1% growth in FY 2024 for FY 2026 40 • >1% growth estimated in FY 2025 Expenses Cost Assumptions 1. No additional funding from the General Fund required to maintain � 1- Street funding levels • $4.5M / Yr of new Type B funding for arterials and collectors • $35.01V! residential street voter-approved bond funding 2. $0.9M for Police Collective Bargaining (Year 3 of 4) 1! g g 3. $1.5M for Fire Collective Bargaining (Year 2 of 4) 4. $2.01V! for merit increase (3% average) for 3,000 Civilian employees 5. $13.01V! for increase in Health Benefits contributions 6. $1.5M for 10% increase to commodities and equipment due to inflation 7. Other potential mandated increases for support completed bond programs Reserves Change in General Fund Reserves (Fund Balance) • General Fund Reserves vs. Reserve for Major Contingencies($in Millions) 120 100 80 60 40 20 2021 Actual 2022 Actual 2023 Actual 2024 Estimated 2025 Budgeted -Ending Fund Balance -20%Reserve for Major Contingencies •• Budgeted Fund Balance is $67.5M Chart demonstrates planneddrawdown utilized for: • $66.11VI is to meet Financial Policy • Streets requirement of 20% reserve • Public Safety equipment • $1.41VI is considered unreserved • Quality of Life Amenities Forecast General Fund Forecast for FY 2026 - Revenues .y, Revenues($ in Millions) FY24 Actuals FY25 Estimate FY26 Forecast \�1 Property Tax $ 103.8 $ 102.9 $ 105.5 Industrial District 20.5 24.1 32.1 Sales Tax 72.1 72.5 72.6 Franchise Fees 13.9 13.7 13.5 Public Safety 17.6 18.2 19.3 Solid Waste 52.5 47.1 46.5 Interest on Investments 8.7 4.0 4.1 Oil &Gas Leases 3.0 4.0 4.3 TASPP 0.8 0.9 0.9 Other Revenues 31.1 42.1 42.7 Total Revenues $ 324.0 $ 329.5 $ 341.5 General Fund Forecast for FY 2026 - Expenses Expenses($ in Millions) FY24 Actuals FY25 Estimate FY26 Forecast General Government $ 35.1 $ 33.1 $ 34.5 Public Safety 167.0 181.0 178.4 Health, Library, Parks, Solid Waste 66.6 69.9 71.6 Transfer to Street& Res Street Fund 46.1 38.2 31.9 Refund I DA - - - Police CBA - - 0.9 Fire CBA - - 1.5 Merit Increases - - 2.0 Commodities increase 10% (Tariffs) - - 1.5 Other Expenses 24.6 30.4 29.4 Total Expenses $ 339.4 $ 352.6 $ 351.7 General Fund Forecast for FY 2026 .y, FY26 Forecast Beginning Balance ($ in Millions) $ 73.5 Total Revenues 341.5 Total Funds Available 415.0 Total Expenses 351.7 Ending Balance $ 63.3 Reserve for contingencies @ 20% 70.3 Unreserved Fund Balance over 20% (7.0) Looking Forward Planning for a Balanced Budget Meetings with departments to review monthly financial reports . �. Communicate early and often Review monthly financial reports with the City Manager and Executive l with City Leadership Leadership Team Provide Quarterly financial updates to City Council February: asked departments to critically analyze operations for efficiencies and opportunities for savings March: General Fund and Internal Services Funds Revenues—Are we charging appropriately for services? tasked with identifying funds equivalent to 10% of Expenses—Are we operating efficiently? their budget by reviewing the following: Expenses—Are there programs that are not core services provided to the citizens that we should end? OfficePrepared by the State Legislation State Legislation may have a budgetary impact on the City ➢ HB 19: Limitations related to local debt ➢ HB 9: Increases exemption for Business Personal Property (BPP) to $250,000 from $2,500 ➢ HB 134: Change to sourcing of local sales tax including � destination sourcing in certain situations Federal Policy City staff are working closely to monitor the impact of � 1- changes at the Federal level ➢ Tariffs - Assumed a 10% increase on Commodities & Capital Outlay (Vehicles, Equipment, IT Hardware) ➢ Grant Funding FY 2026 Budget Roadmap ' • ' • May June August Financial FY 2024 2nd Qtr Budget FY 2026 Community FY 2026 Forecast Annual Budget & Discussion Proposed Input and Budget Briefing Compr. Financial with Depts Budget City Adoption Financial Report Council Report Workshops (ACFR) City Council Budget Goal Setting Workshop � ' pUs ey,�s o General Fund Budget Forecast for FY2026 beginning on October 1, 2025 April 29, 2025 .. r o&F CITY OF CORPUS CHRISTI City of Corpus Christi 1201 Leopard Street r Corpus Christi,TX 78401 + > cctexas.com yo Meeting Minutes City Council Tuesday,April 15,2025 11:30 AM Council Chambers Addendums may be added on Friday. A. Mayor Paulette Guajardo to call the meeting to order. Mayor Guajardo called the meeting to order at 11:37 a.m. B. Invocation to be given by Pastor Greg Hood with REACH Ministries. Pastor Greg Hood with REACH Ministries gave the invocation. C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Gael Ramiro Hoyos, 10th grader from Foy H. Moody High School. Gael Ramiro Hoyos, 10th grader from Foy H. Moody High School, led the Pledge of Allegiance to the Flag of the United States of America and to the Texas Flag. D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. City Secretary Rebecca Huerta called the roll and verified that a quorum of the City Council and the required Charter Officers were present to conduct the meeting. Charter Officers: City Manager Peter Zanoni, City Attorney Miles Risley and City Secretary Rebecca Huerta Present: 9- Council Member Roland Barrera,Council Member Carolyn Vaughn,Council Member Gil Hernandez,Council Member Sylvia Campos,Mayor Paulette Guajardo,Council Member Eric Cantu,Council Member Mark Scott,Council Member Kaylynn Paxson, and Council Member Everett Roy E. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS: (ITEMS 1 -2) 1. 25-0524 City Recognition of Alyssa Barrera Mason, Executive Director of the Downtown Management District City Manager Peter Zanoni recognized Executive Director of the Downtown Management District Alyssa Barrera Mason for her dedication to the City and presented her with a farewell gift. 2. 25-0433 Buc Days (May 1 - May 11) Overview, Presented by Johnny Philipello, President/CEO of Buc Days Commission President and CEO of Buc Days Commission Johnny Philipello presented information on City of Corpus Christi Page 1 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 the following topics: 2024 ticketed attendance; audience profile; visitor journey; 2024 total giving; 2025 Night Parade-April 26; Children's Parade-May 10; PBR and rodeo; concert series; Shops at Treasure Island; Buc Days Steam Expo; First Tech UIL challenge-May 10; BBQ on the Bay-May 10; and parking lot locations. City Manager Peter Zanoni recognized Mr. Philipello for his 10 year anniversary with Buc Days Commission. F. PUBLIC COMMENT Mayor Guajardo opened public comment. Stephen Klepper, Corpus Christi, TX, spoke about the importance of an internal audit plan. Joshua Fraedrick, Corpus Christi, TX, spoke about public comment rules and decorum. Isabel Araiza,Corpus Christi, TX, spoke about funding for the Crime Control and Prevention program. Marilena Garza, Corpus Christi, TX, spoke about funding for the Crime Control and Prevention program, as well as implementing the ride share program. G. BRIEFINGS: (ITEMS 3 -4) 3. 25-0491 Corpus Christi Water Supply & Usage Dashboard Briefing Chief Operating Officer of Corpus Christi Water Drew Molly and Senior Engineer of Carollo Engineers Mike Pinckney presented information on the following topics: briefing overview; drought monitor; stream flows in the Nueces River Basin; Frio River near Tilden (1980-2024); Nueces River at Three Rivers (1980-2024); published water information; and water supply dashboard. Council Members, City Manager Peter Zaononi, and COO Molly discussed the following topics: requests for lake level percentages of available water supply versus water usage; to provide effortless data on the City's website; a request for weekly briefings on the water status; to ensure untreated water data is provided; and City staff is working on the water conservation plan. 4. 25-0505 Corpus Christi Regional Economic Development Corporation (CCREDC) Quarterly Update President and CEO of the Corpus Christi Regional Economic Development Corporation (CCREDC) Mike Culbertson presented information on the following topics: mission statement; CC MSA housing report; sales tax collections allocations; employment by sector for selected month/Corpus Christi; MSA unemployment rates; region's success; Business Retention and Expansion report; Type A/B overview; 2024/25 business City of Corpus Christi Page 2 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 attraction trade shows; and area projects net taxable value. Council Members and Mr. Culbertson discussed the following topics: the importance of having a competitive region to encourage individuals to work in the City; a concern about the downtown economy; and a request for the cost of living comparisons. H. BOARD &COMMITTEE APPOINTMENTS: (ITEM 5) 5. 25-0531 Civil Service Commission Civil Service Board Mayor Guajardo referred to Item 5. Civil Service Commission: Appointed: Silvia A. Martinez Pachecho (Regular Member); Joel Mumphord (Alternate Member) and Israel Talamantez (Alternate Member) Civil Service Board: Appointed: Silvia A. Martinez Pachecho (Regular Member); Joel Mumphord (Alternate Member) and Israel Talamantez (Alternate Member) I. EXPLANATION OF COUNCIL ACTION: J. CONSENT AGENDA: (ITEMS 6 - 22) Approval of the Consent Agenda Mayor Guajardo referred to the Consent Agenda. No Items were pulled for individual consideration. Council Member Paxson moved to approve the consent agenda, seconded by Council Member Roy. The motion carried by the following vote: Aye: 9- Council Member Barrera, Council Member Vaughn, Council Member Hernandez, Council Member Campos, Mayor Guajardo, Council Member Cantu, Council Member Scott, Council Member Paxson and Council Member Roy Abstained: 0 6. 25-0536 Approval of the April 8, 2025 Regular Meeting Minutes The Minutes were approved on the consent agenda. Consent- Second Reading Ordinances 7. 25-0453 Ordinance authorizing the acceptance of a grant totaling $195,567.11 from the Texas Office of the Governor-Homeland Security Grant Division for the State Homeland Security Program for two replacement X-ray equipment systems for City of Corpus Christi Page 3 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 the Corpus Christi Police Department's Bomb Squad in the amount of $195,567.11; and appropriating $195,567.11 in the FY 2025 Fire Grants Fund. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033624 8. 25-0260 Ordinance authorizing the acceptance of two grants from the Federal Emergency Management Agency, Public Assistance Program, under the DR-4798 Hurricane Beryl Grant Program in the amount of$20,527.58 for emergency protective measures and management costs in preparation for the Hurricane Beryl event which occurred in Summer 2024, and appropriating the funds into the Emergency Management Grants Fund. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033625 9. 25-0296 Annexation and Zoning Case ZN8575 HUT Enterprises, LLC (District 3). Ordinance annexing a 12.778-acre tract of land comprised of a 2.194-acre tract of land per owner petition, located at the southwest corner of FM 43 and SH 286, and the abutting 10.58-acre section of FM 43; approving the related service plan; adding the annexed area to City Council District 3; rezoning the 2.194 acres from the "FR" Farm Rural District to the "CG-2" General Commercial District; and providing for a penalty not to exceed $2,000 and publication. (Planning Commission and staff recommend approval of Zoning Case ZN8575) This Ordinance was passed on second reading on the consent agenda. Enactment No: 033626 10. 25-0376 Zoning Case No. ZN8332, Golden Pointe, LLC. (District 4). Ordinance rezoning a property at or near 13902 South Padre Island Drive from the "CR-2/10" Resort Commercial District with the Island Overlay to the "CR-2/10/PUD" Resort Commercial District with the Island Overlay and a Planned Unit Development Overlay; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). This Ordinance was passed on second reading on the consent agenda. Enactment No: 033627 11. 25-0378 Ordinance authorizing a Water Arterial Transmission & Grid Main Construction and Reimbursement Agreement up to $114,240.00 with MPM Development, LP to construct a water arterial transmission grid main related to King's Landing Unit 10 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 $114,240.00 to reimburse the developer in accordance with the agreement. (District 3). This Ordinance was passed on second reading on the consent agenda. City of Corpus Christi Page 4 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 Enactment No: 033628 12. 25-0379 Ordinance authorizing a Wastewater Trunk Line Construction and Reimbursement Agreement up to $102,830.40 with MPM Development, LP to construct a wastewater trunk line related to King's Landing Unit 10 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 $102,830.40 to reimburse the developer in accordance with the agreement. (District 3). This Ordinance was passed on second reading on the consent agenda. Enactment No: 033629 13. 25-0380 Ordinance abandoning and vacating a 100' long centerline portion of an unused wastewater utility easement totaling approximately 14,000 square feet at or near 622 N Water Street. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033630 Consent- Contracts and Procurement 14. 25-0382 Motion authorizing the purchase of 88 replacement and 52 new pieces of firefighter protective clothing (coats and pants) for the Corpus Christi Fire Department from Casco Industries, Inc., of Houston, Texas, through the BuyBoard cooperative, for$224,309.40, with FY 2025 funding in the amount of $224,309.40 from the General Fund. This Motion was passed on the consent agenda. Enactment No: M2025-039 15. 25-0387 Motion authorizing execution of a five-year service agreement, with five one-year options to renew support, with Infax, Inc., of Alpharetta, Georgia, for an amount of $399,207.00, with a potential of$674,884.89 if options are exercised, for the integration and installation of a Flight Information Display System at Corpus Christi International Airport, with FY 2025 funding of$213,624.00 from the Airport Fund. This Motion was passed on the consent agenda. Enactment No: M2025-040 General Consent Items 16. 25-0392 Motion authorizing execution of a real estate sales contract with Calallen Retail Properties LP in the amount of$525,000.00 plus estimated closing costs (Security Title) in the amount of$10,000.00 for the acquisition of 1.291 acres of City of Corpus Christi Page 5 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 land, located at 3802 FM 1889, Corpus Christi for the Calallen Elevated Storage Tank project, with FY 2025 funding available from the Water Capital Fund. This Motion was passed on the consent agenda. Enactment No: M2025-041 17. 25-0437 Resolution authorizing an Interlocal Cooperation Agreement (ILA) with Texas A&M University-Corpus Christi (TAMUCC) in an amount of up to $125,551.00 for performing air quality monitoring services through December 31, 2025, with funding from a Texas Commission on Environmental Quality (TCEQ) Air Quality Grant. This Resolution was passed on the consent agenda. Enactment No: 033631 18. 25-0420 Resolution authorizing submission of two grant applications to the Texas Department of Emergency Management under the Hazard Mitigation Grant Program - Hurricane Beryl for total funding in the amount of$464,171.00, with a total cash match of$116,042.00, to repair damage to the roofs at the Corpus Christi Police Department and Emergency Operations Center Building in coordination with the Finance & Procurement Department, Police Department, and Asset Management Department. This Resolution was passed on the consent agenda. Enactment No: 033632 Consent-First Reading Ordinances 19. 25-0395 Ordinance accepting $53,897.31 from the State of Texas - Law Enforcement Officer Standards and Education for training courses and training-related travel for approximately 50 full-time sworn police officers for the Corpus Christi Police Department; and appropriating $53,897.31 in the FY 2025 Police Grants Fund. This Ordinance was passed on first reading on the consent agenda. 20. 25-0416 Ordinance accepting $2,954.46 from the State of Texas - Criminal Justice Division for reimbursement for the costs of the Advanced Law Enforcement Rapid Response Training for four sworn officers from the Corpus Christi Police Department's Training Division; and appropriating $2,954.46 in the FY 2025 Police Grants Fund. This Ordinance was passed on first reading on the consent agenda. 21. 25-0456 Ordinance authorizing the acceptance of$1,881.57 from the State of Texas - Law Enforcement Officer Standards and Education for firearms training and ammunition for five arson investigators for the Corpus Christi Fire Department; and appropriating funds in the amount of$1,881.57 to the FY 2025 Fire Grants Fund. City of Corpus Christi Page 6 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 This Ordinance was passed on first reading on the consent agenda. 22. 25-0500 Ordinance authorizing acceptance of a grant from the Texas Department of Transportation for the FY24 Routine Airport Maintenance Program (RAMP) Grant in the amount of$100,000.00 to fund airport maintenance at the Corpus Christi International Airport (CCIA); appropriating funds in the amount of $100,000.00 to the Airport Grants Fund. This Ordinance was passed on first reading on the consent agenda. K. RECESS FOR LUNCH Mayor Guajardo recessed the Council meeting for lunch at 1:51 p.m. Executive Session Items 27-29 were held during the lunch recess. Mayor Guajardo reconvened the meeting at 3:03 p.m. L. PUBLIC HEARINGS: (ITEMS 23 - 24) 23. 25-0421 Zoning Case No. ZN8561, ADR Investments, LLC. (District 4). Ordinance rezoning a property at or near 820 Naval Air Station (NAS) Drive from the "CG-1" General Commercial District to the "CG-1/SP" General Commercial District with a Special Permit; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). Mayor Guajardo referred to Item 23. Mayor Guajardo opened the public hearing. There were no comments from the Council or the public. Mayor Guajardo closed the public hearing. Council Member Paxson moved to approve the ordinance, seconded by Council Member Roy. This Ordinance was passed on first reading and approved with the following vote: Aye: 9- Council Member Barrera, Council Member Vaughn, Council Member Hernandez, Council Member Campos, Mayor Guajardo, Council Member Cantu, Council Member Scott, Council Member Paxson and Council Member Roy Abstained: 0 24. 25-0422 Zoning Case No. ZN8584, Daovone Xayasene (District 1). Ordinance rezoning properties at or near 2828 Ruth, 2830 Ruth, and 2816 Ruth Street from the "RS-6" Single-Family 6 District and the "CG-2" General Commercial District to the "RM-3" Multifamily District; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). Mayor Guajardo referred to Item 24. City of Corpus Christi Page 7 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 Mayor Guajardo opened the public hearing. There were no comments from the Council or the public. Mayor Guajardo closed the public hearing. Council Member Roy moved to approve the ordinance, seconded by Council Member Paxson. This Ordinance was passed on first reading and approved with the following vote: Aye: 9- Council Member Barrera, Council Member Vaughn, Council Member Hernandez, Council Member Campos, Mayor Guajardo, Council Member Cantu, Council Member Scott, Council Member Paxson and Council Member Roy Abstained: 0 M. INDIVIDUAL CONSIDERATION ITEMS: (ITEMS 25 - 26) 25. 25-0341 Ordinance approving the addition of 20 full-time positions and equipment to the Engineering Services Department budget; amending the FY 2025 Operating Budget as required for the last five months of the year with funding coming from the FY 2025 Capital Improvement Budget as required. The FY 2025 impact is $1,705,243.00 including vehicle purchases with an FY 2026 recurring amount of $1,969,676.00. Mayor Guajardo referred to Item 25. Director of Engineering Services Jeff Edmonds presented information on the following topics: about engineering services; FY 25 CIP summary; planned capital program; FY 25 CIP trend/projection; tasking, staffing and budget trend; mid-year adjustment drivers; mid-year adjustment summary; and mid-year adjustment details. Council Members, City Manager Peter Zanoni, and Director Edmonds discussed the following topics: how to sustain 20 full time positions after work is complete; a concern with adding new positions mid-year; the funding for these positions is available in the CIP budget; and less progress will be made on these projects without these additional positions and equipment. Mayor Guajardo opened public comment. There were no comments from the public. Mayor Guajardo closed public comment. Council Member Barrera moved to approve the ordinance, seconded by Council Member Scott. This Ordinance was passed on first reading and approved with the following vote: Mayor Guajardo and Council Members Barrera, Roy, Scott, and Vaughn City of Corpus Christi Page 8 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 voting "aye"; Council Members Cantu, Hernandez and Paxson, voting "no"; and Council Member Campos "abstained." Council Member Scott moved to reconsider the motion to approve the ordinance, seconded by Council Member Vaughn and passed unanimously. Council Member Vaughn moved to amend the ordinance for the FY 2025 impact in the amount of$1,705,243 including vehicle purchases with a FY 2026 recurring amount of $1,969,676, seconded by Council Member Scott and passed unanimously. Council Member Paxson moved to approve the ordinance as amended, seconded by Council Member Scott. This Ordinance was passed on first reading as amended and approved with the following vote: Aye: 5- Council Member Barrera, Council Member Vaughn, Mayor Guajardo, Council Member Scott and Council Member Roy Nay: 3- Council Member Hernandez, Council Member Cantu and Council Member Paxson Abstained: 1 - Council Member Campos 26. 25-0178 Ordinance approving and authorizing an Advance Funding Agreement between the City of Corpus Christi and the Texas Department of Transportation for the Holly Road Train Trestle to Tourism Trail Project in an amount of$11,797,839 from the Texas Department of Transportation, Transportation Alternatives Set-Aside (TASA) Program under the 2023 Call for Projects, with the design and construction managed by the City and appropriating $1,300,000 of interest income from the American Rescue Plan Act (ARPA) Fund and amending the FY 2025 Capital Budget and FY 2025 Operating Budget. Mayor Guajardo referred to Item 26. Mayor Guajardo opened public comment. There were no comments from the public. Mayor Guajardo closed public comment. Council Members, Assistant City Manager Heather Hurlbert, and Director of Engineering Services Jeff Edmonds discussed the following topic: this is a great news item for Flour Bluff and the future of the Oso Preserve. Council Member Paxson moved to approve the ordinance, seconded by Council Member Campos. This Ordinance was passed on first reading and approved with the following vote: Aye: 9- Council Member Barrera, Council Member Vaughn, Council Member Hernandez, Council Member Campos, Mayor Guajardo, Council Member Cantu, Council Member Scott, Council Member Paxson and Council Member Roy City of Corpus Christi Page 9 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 Abstained: 0 N. EXECUTIVE SESSION: (ITEMS 27 -29) 27. 25-0506 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to regulations, legal rights, and contracts related to groundwater from the Eshelman-Vogt Ranch/Catahoula Water Company, Evangeline Laguna Water LP, and other sources, including the potential execution of agreements related to the water from the Catahoula Aquifer and/or Evangeline Aquifer, desalination, legal restrictions on and permits required for the provision of water, regulations and contracts, groundwater conservation districts (including, but not limited to the Brush Country Groundwater Conservation District and/or San Patricio Groundwater Conservation District), special districts that own potentially related water infrastructure, property rights to water in the Catahoula Aquifer and/or Evangeline Aquifer, TCEQ and EPA regulations related to water, state and federal regulations related to construction of water-related infrastructure, state restrictions on rates and charges for utilities, statutory restrictions on the issuance of debt and governmental contracting, and Texas Government Code § 551.072 to discuss and deliberate the value of the aforementioned property rights because deliberation in an open meeting would have a detrimental effect on the position of the governmental body in negotiations with a third person, including, but not limited to, potential consideration of authorization to enter agreement(s) related to the Catahoula Aquifer, Evangeline Aquifer, and/or other water matters This E-Session Item was discussed in executive session. 28. 25-0510 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to regulations, legal rights, and contracts related to groundwater and property rights at/near the Nueces River in Nueces County, and Texas Government Code § 551.072 to discuss and deliberate the value of the aforementioned property rights because deliberation in an open meeting would have a detrimental effect on the position of the governmental body in negotiations with a third person, including, but not limited to, potential consideration of authorization to enter contracts for the purchase of property rights in in/near the aforesaid area The following motion was considered: Motion authorizing a Real Estates Sales Contract with Jake Faires for the purchase of property located at 5799 County Road 73, Robstown, Texas 78380 in the amount of $65,000 and closing costs up to $4,000. City of Corpus Christi Page 10 Printed on 4/25/2025 City Council Meeting Minutes April 15,2025 Council Member Paxson moved to approve the motion, seconded by Council Member Vaughn. The Motion was passed and approved with the following vote: Aye: 9- Council Member Barrera, Council Member Vaughn, Council Member Hernandez, Council Member Campos, Mayor Guajardo, Council Member Cantu, Council Member Scott, Council Member Paxson and Council Member Roy Abstained: 0 Enactment No: M2025-042 29. 25-0511 Executive session briefing pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to Petitions to the Texas Public Utility Commission (PUC), including, but not limited to SOAH Docket No. 473-24-19854, PUC Docket No. 56427, Petition by Outside City Ratepayers Appealing the Water Rates of the City of Corpus Christi, and other potential appeals, including potential consideration of settlement offer(s) and actions related thereto This E-Session Item was discussed in executive session. O. ADJOURNMENT There being no further business, Mayor Guajardo adjourned this meeting at 5:06 p.m. City of Corpus Christi Page 11 Printed on 4/25/2025 SC o° a 0 � F U NCOgpOPPl E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of April 15, 2025 DATE: April 15, 2025 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema�cctexas.com (361) 886-2603 Acceptance and appropriation of grant funds from the State of Texas— Law Enforcement Officer Standards and Education CAPTION: Ordinance accepting $53,897.31 from the State of Texas — Law Enforcement Officer Standards and Education for training courses and training-related travel for approximately 50 full-time sworn police officers for the Corpus Christi Police Department; and appropriating $53,897.31 in the FY 2025 Police Grants Fund. SUMMARY: The State of Texas provides an annual allocation for training for law enforcement agencies' sworn and civilian personnel for them to retain their required accreditation hours. The annual allocation also can be used to help fund training equipment that law enforcement agencies need. BACKGROUND AND FINDINGS: Each year, the Law Enforcement Officer Standards and Education account issues an annual allocation of funds to law enforcement agencies, per the Texas Occupations Code, Section 1701.157. The amount of funds received depends on the number of sworn personnel that a law enforcement agency has as of January 1 of each year and on the available funding in the Law Enforcement Officer Standards and Education account. The funds must be appropriated annually when the funding is received from the Law Enforcement Officer Standards and Education account. The funds are to be used by qualified law enforcement agencies for expenses related to the continuing education of full-time law enforcement officers and support personnel as well as training equipment. The Corpus Christi Police Department(CCPD)will use the funds received from the Law Enforcement Officer Standards and Education account for continued educational training and travel-related costs for training of sworn police officers. Police officers are required to have 40 hours of continuing education training on a biannual basis. The training schools include homicide investigation, interrogation techniques, and other police-related subjects. The City has received this grant since 2002. Last year, CCPD received $54,134.93 from this grant. ALTERNATIVES: The alternative is not to accept the funds and, therefore, offer less training to sworn officers until other funding sources are identified. However, this would result in sworn officers becoming delinquent in their continuing education credits, which would affect CCPD's operations and credentials. FISCAL IMPACT: The fiscal impact for FY 2025 is the acceptance of funds in the amount of $53,897.31. The $53,897.31 will be appropriated into the Police Grants Fund. Funding Detail: Fund: 1074 Police Grants Fund Organization/Activity: 826200L Project # (CIP Only): N/A Account: 547012 Amount: $53,897.31 RECOMMENDATION: Staff recommends accepting $53,897.31 from the State of Texas — Law Enforcement Officer Standards and Education for training courses and training-related travel for full-time sworn police officers for the Corpus Christi Police Department; and appropriating $53,897.31 in the FY 2025 Police Grants Fund, as presented. LIST OF SUPPORTING DOCUMENTS: Award Letter Ordinance accepting $53,897.31 from the State of Texas — Law Enforcement Officer Standards and Education Account for Police Department training courses, training related travel, and training equipment for full-time police officers; appropriating funds in the amount of $53,897.31 in the Police Grants Fund. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City of Corpus Christi Police Department accepts funding in the amount of $53,897.31 from the State of Texas — Law Enforcement Officer Standards and Education Account under Texas Occupations Code, Section 1701.157. The annual financial allocation from the State of Texas through this fund will be used for expenses related to the continuing education of full-time law enforcement officers and support personnel, as well as training equipment for these officers. SECTION 2. That $53,897.31 is appropriated in the No. 1061 Police Grants Fund from the State of Texas — Law Enforcement Officer Standards and Education Account, and amending the FY 2025 Operating Budget. SECTION 3. The City Manager, or designee, may reject or terminate this grant. Furthermore, the City Manager, or designee, is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry-over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e) to comply with applicable State or federal laws and regulations; and f) for matters which do not change the essential purpose of the grant. SECTION 4. The Chief of Police is designated as the City's authorized official to administer this grant. The authorized official is empowered to apply for, accept, reject or terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 5. In the event of the loss or misuse of these LEOSE funds, the City assures that the funds will be returned to the State of Texas, in full. Introduced and voted on the day of 12025. PASSED and APPROVED on the day of ATT_T_�c��, 2025. Paulette Guajardo, Mayor Rebecca Huerta, City Secretary I GLENN HEGAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS i P.O.Box 13528 Austin,TX 78711-3528 February 28, 2025 CITY OF CORPUS CHRISTI POLICE DEPARTMENT PO BOX 9016 CORPUS CHRISTI TX 78469-9016 Vendor number; 17460005741 051 Two payments have been issued to your agency for the 2025 Law Enforcement Officer Standards and Education(LEOSE)Fund Allocation. One payment of$24208.39 and a second payment of $29688.92 for a total payment of$53897.31. That second payment is enclosed. The Comptroller is directed by the Occupations Code, Section 1701.157 to make an annual allocation from the LEOSE account to qualified law enforcement agencies for expenses related to the continuing education of persons licensed under Chapter 1701, Occupations Code. These funds must be used to ensure the continuing education of persons licensed under Chapter 1701 or to provide necessary training, as determined by the agency head, to full-time fully paid law enforcement support personnel in the agency. Twenty percent of the funds are allocated equally among qualified agencies. The remaining eighty percent is distributed based on the number of eligible law enforcement positions each agency had as of January 1 of the preceding calendar year. Each agency must maintain complete and detailed records of all money received and spent. All funds received are subject to audit by the Comptroller of Public Accounts, and all expenditures are subject to audit by the State Auditor. An eligible law enforcement position is defined as one held by a person licensed under Chapter 1701, Occupations Code, who works as a peace officer, licensed jailer or telecommunicator on the average of at least 32 hours a week, is compensated by a political subdivision of the state at the minimum wage rate or higher and is entitled to all employee benefits offered to a peace officer. You must complete and return the enclosed Law Enforcement Officer Standards and Education Account 2026 Allocation Basis form to us no later than October 31 st, 2025,to receive your agency's share of the LEOSE account in 2026.The information provided in this report must be accurate and returned timely to our office to ensure the correct allocation of the LEOSE account. Please call us at 800-531-5441, ext. 3-4530, or 512-463-4530 if you have any questions or if we can be of assistance. Enclosures Form 40-215 (Rev.I-17/6) State of Texas Law Enforcement Officer Standards and Education Ordinance Authorizing Acceptance of Grant Award Police Chief of Police,Mike Markle April 15 2025 Background Information Each year, the Law Enforcement Officer Standards and Education account issues an annual allocation of funds to law enforcement agencies, per the Texas Occupations Code, Section 1701.157. The amount of funds received depends on the number of sworn personnel that a law enforcement agency has as of January 1 of each year and on the available funding in the Law Enforcement Officer Standards and Education account. The City has received an annual allotment of $53,897.31. Background Information This grant will provide funding for: The Corpus Christi Police Department (CCPD) will use the funds received from the Law Enforcement Officer Standards and Education account for continued educational training and travel- related costs for training of sworn police officers. Police officers are required to have 40 hours of continuing education training on a biannual basis. The training schools include homicide investigation, interrogation techniques, and other police-related subjects. The City has received this grant since 2002. Last year, CCPD received $54,134.93. State of Texas - Law Enforcement Officer Standards and Education Questions ? SC o° a 0 � F U NCOgpOPPl E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of April 15, 2025 DATE: April 15, 2025 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema�cctexas.com (361) 886-2603 Acceptance and appropriation of grant funds from the State of Texas, Criminal Justice Division —ALERRT Law Enforcement Training CAPTION: Ordinance accepting $2,954.46 from the State of Texas — Criminal Justice Division for reimbursement for the costs of the Advanced Law Enforcement Rapid Response Training for four sworn officers from the Corpus Christi Police Department's Training Division; and appropriating $2,954.46 in the FY 2025 Police Grants Fund. SUMMARY: The Police Department has received $2,954.46 from the State of Texas — Criminal Justice Division to reimburse the costs of sending four sworn officers to the ALERRT "First Responder Medical - Train the Trainer" course on September 13, 2024, in Lake Jackson, Texas. The Advanced Law Enforcement Rapid Response Training (ALERRT) program equips officers with evidence based, scenario driven techniques to effectively respond to critical incidents and save lives. BACKGROUND AND FINDINGS: The Corpus Christi Police Department(CCPD) has been awarded$2,954.46 from the State of Texas — Criminal Justice Division to reimburse the costs of sending four sworn officers from CCPD's Training Division to the ALERRT "First Responder Medical - Train the Trainer" course. The four sworn officers attended the training course on September 13, 2024, in Lake Jackson, Texas. The Advanced Law Enforcement Rapid Response Training (ALERRT) program equips officers with evidence based, scenario driven techniques to effectively respond to critical incidents and save lives. The course focuses on providing specialized medical expertise in managing and mitigating the impact during an active shooter incident. Upon completion of the training, CCPD's sworn police officers are able disseminate this critical knowledge to enhance the preparedness and response capabilities of CCPD and surrounding agencies. The "train the trainer" approach is instrumental in multiplying and embedding this vital knowledge, fortifying community resilience, and promoting public safety. The four sworn officers that CCPD sent the ALERRT program have received and completed the training. After completing the training, the four sworn officers submitted their training certifications to the State as required for this reimbursement funding. This is the first time that the City has received this funding. ALTERNATIVES: The alternative is not to accept the funds and instead look for funding within the General Fund to offset the cost of the ALERRT program. FISCAL IMPACT: The fiscal impact for FY 2025 is the acceptance of funds in the amount of $2,954.46 to be appropriated into the Police Grants Fund. Funding Detail: Fund: 1061 Police Grants Fund Organization/Activity: TBD Project # (CIP Only): N/A Account: 547010 Amount: $2,954.46 RECOMMENDATION: Staff recommends accepting $2,954.46 from the State of Texas — Criminal Justice Division for reimbursement of a training course for Advanced Law Enforcement Rapid Response Training for four sworn police officers for the Corpus Christi Police Department; and appropriating $2,954.46 in the FY 2025 Police Grants Fund, as presented. LIST OF SUPPORTING DOCUMENTS: Award Letter Ordinance accepting $2,954.46 from the State of Texas — Criminal Justice Division for ALERRT Law Enforcement training for four sworn police officers of the Corpus Christi Police Department; appropriating funds in the amount of $2,954.46 in the Police Grants Fund; and amending the FY 2025 Operating Budget. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City of Corpus Christi Police Department accepts funding in the amount of $2,954.46 from the State of Texas — Criminal Justice Division for four sworn officers in the ALERRT "First Responder Medical - Train the Trainer" course. The Advanced Law Enforcement Rapid Response Training (ALERRT) program equips officers with evidence based, scenario driven techniques to effectively respond to critical incidents and save lives. SECTION 2. That $2,954.46 is appropriated in the No. 1061 Police Grants Fund from the State of Texas — Criminal Justice Division, and amending the FY 2025 Operating Budget. SECTION 4. The City Manager, or designee, may reject or terminate this grant. Furthermore, the City Manager, or designee, is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry- over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c)when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e)to comply with applicable State or federal laws and regulations; and f) for matters which do not change the essential purpose of the grant. SECTION 5. The Chief of Police is designated as the City's authorized official to administer this grant. The authorized official is empowered to apply for, accept, reject or terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 6. In the event of the loss or misuse of these ALERRT Grant funds, the City assures that the funds will be returned to the State of Texas, Criminal Justice Division, in full. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of 12025. 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: 5258201 Award Amount: $2,954.46 Date Awarded: 3/13/2025 Grantee Cash Match: $0.00 Grant Period: 09/01/2024- 11/30/2024 Grantee In Kind Match: $0.00 Liquidation Date: 02/28/2025 Grantee GPI: $0.00 Program Fund: AL-ALERRT Law Enforcement Training Total Project Cost: $2,954.46 Grantee Name: Corpus Christi,City of Project Title: ALERRT training Grant Manager: Alyssa Hernandez Unique Entity Identifier(UEI): XETBTPKCL895 CFDA: N/A Federal Awarding Agency: N/A Federal Award Date: N/A- State Funds Federal/State Award ID Number: 2024-AL-ST-0001 Total Federal Award/State Funds Appropriated: $2,969,503.77 Pass Thru Entity Name: Texas Office of the Governor—Criminal Justice Division(CJD) Is the Award R&D: No Federal/State Award Description: AL-ALERRT Law Enforcement Training State of Texas, Criminal Justice Division ALERRT Law Enforcement Training Ordinance Authorizing Acceptance of Grant Award Police Chief of Police,Mike Markle �� April 15 2025 Background Information The Advanced Law Enforcement Rapid Response Training (ALERRT) program equips officers with evidence based, scenario driven techniques to effectively respond to critical incidents and save lives. Upon completion, these officers will disseminate this critical knowledge to enhance the preparedness and response capabilities of our police department and surrounding agencies. The "train the trainer" approach is instrumental in multiplying and embedding this vital knowledge, fortifying community resilience, and promoting public safety. The City has received an award of $2,945.46. Background Information This grant will provide funding for: To offset the costs of sending four sworn peace officers from the training division to the ALERRT "First Responder Medical - Train the Trainer" course on September 13, 2024, in Lake Jackson, Texas. The Police Department has not received this funding before. State of Texas, Criminal justice Division ALERRT Law Enforcement Training Questions ? se GO � O� A H "CORPOR^`E° AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting April 15, 2025 DATE: April 15, 2025 TO: Peter Zanoni, City Manager FROM: Brandon Wade, Fire Chief brandonw@cctexas.com (361) 826-3900 Acceptance and appropriation of grant funds from the State of Texas — Law Enforcement Officer Standards and Education for the Corpus Christi Fire Department CAPTION: Ordinance authorizing the acceptance of$1,881.57 from the State of Texas — Law Enforcement Officer Standards and Education for firearms training and ammunition for five arson investigators for the Corpus Christi Fire Department; and appropriating funds in the amount of$1,881.57 to the FY 2025 Fire Grants Fund. SUMMARY: The State of Texas provides an annual allocation for training for law enforcement agencies' sworn and civilian personnel for them to retain their required accreditation hours. The annual allocation also can be used to help fund training equipment that law enforcement agencies need. BACKGROUND AND FINDINGS: Each year, the Law Enforcement Officer Standards and Education account issues an annual allocation of funds to law enforcement agencies, per the Texas Occupations Code, Section 1701.157. The amount of funds received depends on the number of sworn personnel that a law enforcement agency has as of January 1 of each year and on the available funding in the Law Enforcement Officer Standards and Education account. The funds must be appropriated annually when the funding is received from the Law Enforcement Officer Standards and Education account. The funds are to be used by qualified law enforcement agencies for expenses related to the continuing education of full-time law enforcement officers and support personnel as well as training equipment. The Corpus Christi Fire Department's (CCFD) five arson investigators fall under the category of law enforcement officers because they are licensed peace officers. CCFD will use the funds received from the Law Enforcement Officer Standards and Education account for firearms training and ammunition for its five arson investigators. Arson investigators are required to maintain firearms qualification on an annual basis. The City has received this grant since 2002. Last year, CCFD received $1,867.26 from this grant. ALTERNATIVES: The alternative is not to accept the funds and, therefore, offer less training to arson investigators until other funding sources are identified. However, this would result in arson investigators becoming delinquent in their firearms qualifications, which would affect CCFD's operations and credentials. FISCAL IMPACT: The fiscal impact for FY 2025 is the acceptance of funds in the amount of $1,881.57. The $1,881.57 will be appropriated into the Fire Grants Fund. Funding Detail: Fund: 1062 Fire Grants Organization/Activity: TBD Department#: 10 Fire Department Project # (CIP Only): N/A Account: 530362 Training-General Amount: $1,881.57 RECOMMENDATION: Staff recommends accepting the $1,881.57 from the State of Texas — Law Enforcement Officer Standards and Education for firearms training and ammunition for five arson investigators for the Corpus Christi Fire Department; and appropriating funds in the amount of $1,881.57 to the FY 2025 Fire Grants Fund, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Award Letter Ordinance authorizing the acceptance of $1,881.57 from the State of Texas — Law Enforcement Officer Standards and Education account for the Corpus Christi Fire Department for training and equipment; and appropriating funds in the amount of $1,881.57 to the FY 2025 Fire Grants Fund. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City of Corpus Christi Fire Department accepts funding in the amount of $1,881.57 from the State of Texas — Law Enforcement Officer Standards and Education Account under Texas Occupations Code, Section 1701.157. The annual financial allocation from the State of Texas through this fund will be used for expenses related to the continuing education of those licensed under this Chapter of the Occupations Code. SECTION 2. That $1,881.57 is appropriated in the No. 1062 Fire Grants Fund from the State of Texas — Law Enforcement Officer Standards and Education Account, and amending the FY 2025 Operating Budget. SECTION 3. The City Manager, or designee, may reject or terminate this grant. Furthermore, the City Manager, or designee, is authorized to execute contract amendments pertaining to these grant funds in the following instances: a)for the carry- over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e)to comply with applicable State or federal laws and regulations; and f) for matters which do not change the essential purpose of the grant. SECTION 4. The Fire Chief is designated as the City's authorized official to administer this grant. The authorized official is empowered to apply for, accept, reject or terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 5. In the event of the loss or misuse of these LEOSE funds, the City assures that the funds will be returned to the State of Texas, in full. Introduced and voted on the day of 2025. PASSED and APPROVED on the day of 12025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta,City Secretary ,P :a GLENN HEGAR TEXAS COMPTROLLER OF PUBLIC ACCOUNTS P.O.Box 13528 • Austin,TX 78711-3528 February 28, 2025 CORPUS CHRISTI FIRE DEPARTMENT 2406 LEOPARD ST STE 300 CORPUS CHRISTI TX 78408-3719 Vendor number: 17460005741 050 Two payments have been issued to your agency for the 2025 Law Enforcement Officer Standards and Education(LEOSE)Fund Allocation. One payment of$848.61 and a second payment of $1032.96 for a total payment of$1881.57. That second payment is enclosed. The Comptroller is directed by the Occupations Code, Section 1701,157 to make an annual allocation from the LEOSE account to qualified law enforcement agencies for expenses related to the continuing education of persons licensed under Chapter 1701, Occupations Code. These funds must be used to ensure the continuing education of persons licensed under Chapter 1701 or to provide necessary training, as determined by the agency head,to full-time fully paid law enforcement support personnel in the agency. Twenty percent of the funds are allocated equally among qualified agencies. The remaining eighty percent is distributed based on the number of eligible law enforcement positions each agency had as of January 1 of the preceding calendar year. Each agency must maintain complete and detailed records of all money received and spent. All funds received are subject to audit by the Comptroller of Public Accounts, and all expenditures are subject to audit by the State Auditor. An eligible law enforcement position is defined as one held by a person licensed under Chapter 1701, Occupations Code, who works as a peace officer, licensed jailer or telecommunicator on the average of at least 32 hours a week, is compensated by a political subdivision of the state at the minimum wage rate or higher and is entitled to all employee benefits offered to a peace officer. You must complete and return the enclosed Law Enforcement Officer Standards and Education Account 2026 Allocation Basis form to us no later than October 31 st, 2025, to receive your agency's share of the LEOSE account in 2026.The information provided in this report must be accurate and returned timely to our office to ensure the correct allocation of the LEOSE account. Please call us at 800-531-5441, ext. 3-4530, or 512-463-4530 if you have any questions or if we can be of assistance. Enclosures Form 40-215 (Rev.I-17/6) f THE STATE OF TEXAS PAYMENT INFORMATION INVOICE NUMBER INVOICE DATE INVOICE DESCRIPTION DOCUMENT INVOICE AMOUNT i' PEACE OFF ALL PEACE OFF ALLOC GR 9P250578 1,032.96 €i i ISSUE DATE: 02/27/2025 WARRANT TOTAL: $1,032.96 PAYEE NUMBER: 1XXXXX05741 MAIL CODE: 050 WARRANT NUMBER: 149915355 PAYEE NAME: CORPUS CHRISTI FIRE DEPARTMENT — NON-NEGOTIABLE — For questions about this payment or to sign up for Direct Deposit, please contact your paying agency: COMPTROLLER - STATE FISCAL 512-463-4561 WOULD YOU LIKE TO VIEW: - Your state payments on a Comptroller web application? - Payment remittance information, payment history and download a report? - The phone number and contact information of the paying agency? - Receive email alerts when a state payment is issued to you? This information is available on the SEARCH STATE PAYMENTS ISSUED (SSPI) website. Go to COMPTROLLER.TEXAS.GOV, click on 'web file eSystems Login' below the 'Business Center' panel. See a short video 'How to Navigate eSystems Home Page' by clicking the 'About' tab, then 'Video Library' under 'News and Media. ' Also consider enrolling in direct deposit. It's easy, fast and secure. Contact the paying agency named on this payment stub to sign up. Detach here before depositing Sp.susr�Gm '. 9 TEXAS COMPTROLLER OF PUBLIC ACCOUNTS TREASURY WARRANT NO. UES 149915355 FEBRUARY 28, 2025 022725 1XXXXXOS741 050 00.01 902 9P250578 PAYING AGENCY 512-463-4561 COMPTROLLER - STATE FISCAL Pay ONE THOUSAND THIRTY TWO DOLLARS AND 96/100 $ 1,032.96 TO CORPUS CHRISTI FIRE DEPARTMENT 2406 LEOPARD ST STE 300 CORPUS CHRISTI, TX 78408-3719 Glenn Hegar VOID AFTER 08/31/2027 Comptroller of Public Accoun 11030411, 1: 1011100 L64II: 111 1499 L5355n■ gyvs cr �o p a v AGENDA MEMORANDUM NLtlgppRWZf Action Item for the City Council Meeting April 15, 2025 rs52 Action Item for the City Council Meeting April 29, 2025 DATE: April 15, 2025 TO: Peter Zanoni, City Manager FROM: Kevin Smith, Director of Aviation Kevi n S4(a)cctexas.com (361) 826-1292 Ordinance authorizing the acceptance and appropriation of$100,000.00 from the Texas Department of Transportation, under the FY2024 Routine Airport Maintenance Program (RAMP) Grant to fund airport maintenance at the Corpus Christi International Airport. CAPTION: Ordinance authorizing acceptance of a grant from the Texas Department of Transportation for the FY24 Routine Airport Maintenance Program (RAMP) Grant in the amount of $100,000.00 to fund airport maintenance at the Corpus Christi International Airport (CCIA); appropriating funds in the amount of $100,000.00 to the Airport Grants Fund. SUMMARY: The Texas Department of Transportation (TxDOT) provides annual entitlement funds for airside and Iandside improvements as part of the RAMP Grant. CCIA is eligible for funding up to $100,000 per year with a 10% local match available in the Airport Operating Budget. The City Manager, or designee, is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry-over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e) to comply with applicable State or federal laws and regulations; and f)for matters which do not change the essential purpose of the grant. BACKGROUND AND FINDINGS: Corpus Christi International Airport is located on 2,700 acres of land with approximately 650,000 sq. ft. of facilities including 140,000 sq. ft. of terminal space. Accordingly, Airport Staff regularly schedules routine maintenance for the Iandside and airside facilities. The scope of maintenance can range from small repairs to larger rehabilitation and painting projects. Eligible projects under the RAMP Grant may include pavement work, drainage maintenance, hangar/terminal building painting and repairs, airport entrance signs and landscaping and hangar access roads. ALTERNATIVES: The alternative is not to accept the grant award, bring these to Council every year for approval, or find other funding sources elsewhere. FISCAL IMPACT: There is no fiscal impact for the application process. However, if the award is accepted, the fiscal impact is a required cash match of $10,000.00. FUNDING DETAIL: Fund: 1055 —Airport Grant Fund Organization/Activity: 89 Grants & CIP/ FY24 RAMP Department: 53 Aviation Project # (CIP Only): N/A Account: 520130 — Maintenance & Repairs RECOMMENDATION: Staff recommends acceptance of the grant funding in the amount of$100,000.00, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Award Letter Presentation Certificate of Funds Ordinance authorizing acceptance of a grant from the Texas Department of Transportation for the FY24 Routine Airport Maintenance Program (RAMP) Grant in the amount of $100,000.00 to fund airport maintenance at the Corpus Christi International Airport (CCIA); appropriating funds in the amount of$100,000.00 to the Airport Grants Fund. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City of Corpus Christi Fire Department accepts funding in the amount of $100,000.00 from the Texas Department of Transportation under the Routine Airport Maintenance Program ("RAMP") Grant to fund airport maintenance at the Corpus Christi International. SECTION 2. That $100,000.00 is appropriated in the No. 1055 Airport Grants Fund from the Texas Department of Transportation under the Routine Airport Maintenance Program (RAMP) Grant described in Section 1, and amending the FY 2025 Operating Budget. SECTION 3. The City Manager, or designee, is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry-over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e) to comply with applicable State or federal laws and regulations; and f) for matters which do not change the essential purpose of the grant. SECTION 4. The Director of Aviation is designated as the City's authorized official to administer this grant. The authorized official is empowered to apply for, accept, reject or terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 5. In the event of the loss or misuse of these RAMP funds, the City assures that the funds will be returned to the Texas Department of Transportation, in full. Introduced and voted on the day of , 2025. ATTEST: PASSED and APPROVED on the day of 12025. Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E TEXAS DEPARTMENT OF TRANSPORTATION GRANT FOR ROUTINE AIRPORT MAINTENANCE PROGRAM (State Assisted Airport Routine Maintenance) TxDOT Project ID: M2516CORP Part I -Identification of the Project TO: The City of Corpus Christi, Texas FROM: The State of Texas, acting through the Texas Department of Transportation This Grant is made between the Texas Department of Transportation, (hereinafter referred to as the "State"), on behalf of the State of Texas, and the City of Corpus Christi, Texas, (hereinafter referred to as the "Sponsor"). This Grant Agreement is entered into between the State and Sponsor shown above, under the authority granted and in compliance with the provisions of the Transportation Code Chapter 21. The project is for airport maintenance at the CORPUS CHRISTI - CORPUS CHRISTI INTL Airport. Part II - Offer of Financial Assistance l. For the purposes of this Grant, the annual routine maintenance project cost, Amount A, is estimated as found on Attachment A, Scope of Services, attached hereto and made a part of this grant agreement. State financial assistance granted will be used solely and exclusively for airport maintenance and other incidental items as approved by the State. Actual work to be performed under this agreement is found on Attachment A, Scope of Services. State financial assistance, Amount B, will be for ninety percent(90%) of the eligible project costs for this project or $100,000.00, whichever is less,per fiscal year and subject to availability of state appropriations. Scope of Services, Attachment A, of this Grant, may be amended, subject to availability of state funds, to include additional approved airport maintenance work. Scope amendments require submittal of an Amended Scope of Services, Attachment A. Services will not be accomplished by the State until receipt of Sponsor's share of project costs. Only work items as described in Attachment A, Scope of Services of this Grant are reimbursable under this grant. Work shall be accomplished by August 31, 2025, unless otherwise approved by the State. 12/17/2024 Page 1 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E 2. The State shall determine fait-and eligible project costs for work scope. Sponsor's share of estimated project costs, Amount C, shall be as found on Attachment A and any amendments. It is mutually understood and agreed that if, during the term of this agreement, the State determines that there is an overrun in the estimated annual routine maintenance costs, the State may increase the grant to cover the amount of the overrun within the above stated percentages and subject to the maximum amount of state funding. The State will not authorize expenditures in excess of the dollar amounts identified in this Agreement and any amendments, without the consent of the Sponsor. 3. Sponsor, by accepting this Grant certifies and, upon request, shall furnish proof to the State that it has sufficient funds to meet its share of the costs. The Sponsor grants to the State the right to audit any books and records of the Sponsor to verify expended funds. Upon execution of this Agreement and written demand by the State, the Sponsor's financial obligation (Amount C) shall be due in cash and payable in full to the State. State may request the Sponsor's financial obligation in partial payments. Should the Sponsor fail to pay their obligation, either in whole or in part, within 30 days of written demand, the State may exercise its rights under Paragraph V-3. Likewise, should the State be unwilling or unable to pay its obligation in a timely manner, the failure to pay shall be considered a breach and the Sponsor may exercise any rights and remedies it has at law or equity. The State shall reimburse or credit the Sponsor, at the financial closure of the project, any excess funds provided by the Sponsor which exceed Sponsor's share (Amount C). 4. The Sponsor specifically agrees that it shall pay any project costs which exceed the amount of financial participation agreed to by the State. It is further agreed that the Sponsor will reimburse the State for any payment or payments made by the State which are in excess of the percentage of financial assistance (Amount B) as stated in Paragraph II-1. 5. Scope of Services may be accomplished by State contracts or through local contracts of the Sponsor as determined appropriate by the State. All locally contracted work must be approved by the State for scope and reasonable cost. Reimbursement requests for locally contracted work shall be submitted on forms provided by the State and shall include copies of the invoices for materials or services. Payment shall be made for no more than 90% of allowable charges. The State will not participate in funding for force account work conducted by the Sponsor. 6. This Grant shall terminate upon completion of the scope of services. Part III- Additional Requirements for Certain Equipment 12/17/2024 Page 2 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E 1. Certain purchase, installation, and subscription costs for eligible air traffic and operations monitoring equipment (`Equipment") are reimbursable as provided in this Part. If Grantee is seeking reimbursement for eligible Equipment costs, it must be shown in Attachment A. 2. For eligible Equipment, the State will reimburse 90% of the initial cost to purchase and install, not to exceed $3,000.00, and 90% of the annual subscription fee for subsequent years, not to exceed $3,000.00 per year. 3. Notwithstanding Section 2, for the one year prior to a master plan or airport layout plan update, TxDOT will reimburse up to 90% of the eligible costs, not to exceed $5,400.00. 4. Eligibility Requirements A. The Equipment must include the following items, at a minimum; 1. Triangulation 2. Noise abatement 3. Aircraft tracking data for 30 days 4. Identification of pavement utilization by airplane design group for the entire airport 5. Equal effectiveness at both towered and non-towered airports 6. Tracking of military and government aircraft, including FAA blocked aircraft B. In order for costs to be eligible for RAMP reimbursement: 1. The Sponsor must maintain and operate the Equipment for 3 years. 2. On at least a quarterly basis, the Sponsor must provide to the State all data produced and collected by the Equipment. 3. To be eligible for reimbursement of the annual subscription fee after the first year, the Sponsor must participate in the Routine Airport Maintenance Program, have an executed Grant Agreement for that year, and comply with all grant requirements. 12/17/2024 Page 3 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E C. The State may conduct on-site or off-site monitoring reviews of the Equipment during the initial required 3-year term, and during any years Sponsor seeks reimbursement of subscription costs. The Sponsor shall fully cooperate with the State and provide any required documentation. The Sponsor shall grant full access to the Equipment to the State or its authorized designee for the purpose of determining compliance, including, but not limited to: l. Whether the Equipment, and its operation and maintenance, are consistent with the requirements set forth in the Grant Agreement and this First Amendment; 2. Whether the Sponsor is making timely progress with installation of the Equipment, and whether its management, financial management and control systems, procurement systems and methods, and overall performance are in conformance with the requirements set forth in the Grant Agreement and this First Amendment, and are fully and accurately reflected in reports submitted to the State. D. Failure to maintain compliance with these requirements may result in the Sponsor having to repay grant funds to the State. Part IV- Sponsor Responsibilities 1. In accepting this Grant, if applicable, the Sponsor guarantees that: a. it will, in the operation of the facility, comply with all applicable state and federal laws, rules, regulations, procedures, covenants and assurances required by the State in connection with this Grant; and b. the Airport or navigational facility which is the subject of this Grant shall be controlled by the Sponsor for a period of at least 20 years; and C. consistent with safety and security requirements, it shall make the airport or air navigational facility available to all types, kinds and classes of aeronautical use without discrimination between such types, kinds and classes and shall provide adequate public access during the period of this Grant; and d. it shall not grant or permit anyone to exercise an exclusive right for the conduct of aeronautical activity on or about an airport landing area. Aeronautical activities include, but are not limited to scheduled airline flights, charter flights, flight instruction, aircraft sales, rental and repair, sale of aviation petroleum products and aerial applications. The landing area consists of runways or landing strips, taxiways, parking aprons, roads, airport lighting and navigational aids; and 12/17/2024 Page 4 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E e. through the fence access shall be reviewed and approved by the State; and f. it shall not permit non-aeronautical use of airport facilities, unless noted on an approved Airport Layout Plan, without prior approval of the State/FAA. This includes but is not limited to: the process of land disposal, any changes to the aeronautical or non-aeronautical land uses of the airport, land's deeded use from non-aeronautical to aeronautical, requests of concurrent use of land, interim use of land, approval of a release from obligations from the State/FAA, any of which will require 18 months, or longer; and g. the Sponsor shall submit to the State annual statements of airport revenues and expenses when requested; and h. all fees collected for the use of the airport shall be reasonable and nondiscriminatory. The proceeds from such fees shall be used solely for the development, operation and maintenance of the airport or navigational facility; and i. an Airport Fund shall be established by resolution, order or ordinance in the treasury of the Sponsor, or evidence of the prior creation of an existing airport fund or a properly executed copy of the resolution, order, or ordinance creating such a fund, shall be submitted to the State. The fund may be an account as part of another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the fund as a whole. All fees, charges, rents, and money from any source derived from airport operations must be deposited in the Airport Fund and shall not be diverted to the general revenue fund or another revenue fund of the Sponsor. All expenditures from the Airport Fund shall be solely for airport purposes. Sponsor shall be ineligible for a subsequent grant or loan by the State unless, prior to such subsequent grant or loan, Sponsor has complied with the requirements of this subparagraph; and J. the Sponsor shall operate runway lighting at least at low intensity from sunset to sunrise; and k. insofar as it is reasonable and within its power, Sponsor shall adopt and enforce zoning regulations to restrict the height of structures and use of land adjacent to or in the immediate vicinity of the airport to heights and activities compatible with normal airport operations as provided in Tex. Loc. Govt. Code Ann. Sections 241.001 et seq. (Vernon and Vernon Supp.). Sponsor shall also acquire and retain aviation easements or other property interests in or rights to use of land or airspace, unless sponsor can show that acquisition and retention of such interest will be impractical or will result in undue hardship to Sponsor. Sponsor shall be ineligible for a subsequent grant or loan by the State unless Sponsor has, prior to subsequent approval of a grant or loan, adopted and passed an airport hazard zoning ordinance or order approved by the State. 12/17/2024 Page 5 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E 1. mowing services will not be eligible for state financial assistance. Sponsor will be responsible for 100% of any mowing services. 2. The Sponsor, to the extent of its legal authority to do so, shall save harmless the State, the State's agents, employees or contractors from all claims and liability due to activities of the Sponsor, the Sponsor's agents or employees performed under this agreement. The Sponsor, to the extent of its legal authority to do so, shall also save harmless the State, the State's agents, employees or contractors from any and all expenses, including attorney fees which might be incurred by the State in litigation or otherwise resisting claim or liabilities which might be imposed on the State as the result of those activities by the Sponsor, the Sponsor's agents or employees. 3. The Sponsor's acceptance of this Offer and ratification and adoption of this Grant shall be evidenced by execution of this Grant by the Sponsor. The Grant shall comprise a contract, constituting the obligations and rights of the State of Texas and the Sponsor with respect to the accomplishment of the project and the operation and maintenance of the airport. If it becomes unreasonable or impractical to complete the project, the State may void this agreement and release the Sponsor from any further obligation of project costs. 4. Upon entering into this Grant, Sponsor agrees to name an individual, as the Sponsor's Authorized Representative, who shall be the State's contact with regard to this project. The Representative shall receive all correspondence and documents associated with this grant and shall make or shall acquire approvals and disapprovals for this grant as required on behalf of the Sponsor, and coordinate schedule for work items as required. 5. By the acceptance of grant funds for the maintenance of eligible airport buildings, the Sponsor certifies that the buildings are owned by the Sponsor. The buildings may be leased but if the lease agreement specifies that the lessee is responsible for the upkeep and repairs of the building no state funds shall be used for that purpose. 6. Sponsor shall request reimbursement of eligible project costs on forms provided by the State. All reimbursement requests are required to include a copy of the invoices for the materials or services. The reimbursement request will be submitted no more than once a month. 7. The Sponsor's acceptance of this Agreement shall comprise a Grant Agreement, as provided by the Transportation Code, Chapter 21, constituting the contractual obligations and rights of the State of Texas and the Sponsor with respect to the accomplishment of the airport maintenance and compliance with the assurances and conditions as provided. Such Grant Agreement shall become effective upon the State's written Notice to Proceed issued following execution of this agreement. PART V- Nomination of the Agent 1. The Sponsor designates the State as the party to receive and disburse all funds used, or to be used, in payment of the costs of the project, or in reimbursement to either of the parties for costs incurred. 12/17/2024 Page 6 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E 2. The State shall, for all purposes in connection with the project identified above, be the Agent of the Sponsor. The Sponsor grants the State a power of attorney to act as its agent to perform the following services: a. accept, receive, and deposit with the State any and all project funds granted, allowed, and paid or made available by the Sponsor, the State of Texas, or any other entity; b. enter into contracts as necessary for execution of scope of services; C. if State enters into a contract as Agent: exercise supervision and direction of the project work as the State reasonably finds appropriate. Where there is an irreconcilable conflict or difference of opinion,judgment, order or direction between the State and the Sponsor or any service provider, the State shall issue a written order which shall prevail and be controlling; d. receive, review, approve and pay invoices and payment requests for services and materials supplied in accordance with the State approved contracts; C. obtain an audit as may be required by state regulations; the State Auditor may conduct an audit or investigation of any entity receiving funds from TxDOT directly under this contract or indirectly through a subcontract under this contract. Acceptance of funds directly under this contract or indirectly through a subcontract under this 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. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. f. reimburse sponsor for approved contract maintenance costs no more than once a month. PART VI - Recitals 1. This Grant is executed for the sole benefit of the contracting parties and is not intended or executed for the direct or incidental benefit of any third party. 2. It is the intent of this grant to not supplant local funds normally utilized for airport maintenance, and that any state financial assistance offered under this grant be in addition to those local funds normally dedicated for airport maintenance. 3. This Grant is subject to the applicable provisions of the Transportation Code, Chapters 21 and 22, and the Airport Zoning Act, Tex. Loc. Govt. Code Ann. Sections 241.001 et seq. (Vernon and Vernon Supp.). Failure to comply with the terms of this Grant or with the rules and statutes shall be considered a breach of this contract and will allow the State to pursue the remedies for breach as stated below. 12/17/2024 Page 7 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E a. Of primary importance to the State is compliance with the terms and conditions of this Grant. if, however, after all reasonable attempts to require compliance have failed, the State finds that the Sponsor is unwilling and/or unable to comply with any of the terms of this Grant, the State, may pursue any of the following remedies: (1) require a refund of any financial assistance money expended pursuant to this Grant, (2) deny Sponsor's future requests for aid, (3)request the Attorney General to bring suit seeking reimbursement of any financial assistance money expended on the project pursuant to this Grant,provided however, these remedies shall not limit the State's authority to enforce its rules, regulations or orders as otherwise provided by law, (4) declare this Grant null and void, or (5) any other remedy available at law or in equity. b. Venue for resolution by a court of competent jurisdiction of any dispute arising under the terms of this Grant, or for enforcement of any of the provisions of this Grant, is specifically set by Grant of the parties in Travis County, Texas. 4. The State reserves the right to amend or withdraw this Grant at any time prior to acceptance by the Sponsor. The acceptance period cannot be greater than 30 days after issuance unless extended by the State. 5. This Grant constitutes the full and total understanding of the parties concerning their rights and responsibilities in regard to this project and shall not be modified, amended, rescinded or revoked unless such modification, amendment, rescission or revocation is agreed to by both parties in writing and executed by both parties. 6. All commitments by the Sponsor and the State are subject to constitutional and statutory limitations and restrictions binding upon the Sponsor and the State (including Sections 5 and 7 of Article 11 of the Texas Constitution, if applicable) and to the availability of funds which lawfully may be applied. 12/17/2024 Page 8 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E Part VII -Acceptances Sponsor The City of Corpus Christi, Texas, does ratify and adopt all statements, representations, warranties, covenants, agreements, and all terms and conditions of this Grant. Executed this 17 day of December 2024 The City of Corpus Christi, Texas Sponsor 0 Sponsor Signature Director of Aviation Sponsor Title 12/17/2024 Page 9 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E Acceptance of the State Executed by and approved for the Texas Transportation Commission for the purpose and effect of activating and/or carrying out the orders, established policies or work programs and grants heretofore approved and authorized by the Texas Transportation Commission. STATE OF TEXAS TEXAS DEPARTMENT OF TRANSPORTATTON cuSigned by: Fat— rM67"EF5 By: Date: 12/18/2024 12/17/2024 Page 10 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E Attachment A Scope of Services TxDOT Project ID: M2516CORP Eligible Scope Item: Estimated Costs State Share Sponsor Share Amount A Amount B Amount C GENERAL MAINTENANCE $111,111.11 $100,000.00 $11,111.11 TOTAL $111,111.11 $100,000.00 $11,111.11 Accepted by: The City of Corpus Christi, Texas Signature Title: Director of Aviation Date: 12/17/2024 GENERAL MAINTENANCE: As needed, Sponsor may contract for services/purchase materials for routine maintenance/improvement of airport pavements, signage, drainage, AWOS systems, approach aids, lighting systems, utility infrastructure, fencing; herbicide/application, sponsor owned and operated fuel systems, hangars, terminal buildings and security systems: professional services for environmental compliance, approved project design. Special projects to be determined and added by amendment. Airport Operations Counting Systems: The purchase and installation of specified air traffic and operations monitoring equipment("Equipment") is eligible for reimbursement as provided in Part IiI Only work items as described in Attachment A, Scope of Services of this Grant are reimbursable under this grant. 12/17/2024 Page 11 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E CERTIFICATION OF AIRPORT FUND TxDOT Project ID: M2516CORP The City of Corpus Christi does certify that an Airport Fund has been established for the Sponsor, and that all fees, charges, rents, and money from any source derived from airport operations will be deposited for the benefit of the Airport Fund and will not be diverted for other general revenue fund expenditures or any other special fund of the Sponsor and that all expenditures from the Fund will be solely for airport purposes. The fund may be an account as part of another fund, but must be accounted for in such a manner that all revenues, expenses, retained earnings, and balances in the account are discernible from other types of moneys identified in the fund as a whole. The City of Corpus Christi, Texas (Sponsor) By: Title: Director of Aviation Date: 12/17/2024 Certification of State Single Audit Requirements I Kevin Smith do certify that the City of Corpus Christi will comply with all requirements of the State (Designated Representative) of Texas Single Audit Act if the City of Corpus Christi spends or receives more than the threshold amount in any grant funding sources during the most recently audited fiscal year. And in following those requirements, the City of Corpus Christi will submit the report to the audit division of the Texas Department of Transportation. If your entity did not meet the threshold in grant receivables or expenditures,please submit a letter indicating that your entity is not required to have a State Single Audit performed for the most recent audited fiscal year. 10 Signature Director of Aviation Title 12/17/2024 Date 12/17/2024 Page 12 of 13 Docusign Envelope ID: F2D4A39D-8DCD-4397-B691-46A7FFE8073E DESIGNATION OF SPONSOR'S AUTHORIZED REPRESENTATIVE TxDOT Project ID: M2516CORP The City of Corpus , Christi designates, Jeremy Valgardson, Assistant Aviation Director (Name, Title) as the Sponsor's authorized representative, who shall receive all correspondence and documents associated with this grant and who shall make or shall acquire approvals and disapprovals for this grant as required on behalf of the Sponsor. The City of Corpus Christi, Texas Sponsor) By: - Title: Director of Aviation Date: 12/17/2024 DESIGNATED REPRESENTATIVE Mailing Address: Corpus Christi International Airport 1000 International Drive Corpus Christi, Texas 78406 Overnight Mailing Address: Telephone/Fax Number: 361-826-1777 Email address: jeremyv2@cctexas.com 12/17/2024 Page 13 of 13 Texas Department of Transportation Routine Airport Maintenance Program (RAMP) Ordinance Authorizing Acceptance of Award Corpus Christi International Airport Director Kevin Smith April 15, 2025 Background Information Airport Staff regularly schedules routine maintenance for the landside and airside facilities. The scope of maintenance can range from small repairs to larger rehabilitation and painting projects. Eligible projects under the RAMP Grant may include pavement work, drainage maintenance, hangar/terminal building painting and repairs, airport entrance signs and landscaping and hangar access roads. The City of Corpus Christi has been awarded $100.000.00 Background Information This grant will provide funding for: Airport maintenance at the Corpus Christi International Airport (CCIA) with a required cash match of $10,000.00 coming from the Airport Operating Budget. � Texas Department of Transportation Routine Airport Maintenance Program (RAMP) Questions ? .bus cx,� �o Nreoreroea 1852 AGENDA MEMORANDUM Public Hearing and First Reading for the City Council Meeting of April 15, 2025 Second Reading for the City Council Meeting of April 29, 2025 DATE: March 21, 2025 TO: Peter Zanoni, City Manager FROM: Michael Dice, Development Services Department Michaeld3@cctexas.com (361) 826-3596 Rezoning for a property at or near 820 Naval Air Station Drive CAPTION: Zoning Case No. ZN8561 , ADR Investments, LLC. (District 4). Ordinance rezoning a property at or near 820 Naval Air Station (NAS) Drive from the "CG-1" General Commercial District to the "CG-1/SP" General Commercial 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 conditionally allow a contractor's shop without outdoor storage. BACKGROUND AND FINDINGS: The subject property is a vacant and undeveloped 0.4-acre parcel out of District 4 in Flour Bluff. It is located along the north side of the freeway segment of NAS (Naval Air Station) Drive. The parcel is within the Military Compatibility Area Overlay District (MCAOD) of the TRUAX field at NAS-CC, outside of any clear or accident potential zones; however, it is within the light, vertical obstruction, and noise safety subzones of the base. Except for the right-of-way along the southern boundary of the subject property, the parcel lies within a "CG-1" General Commercial District southwest of Scotland Drive and northeast of South Padre Island Drive. A special permit to the north property allows specific warehouse and freight movement activities without outside storage. There are also some low-density residential and vacant uses. The property to the east and south of the parcel and NAS Drive have a current commercial land use. The property special permit dating to 1983 on the parcel to the east may be inactive. The applicant requests a special permit for a contractor's shop without outdoor storage. The base "CG-1" General Commercial District permits restaurants, educational facilities, medical facilities, commercial parking, offices, retail sales and services, vehicle sales and services, and water-oriented uses. With the nearby naval base, properties in the surrounding area have been assigned a future land use designation of Transition Aviation Special District to transition away from residential uses, which allows the congregation of people near bases, to non-residential uses to ensure compatibility of land uses between military and civilian operations. During the permitting process, zoning reviews are conducted to ensure that development compatibility is achieved; through the prescription of Unified Development Code required buffer yard width and points (UDC §7.9.5, 7.9.6), increased setbacks due to height (UDC §4.2.8.D), limitations on hours of operations with certain site features (UDC §7.2.7.B.1 .a), and visual barriers such as landscaping (UDC §7.3.10) and walls to buffer noise generators (UDC §7.9.8.13). Public Input Process: Number of Notices Mailed: 9 notices were mailed within the 200-foot notification area, and 0 outside the notification area. As of March 14, 2025 In Favor In Opposition 0 inside notification area 0 inside notification area 0 outside notification area 0 outside notification area A total of 0.00% of the 200-foot notification area is in opposition. ALTERNATIVES: None. FISCAL IMPACT: There is no fiscal impact associated with this item. RECOMMENDATION (March 5, 2025): Planning Commission and Staff recommend approval of the change of zoning from the "CG-1" General Commercial District to the "CG-1/SP" General Commercial District with a Special Permit. The Special Permit will be subject to the following conditions: 1 . Use: The only use allowed on the subject property other than uses permitted in the base zoning district is a light industrial service use, specifically, a building, heating, plumbing, or electrical contractor's shop, except for storage yard. 2. Landscaping: Landscaping must be provided in accordance with Article 7.3 Landscaping of the Unified Development Code. 3. Dumpster: All solid waste shall be confined in a dumpster screened from street, public, and neighboring views. No dumpster is permitted within the front street yard. Screening for the dumpster must be composed of a solid or opaque material that matches or compliments the building material of the principal structure. 4. Outside Storage and Display: Outside storage and display is prohibited. 5. Screening & Buffer Yard: A 10-foot-wide buffer yard and 5 points shall be required along the property boundaries adjacent to residential zoning districts. 6. Lighting: All lighting shall be shielded, and pole lights shall be of the fully cut-off type. All light fixtures within 50 feet of the property boundaries adjacent to residential zoning districts shall be no greater than 15 feet in height. 7. Building Height: The building height requirement shall adhere to UDC Section 4.2.8.0 Modification of Heigh Regulations. 8. Hours of Operation: The hours of operation shall be limited from 8.00 AM to 05.00 PM. Customer access after 05.00 PM shall be prohibited. 9. Noise: Noise regulations shall be subject to Section 31-3 of the Municipal Code. 10.Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 11.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: 7 Against: 0 Absent: 2 Abstained: 0 LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation - Aerial Map Planning Commission Final Report Zoning Case No. ZN8561, ADR Investments, LLC. (District 4). Ordinance rezoning a property at or near 820 Naval Air Station (NAS) Drive from the "CG-1" General Commercial District to the "CG-1/SP" General Commercial 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, THAT: SECTION 1. The Unified Development Code ("UDC") and corresponding UDC Zoning Map of the City of Corpus Christi, Texas are amended by changing the zoning on the subject property being Lot 19R, Block C, Flour Bluff Estates, as shown in Exhibit "A" and "B", from: the "CG-1" General Commercial District to the "CG-1/SP" General Commercial District with a Special Permit. The subject property is located at or near 820 Naval Air Station (NAS) Drive. Exhibit A, a map, and Exhibit B, a site plan, are attached to and incorporated in this ordinance. The Special Permit granted in this Section of this ordinance is subject to the following conditions: 1 . Use: The only use allowed on the subject property other than uses permitted in the base zoning district is a light industrial service use, specifically, a building, heating, plumbing, or electrical contractor's shop, except for storage yard. 2. Landscaping: Landscaping must be provided in accordance with Article 7.3 Landscaping of the Unified Development Code. 3. Dumpster: All solid waste shall be confined in a dumpster screened from street, public, and neighboring views, as indicated on the attached site plan. No dumpster is permitted within the front street yard. Screening for the dumpster must be composed of a solid or opaque material that matches or compliments the building material of the principal structure. 4. Outside Storage and Display: Outside storage and display is prohibited. 5. Screening & Buffer Yard: A 10-foot-wide buffer yard and 5 points shall be required along the property boundaries adjacent to residential zoning districts. 6. Lighting: All lighting shall be shielded, and pole lights shall be of the fully cut-off type. All light fixtures within 50 feet of the property boundaries adjacent to residential zoning districts shall be no greater than 15 feet in height. 7. Building Height: The building height requirement shall adhere to UDC Section 4.2.8.0 Modification of Heigh Regulations. 8. Hours of Operation: The hours of operation shall be limited from 8.00 AM to 05.00 PM. Customer access after 05.00 PM shall be prohibited. 9. Noise: Noise regulations shall be subject to Section 31-3 of the Municipal Code. 10.Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 11.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 conflict with this ordinance are hereby expressly superseded except for the Military Compatibility Area Overlay Districts. This ordinance does not amend or supersede any Military Compatibility Area Overlay Districts, which, as adopted by Ordinance#032829, remain in full force and effect. 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. SECTION 7. This ordinance shall become effective upon publication. Introduced and voted on the day of , 2025. Page 2 of 5 PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 3 of 5 Exhibit A c�R I RS- CG-Z i SUBJECT PROPERTY � l �yPL� CG_ 1 yet cG-i 85 SUBJECT PR CASE: WlgH ZONING NI Subject Property aPaomrn Heue.a�sr�cr a.Ru ra,Krue F,:, A- e.Weibu.ew oav�r, A-� Ap—R[uM aerce 43 -.V Irh¢ti4 Duf-cv A9 Proetabivl OAiee 0.furte FUD FYnnee—tlereia . IwT APiwmM-Taurwi.Uifnia R-1A O�w F�rrlhlpw6p�i_� R•1 �Bufniw�hLLnai R•1R 9N Fwwry D-4 R•el N M[uUd Ri�agOWv1 R.1C Gr♦FYnFr D—.Q ma 0 -2 Bn—e-..».w D— R-2 WyM CM4c D-i. _- 0-3 aR+xes 0— RE R..—W Ewe.0-1 SUt3JECT a-a r:..-ameuvrF.aemeo< R-T,TnRraweuo ,q ar— PROPERTY Bs P..,aeness astir SP r--P- 9e P—"B--C—D— Tv. Tr.MT,—ProD.— ev canw.emwead.o.,wp�.an. -r-es uamt.w..e wm.raw oenn C•i[!�'efl• -ri HERE .. F•R FilM1IRViI[M41G T— wws®nelldw5u[AM1xdl Cuc pus �5 E.00ATION I4'}AF Page 4 of 5 Exhibit B § \ / ( ©+ � . ' ~~ - § tz Ld Lei ID _ | @ \ § a- 22 Page 5 of 5 ZONING REPORT CASE ZN8561 Applicant & Subject Property District: 4 Owner: ADR Investments Inc Applicant: ADR Investments Inc Address: 820 Naval Air Station (NAS) Drive, located along the north side of NAS Drive, south of Claride Street, and east of West Lakeside Drive Legal Description: Lot 19R, Block C, Flour Bluff Estates Acreage of Subject Property: 0.4 acres Zoning Request From: "CG-1" General Commercial District To: "CG-1/SP" General Commercial District with a Special Permit Purpose of Request: To conditionally allow a contractor's shop without outdoor storage. Land Development & Surrounding Land Uses Zoning District Existing Land Use Future Land Use Site "CG-1" General Commercial Vacant "CG-1" Transition Aviation Special General Commercial, Low-Density Residential, District North "CG-1/SP" Commercial, General Commercial District and Vacant with a Special Permit South "CG-1" Transportation (NAS Dr), General Commercial Commercial Transportation (NAS Dr), "CG-1/SP" Transition Aviation Special East General Commercial with a District Special Permit Low-Density Residential, "CG-1" Commercial Transition Aviation Special West General Commercial District Plat Status: The subject property is platted per MRNC (Map Records of Nueces County Texas) Volume 68 Page 662. Military Compatibility Area Overlay District (MCAOD, Effective August 22, 2022): The subject property is within the MCAOD of TRUAX Field at NAS-CC. Code Violations: None. Transportation and Circulation Designation Section Proposed Section Existing NAS 11 400-Foot ROW 170-Foot ROW (Naval Air Station) ��F1 4-10 Thru Lanes, 4 Thru Lanes, Drive Freeway/Expressway Median Center Turn Lane Transit: The Corpus Christi RTA provides service to the subject property via Bus Route 3 NAS Shuttle, Route 4 Flour Bluff, Route 29 Staples with stops near Stone Street and NAS Drive, and Waldron Road and NAS Drive. Bicycle Mobility Plan: The subject property is approximately 600 feet from the nearest planned Bike Boulevard, along Matlock Street, Military Drive, and Jester Street. Utilities Gas: A 2-inch WS (active) grid main exists along the west side of NAS Drive, and a 4-inch WS (active) along the northern boundary of the parcel. Stormwater: None. Wastewater: An 8-inch VCP (active and public) gravity main exists along the west side of NAS Drive. Water: A 6-inch DIP (active and public) distribution line exists along the west side of NAS Drive. 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. ADP (Area Development Plan): According to Plan CC the subject property is located within the Flour Bluff ADP (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. Roadway Master Plan: No improvements have been proposed. Public Notification Number of Notices Mailed 9 within a 200-foot notification area 0 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 owners) Public Hearing Schedule Planning Commission Hearing Date: March 5, 2025 City Council 1st Reading/Public Hearing Date: April 15, 2025 City Council 2nd Reading Date: April 29, 2025 Background: The subject property is a vacant and undeveloped 0.4-acre parcel out of District 4 in Flour Bluff. It is located along the north side of the freeway segment of NAS (Naval Air Station) Drive. The parcel is within the Military Compatibility Area Overlay District (MCAOD) of the TRUAX field at NAS-CC, outside of any clear or accident potential zones; however, it is within the light, vertical obstruction, and noise safety subzones of the base. Except for the right-of-way along the southern boundary of the subject property, the parcel lies within a "CG-1" General Commercial District southwest of Scotland Drive and northeast of South Padre Island Drive. A special permit to the north property allows specific warehouse and freight movement activities without outside storage. There are also some low-density residential and vacant uses. The property to the east and south of the parcel and NAS Drive have a current commercial land use. The property special permit dating to 1983 on the parcel to the east may be inactive. The applicant requests a special permit for a contractor's shop without outdoor storage. The base "CG-1" General Commercial District permits restaurants, educational facilities, medical facilities, commercial parking, offices, retail sales and services, vehicle sales and services, and water-oriented uses. A contractor's shop (typically of the building, heating, plumbing, or electrical trade) is permitted in the "IL" Light Industrial and "IH" Heavy Industrial District under the light industrial service use category. Under that category, firms are defined as those engaged in the light industrial use service activities and are typically engaged in the manufacturing, assembly, repair, or servicing of industrial, business, or consumer machinery, equipment, products, or by-products, mainly by providing centralized services for separate retail outlets. Contractors and building maintenance services and similar uses perform services off-site. Few customers, especially the public, come to the site. With the nearby naval base, properties in the surrounding area have been assigned a future land use designation of Transition Aviation Special District to transition away from residential uses, which allows the congregation of people near bases, to non-residential uses to ensure compatibility of land uses between military and civilian operations. Plan CC (City of Corpus Christi Comprehensive Plan) Consistency: The proposed rezoning is consistent with Elements, Goals and Strategies for Decision Makers: o Corpus Christi has a robust "entrepreneurial ecosystem" that supports a thriving small business community. o Corpus Christi development patterns support efficient and cost-effective use of resources and a high quality of life. ■ Encourage orderly growth of new residential, commercial, and industrial areas. ■ Promote a balanced mix of land uses to accommodate continuous growth and promote the proper location of land uses based on compatibility, locational needs, and characteristics of each use. o Regulations to protect military and civilian airfield and airport use are in place. ■ Continue to consider the compatibility of proposed uses with military airfield operations when making decisions on rezoning requests. ■ Avoid development that is incompatible with the operation of military airfields and the airport. Flour Bluff ADP (Area Development Plan) and FLUM (Future Land Use Map) Consistency: The proposed rezoning is consistent with the Flour Bluff ADP and is consistent with the FLUM designation of Transition Aviation District. • Encourage local business investment and growth. Staff Analysis: Staff reviewed the subject property's background information and the applicant's rezoning request purpose and researched 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 amendment to the current zoning district is consistent with many of the goals and strategies of the City of Corpus Christi Comprehensive Plan and with the FLUM designation of Transition Aviation Special District. • In reviewing the applicant's proposed amendment and determining the appropriateness of such a request, staff considered the activities associated with a contractor's shop, siting, and compatibility with the nearby base, the zoning and conforming uses of surrounding properties, and the character of the neighborhood, and drafted special conditions to limit any adverse impacts. o The activities permitted with the special permit will not be insensitive to the surrounding properties and can co-exist with the base. • The proposed rezoning is compatible with the Joint Land Use Study (JLUS), which is also cited in the Flour Bluff ADP. o NAS-CC and the City prepared and adopted a JLUS in 2013 that called for land use changes to ensure compatibility with military and civilian aviation. o For NAS-CC, this means avoiding residential land uses and other concentrations of people between the military installation and South Padre Island Drive. o Implementing this recommendation of the JLUS is particularly important for NAS-CC, one of the most important employers in Corpus Christi. Planning Commission and Staff Recommendation: 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 "CG-1" General Commercial District to the "CG-1/SP" General Commercial District with a Special Permit subject to the following conditions. 1. Use: The only use allowed on the subject property other than uses permitted in the base zoning district is a light industrial service use, specifically, a building, heating, plumbing, or electrical contractor's shop, except for storage yard. 2. Landscaping: Landscaping must be provided in accordance with Article 7.3 Landscaping of the Unified Development Code. 3. Dumpster: All solid waste shall be confined in a dumpster screened from street, public, and neighboring views, as indicated on the attached site plan. No dumpster is permitted within the front street yard. Screening for the dumpster must be composed of a solid or opaque material that matches or compliments the building material of the principal structure. 4. Outside Storage and Display: Outside storage and display is prohibited. 5. Screening & Buffer Yard: A 10-foot-wide buffer yard and 5 points shall be required along the property boundaries adjacent to residential zoning districts. 6. Lighting: All lighting shall be shielded, and pole lights shall be of the fully cut-off type. All light fixtures within 50 feet of the property boundaries adjacent to residential zoning districts shall be no greater than 15 feet in height. 7. Building Height: The building height requirement shall adhere to UDC Section 4.2.8.0 Modification of Heigh Regulations. 8. Hours of Operation: The hours of operation shall be limited from 8:00 AM to 05:00 PM. Customer access after 05:00 PM shall be prohibited. 9. Noise: Noise regulations shall be subject to Section 31-3 of the Municipal Code. 10.Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 11.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. Attachments: (A) Existing Zoning and Notice Area Map. (B) Site Plan (A) Existing Zoning and Notice Area Map RS- CG- 1 g z 3 SUBJECT �Q PROPERTY 4 ���0 C G- 1 ,� �' 6 S� �ksT C G- 1 R CG- 1 CASE: ZN8561 IN Zoning and notice Area RM-1 Multifamilyl uetriel IL Light lnd RM-2 MullhamilY2 IH Heavy lnduam I RM-3 Multifamily 3 Pu❑ Planned Unit C.,Overlay ON Professional Office RS-11 Single-Family 10 RM-AT Muhlamily AT RS-3 Single-Family 6 CN-1 Neighborhood Commercial RS4.5 SingleFamily 4.5 CN-2 Neighborhood Commercial RS-TF Tura-Family CR-1 Resort Commercial RSA5 Single-Family 15 CR-2 Resorl Commercial RE Residential Estate , CG-1 General Cammerc'ral RS-Th Townhouse CG-2 General Commercial SP Special Permit CI Intensive Comm en,ial RV Recreational Vehicle Park CHC Oownfo—Commercial RMH Manufacl a red Name CR-3 Resort Commercial FR Farm Rural H Hiataric Overlay susrecr BP eaeineee Park PROPERTY ❑m s�eieor aronfl ry 6.IZ-I �wtnzao•n„rz r Q mrsw, . 4 0— dh.2X A"cden y City of _ Esri,HERE - - areaa,�arn®,:n�laore in oe Voe Corpus LOCATION MAP Christi ' (B) Site Plan � F X Z w w � w p Q m W Z Z Z q m Z c m C u Q F 0 d O l J p `1.t l s'yN �s Li I � Q L Lo - � N _ N W V < $ Q Of V ~ C6 I N i O Lo W F N N F v 0 m p to LO v OIr 0 Z m LY II O LQ p W Y W U n p o u a W a a (L d Ir N IL U) Li p Li Z Z IL Y ❑ 4 10 _ 4 a m P Ld 4 - W Q Ir Ir 4 W to I < O p 68 86 " z Zoning Case ZN8561 ADR Investments LLC District 4 Rezoning for a property at or near 820 Naval Air Station (NAS) Drive From the "CG-1" District To the "CG-1/SP" General Commercial District with a Special Permit SUBJECT e " ' PROPERTY 6�e o� NPJP�Q 4,/ F SUBJECT 00 PROPERTY P pQ V, / 1-i,Y 0� Esoi,HERE LOCAT IO nM,s Corpus ,•0 3�. N MAP Christi City Council April 15, 2025 Zoning and Land Use Proposed Use: To allow a contractor's shop. ADP (Area Development Plan): \ roe Flour Bluff, Adopted on June 22, 2021 RS- 03/01 983 FLUM (Future Land Use Map): �G-1 \ TASD (Transition Aviation Special District) 02/19/2023 uBERTY "e Existing Zoning District: y "CG-1" General Commercial District OQ �P�tipd Adjacent Land Uses: North: Low-Density Res., Commercial, Vacant; Zoned: CG_1 \ ,� "CG-1" and "CG-1/SP" 03/01/1983 �fo� z South: Transportation (NAS), Commercial; Zoned: "CG-1/SP" CG_ N East: Low-Density Res., Commercial; Zoned: "CG- 03CG_1 t 1/SP" West: Low-Density Res., Commercial; Zoned: CG-1 Public Notification 9 Notices mailed inside the 200' buffer 0 Notices mailed outside the 200' buffer 7 g Notification Area RS- CG-1 9 2 Opposed: 0 (0.00%) 3 UBJECT Separate Opposed Owners: (0) P ERTY i5 X �F O� yCP�l Pt& aPy�V v"Q In Favor: 0 (0.00%) CG-1 O� 5 p/ G CC N OAK I -1 *Notified property owner's land in SQF/Total SQF of all properties in G-1 the notification area=Percentage of public in opposition and/or favor. Staff Analysis and Recommendation • The proposed amendment to the current zoning district is consistent with many of the goals and strategies of the City of Corpus Christi Comprehensive Plan and with the FLUM designation of Transition Aviation Special District. • In reviewing the applicant's proposed amendment, and determining the appropriateness of such a request, staff considered the activities associated with a contractor's shop, siting, and compatibility with the nearby base, the zoning and conforming uses of surrounding properties, and the character of the neighborhood, and drafted special conditions to limit any adverse impacts. • The proposed rezoning is compatible with the Joint Land Use Study (JLUS), which is also cited in the Flour Bluff ADP. NAS-CC and the City prepared and adopted a JLUS in 2013 that called for land use changes to ensure compatibility with military and civilian aviation. PLANNING COMMISSION AND STAFF RECOMMEND APPROVAL TO THE "CG-1/SP" GENERAL COMMERCIAL DISTRICT WITH A SPECIAL PERMIT Special Permit Conditions Use: The only use allowed on the subject property other than uses permitted in the base zoning district is a light industrial service use, specifically, a building, heating, plumbing, or electrical contractor's shop, except for storage yard. Landscaping: Landscaping must be provided in accordance with Article 7.3 Landscaping of the Unified Development Code Landscaping. Dumpster: All solid waste shall be confined in a dumpster screened from street, public, and neighboring views, as indicated on the site plan provided. No dumpster is permitted within the front street yard. Screening for the dumpster must be composed of a solid or opaque material that matches or compliments the building material of the principal structure Outside Storage and Display: Outside storage and display is prohibited. Screening & Buffer Yard: A 10-foot-wide buffer yard and 5 points shall be required along the property boundaries adjacent to residential zoning districts. Special Permit Conditions (Cont.) Lighting: All lighting shall be shielded, and pole lights shall be of the fully cut-off type.All light fixtures within 50 feet of the property boundaries adjacent to residential zoning districts shall be no greater than 15 feet in height. Building Height: The building height requirement shall adhere to UDC Section 4.2.8.0 Modification of Height Regulations. Hours of Operation: The hours of operation shall be limited from 8:00 AM to 05:00 PM. Customer access after 05:00 PM shall be prohibited. Noise: Noise regulations shall be subject to Section 31-3 of the Municipal Code. Other Requirements: The conditions listed herein do not preclude compliance with other applicable UDC and Building and Fire Code Requirements. 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. Site Plan 198.45' ----------------------- ------------TiF-t-Tt- PARKING LOT / m 41' 41' 41' / 45' ua an. uu un. ue arr. /aY,� / ® 2 5.580 SOFT. 124 % 150.14 SITE A PARKING REQUIREMENTS STORAGE AREA I PER 2.500 SF OF MOOR STORAGE INDOOR STORAGE BUILDING CA) - 5.580 SF 2.2 SPACES REDD. ADR INVESTMENTS N 820 .A.S LOT 19 R.BLOCK C SPACES REOD.2 FLOUR BLUFF EST. 6 SPACES ON SITE CORPUS CHRISTI. TEXAS c�RjoF SUBJECT �Q PROPERTY IP O� Z� �G �o O= cAK��F�R CASE: ZN8561 N W+E Aerial View s Subject 12 Property SUBJECT 6 PROPERTY Cityof Esri, HERE Corpus "'+r, LOCATION MAP Christi .bus cx,� �o Nreoreroea 1852 AGENDA MEMORANDUM Public Hearing and First Reading for the City Council Meeting of April 15, 2025 Second Reading for the City Council Meeting of April 29, 2025 DATE: March 21, 2025 TO: Peter Zanoni, City Manager FROM: Michael Dice, Development Services Department Michaeld3@cctexas.com (361) 826-3596 Rezoning for a property at or near 2816 Ruth, 2828 Ruth, and 2830 Ruth CAPTION: Zoning Case No. ZN8584, Daovone Xayasene (District 1). Ordinance rezoning properties at or near 2816 Ruth, 2828 Ruth, and 2830 Ruth Street from the "RS-6" Single-Family 6 District and the "CG-2" General Commercial District to the "RM-Y Multifamily District; providing for a penalty not to exceed $2,000 and publication. (Planning Commission and Staff recommend approval). SUMMARY: This request is to rezone the property to allow multifamily development. BACKGROUND AND FINDINGS: The subject property, out of the westside area and District 1 , is a vacant 0.33 acre tract out of multiple lots and a portion of a lot, out of the Steele's subdivision. It is located along a local right-of-way, Ruth Street, near Agnes Street and South Port Avenue, both arterials. Steele's Addition, 62 acres at the time of plat, appear to have originally been subdivided from residential use. Apart from the abutting right of way along its southern boundary, the properties to the north and west have a current land use designation of low-density residential and are zoned "RS-6" District. Those to the east are vacant with portion having commercial activities and are zoned "CG-2" District. South of the subject property and Ruth Street are parcel zoned "IL," that are vacant or have a commercial use. An "RM-Y District exists along Ruth Street as well. The applicant is requesting a change of zoning to accommodate a multifamily development. The development proposes two structures containing four units each. The "RM-Y Multifamily District allows apartments, single-family houses, two-family houses, townhouses, cottage housing developments, group homes, educational facilities, parks and open areas, places of worship, and nursing homes. Density is limited to 36 units per acre; the subject property has a gross allowance of 11 density units per acre. The proposed rezoning is consistent with the City of Corpus Christi's Comprehensive Plan (Plan CC); however, it is not consistent with the Future Land Use Map (FLUM) designation of medium-density residential. During the permitting process, zoning reviews are conducted to ensure that development compatibility is achieved; through the prescription of Unified Development Code required buffer yard width and points (UDC §7.9.5, 7.9.6), increased setbacks due to height (UDC §4.2.8.D), limitations on hours of operations with certain site features (UDC §7.2.7.B.1 .a), and visual barriers such as landscaping (UDC §7.3.10) and walls to buffer noise generators (UDC §7.9.8.13). Public Input Process: Number of Notices Mailed: 41 notices were mailed within the 200-foot notification area, and 7 outside the notification area. As of March 14, 2025 In Favor In Opposition 3 inside notification area 0 inside notification area 0 outside notification area 0 outside notification area A total of 0.00% of the 200-foot notification area is in opposition. ALTERNATIVES: None. FISCAL IMPACT: There is no fiscal impact associated with this item. RECOMMENDATION (March 5, 2025): Planning Commission and Staff recommend approval of the change of zoning from the "RS-6" Single-Family 6 District and the "CG-2" General Commercial District to the "RM- 3" Multifamily District. Vote Results For: 7 Against: 0 Absent: 2 Abstained: 0 LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation - Aerial Map Planning Commission Final Report Zoning Case No. ZN8584, Daovone Xayasene (District 1). Ordinance rezoning properties at or near 2828 Ruth, 2830 Ruth, and 2816 Ruth Street from the "RS-6" Single-Family 6 District and the "CG-2" General Commercial District to the "RM-3" Multifamily 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, THAT: SECTION 1. The Unified Development Code ("UDC") and corresponding UDC Zoning Map of the City of Corpus Christi, Texas, are amended by changing the zoning on the subject property being Lots 63 through 66, Block 12, Steele's Addition Subdivision and a 0.046 acre tract out of Lot 67, Block 12, Steele's Addition Subdivision, as shown in Exhibit "A", from: the "RS-6" Single-Family 6 District and the "CG-2" General Commercial District to the "RM-3" Multifamily District. The subject property is located at or near 2828 Ruth Street, 2830 Ruth Street, and 2816 Ruth Street. Exhibit A, a metes and bounds description, and Exhibit B, the subject property map, are 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 conflict with this ordinance are hereby expressly superseded except for the Military Compatibility Area Overlay Districts. This ordinance does not amend or supersede any Military Compatibility Area Overlay Districts, which, as adopted by Ordinance#032829, remain in full force and effect. 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. SECTION 7. This ordinance shall become effective upon publication. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 2 of 5 Exhibit A Exhibit STATE OF TEXAS COUNTY OF NUECES Field notes of 0.046 acre tract for zoning purposes anly out of Lot 67,Block 12,"Steele's Addition'as shown on the plat recorded in Volume 2.Page 49.Map Records Nueces County,Texas and also being a portion of a 10 foot alley closed as per Ordinance No-14557 and recorded in Document No, 1996007979,Official Public Records of Nucces County,Texas.Said 0.046 acre tract being more particularly described as follows: BEGINNING at a point in the north right of way of Ruth Street.for the common south urrner of hots 66&67,and for the southwest corner of this exhibit. THENCE with the common line of Lot 66,Lot 67,and this exhibit,North 01' 16'28"West,a distance of 125.00 feet to a point in the center of said closed 10 foot alley and for the northwest corner of this exhibit,frorn WHENCE a 51"re-bar found for the northwest comer of Lot 7R,Steele"s Addition,as sho,Am on the plat recorded in Volume 69,Page 266,Map Records Nucces County,Texas,bears South 88Q 43'32"West,a distance of 50.00 feet,THENCE North 01° 16 28"West,a distance of 125.00 feet. THENCE with the common line of the center of said closed 10 foot alley and this exhibit,North 88'43' 32"East,a distance of 16.00 feet to a point for the northeast corner of this exhibit. THENCE crossing Lot 67 with the cast line ot"this exhibit,South U1"lb'28"East,a distance of 125.00 feet to a point in the common line of the north right of way of Ruth Street and Lot 67,and for the southeast comer of this exhibit THENCE with the common line of the north right of way of Ruth Street,Lot 67,and this exhibit.South 88'43'32"West,a distance of 16.00 feet to the POINT of BEGINNING of this exhibit,and containing 0.046 acres of land,more or less. Notes: 1.)Bearings are based on Global Positioning System NAD 83(93)4205 Datum, 2.)A Map of equal date accompanies this Metes and Bounds description. 3.)Set 5i8"re-bar=rc-bar set with yellow plastic cap labeled Brister Surveying. 1,Ronald E.Brister do hereby certify that this exhibit of the property legally described herein does not represent an on the ground survey. Donald R Bristcr,OCS No,5407 Date: January 23,2025 4 sRF� RONALD E BRISTER .................. 07 Nfj Sllii�El Job No.250059-1 Page 1 of 2 Page 3 of 5 EXHIBIT OF A(].W ACRE TRACT.FOR ZONING PURPOSES ONLY,OUT OF LOT 67,BLOCK 12,-STEEL.E°S ADDITION"AS SHOWN ON THE PLAT RECORDED IN VOLUME 2,PAGE 49,MAP RECORDS NUECES COUNTY,TEXAS AND ALSO BEING A PORTION OF A In F€7O7'ALLEY CLOSED AS PER ORDINANCE NO.14557 AND RECORDED IN DOCUMEN7 NO.1996007978,OFFICIAL PUBLIC RECORDS OF NLIECFS COUNTY,'CEXAS, LOT7R x R STE'ELE`S ADDITION VOL..69„PG.266, LOT6 LOT $ M.R.N,C.T. azy ——————————— N8H°#3'32'E ———— ; a p --—— — — I6.06 [MEAS} s.u.i SCALE I`=2U �F -I�• SODW---- ---� S' Kr ALLY CLOSED PER ORDINANCE NO,14WAND RECORDED IN DOCUMENT NO,I W60OMk OP.R•N.C,T. A. L 1. .: LOT 67 WT 66 �' LOT 68 •r z :13 N 7 P.O.B. S,88°43'32 W 16.00' (MEAS) RUTH STREET MY RIGHT OF WAY *=EXHIR11 COUNFIt EXHIBIT rnaexoFz Brister Surveying Sigh{dwl il,n� {5(11013iV}Iit11l xs fbl-(SSb IWi: a T1 RS Ex ID&T DOES NOT INCLUDE TI If IIJEMA LTL Dlin� 'mjf+rryw:i.:tivm t r t� IL�n hSi'I:.AT[]Ir,ttk 1. !ATK",OVAL SFR'vm!DF'S, F4rM1 R^. -X¢IU07SRI LASLMILNIS.RLUI CI'W WAY'i UR UEILLTiN GN TI II.S NlOIES ���b 'e•,d+ rahrFRTY I,)TOTAL AREA OF EXIRBSI MOON ACRF& ....I...... "" I.RONALRL DA1571AD0IIEAE9YCPRTL)111A1' x.I MFAu^aT IfLAxcnlS DIO BA'SE.U0AULOBAL RONALD EBRISTER T111..FxiliRIT llr—F FR[FFRTY I Frgl lY FO61TIONINGSYSTEM RAD RA IA])a'.QS pATUM. • DEWRIDED I IEA EIN DOES aOT REF RE SENT AN ON 1l FLF S.V'kE.BAR=STEEL RiLBAR wl>•'1711 i1B:.G IaPIINNt)'sVR4€T. Vill. MASTIC CAPLARFIED RRISTF5 AlIRVE.YIrxi •'9 , t; •.!A NFW-%AND BOUNDS oF9P.RwrION or LX}L'AL {''�O A% VA k Alt OMFANMS MIS hkH1 RIl ...... y�'FF S'itO. S.ITIIISDOCUMENTIS DWrf%DLDF0RRCZ0!IING DBU FU RFOSES ONLY AND OOL$NOt'REAR ES£NTA ioUNOAkY3UkVEY r .f xR��,unxt JANUARY 29,.2M JOB NO.2501J?4-1 it IRA I Dv RR1-Z":R R I.I NO+411. Page 4 of 5 Exhibit B COLEMAN AVE RS-6 z 0 a s suaVJECT PROPERTY CG- sT RS-6 P It RM-3 RS- r.. CASE: ZN8584 I1 LN, SUBJECT PROPERTY WITH ZONING r Subject _ Cerpu Property A-9 APart —Hm.0 0— �1 La eaeo 9ksana. A-M Apanmhn Haufa Di—1 I-2 Lop IM cm Cl— A-2 AW.—rlouw Dn— 46 H "InAu 4 AB PaW-a.l❑Am Ns P Planrd l&Y[W�pewrt AT Ap-lm -T ,.V D.* R•1A Db F-�v D-K� D} io M1 N fswLmd B�araa Dkmct R.a Chin Family Dv- DhEors ' g1A Naptpn—Bova sa 5Ra`et R-1c 0-F—,jD-geq 0-- .. B-2 $FyFRnt$�.s��-sa D� R-2 M mw Ch-an9.D�aCM — B-2A ga..rx..N-sne Bps.—0— RA 0—Fr-iry D--—D1.— B-3 B.—p RE R�F n� � su ..c7' B-1 �.,B.—Rimy R-TN TAvml+drff PRQPERTY B-� PFlmary B—Dees[ SF 57 P-mvi BL Prmary B�sarcsi C D— T-aA Travef'raJcY Pail]-ab.a Cl t[ i,I /�/.■Tf F•N Fsrm R�aa9 Datric T•9C 4WaAxvv-d Xoni-3uEErvism [�(11'IILi� �5f1 DER.E.J IJ I�Mff� F1C H��oal{.ulGval laMisark prsect Col'LIi L -•..•. Pn1rYSPm t• Page 5 of 5 ZONING REPORT CASE ZN8584 Applicant & Subject Property District: 1 Owner: Daovone Xayasene Applicant: Daovone Xayasene Address: Portion of 2816 Ruth, 2828, and 2830 Ruth, located along the north side of Ruth Street, south of Coleman Avenue, east of Duncan Street, and west of South Port Avenue. Legal Description: Lots 63 through 66, and a 0.046 acre tract out of Lot 67, Block 12, Steele's Addition. Acreage of Subject Property: 0.33 acres Zoning Request From: "RS-6" Single-Family 6 District and "CG-2" General Commercial District To: "RM-3" Multifamily District Purpose of Request: To allow multifamily development. Land Development & Surrounding Land Uses Zoning District Existing Land Use Future Land Use "RS-6" Site Single-Family 6, Vacant "CG-2" General Commercial Medium-Density Residential North "RS-6" Low-Density Residential Single-Family 6 Transportation (Ruth St), Transportation (Ruth St), South "IL" Light Industrial Commercial, Medium-Density Residential Vacant East "CG-2" General Commercial Vacant, Commercial Medium-Density Residential West "RS-6" Low-Density Residential Single-Family 6 Plat Status: The subject property consists of two lots of record and a portion of a lot. Platting will be required to accommodate the proposed development. Military Compatibility Area Overlay District (MCAOD, Effective August 22, 2022): The subject property is not within a MCAOD District. Code Violations: None. Designation Section Proposed Section Existing 40-Foot ROW 60-Foot ROW 1 Thru Lane, 1 Thru Lane, Ruth Street "Local" Residential 2 Way, 2 Way, On-Street Parking On-Street Parking Transit: The Corpus Christi RTA services the subject property via Bus Route 16 Morgan Port along S Port Avenue. Bicycle Mobility Plan: The subject property is approximately a block from the nearest planned Bike Boulevard, along Ruth Street, west of Sabinas Street, and along Sabinas Street, south of Ruth Street. Utilities Gas: A 6-inch coated Steel (active) grid main exists along the south side of Ruth Street. Stormwater: A 30-inch RCP (active and public) line exists along the north side of Ruth Street. Wastewater: An 8-inch VCP (active and public) distribution exists along the north side of Ruth street. Water: A 6-inch ACP (active and public) distribution line exists along the north side of Ruth Street. 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. ADP (Area Development Plan): According to Plan CC the subject property is located within the Westside ADP (Adopted on January, 2023). Water Master Plan: No improvements have been proposed. Wastewater Master Plan: No improvements have been proposed. Stormwater Master Plan: No improvements have been proposed. Roadway Master Plan: No improvements have been proposed. Public Notification Number of Notices Mailed 41 within a 200-foot notification area 7 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: March 5, 2025 City Council 1st Reading/Public Hearing Date: April 15, 2025 City Council 2►,d Reading Date: April 29, 2025 Background: The subject property is out of the westside area and District 1 , is a vacant 0.33 acre tract out of multiple lots and portion of a lot, out of the Steele's subdivision. It is located along a local right-of-way, Ruth Street, near Agnes Street and South Port Avenue, both arterials. Steele's Addition, 62 acres at the time of plat, appear to have originally been subdivided from residential use. Apart from the abutting right of way along its southern boundary, the properties to the north and west have a current land use designation of low-density residential and are zoned "RS-6" Single-Family 6. Those to the east are vacant with portion having commercial activities and are zoned "CG-2" General Commercial district. South of the subject property and Ruth Street are parcel zoned "IL" Light Industrial use, that are vacant or have a commercial use. An "RM-3" multifamily district exists along Ruth Street as well. The applicant is requesting a change of zoning to accommodate a multifamily development. The proposed development proposes two structures containing four units each. The "RM-3" Multifamily District allows apartments, single-family houses, two-family houses, townhouses, cottage housing developments, group homes, educational facilities, parks and open areas, places of worship, and nursing homes. Density is limited to 36 units per acre; the subject property has a gross allowance of 11 density units per acre. Plan CC (City of Corpus Christi Comprehensive Plan) Consistency: The proposed rezoning is consistent with Elements, Goals and Strategies for Decision Makers: o Corpus Christi development patterns support efficient and cost-effective use of resources and a high quality of life. ■ Encourage the protection and enhancement of residential neighborhoods. ■ Promote the stabilization, revitalization, and redevelopment of older neighborhoods. ■ Encourage orderly growth of new residential, commercial, and industrial areas. ■ Promote a balanced mix of land uses to accommodate continuous growth and promote the proper location of land uses based on compatibility, locational needs, and characteristics of each use. Westside ADP (Area Development Plan) and FLUM (Future Land Use Map) Consistency: The proposed rezoning is consistent with the Westside ADP; however is not consistent with the FLUM designation of Medium-Density Residential. 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 amendment is consistent with the City of Corpus Christi Comprehensive Plan; however, it is not consistent with the FLUM designation of medium-density residential. • In reviewing the applicant's request to amend the current district, staff considered compatibility with the single-family residential district to the north and west, and the commercial district to the east, and found the proposed amendment acceptable. o The proposed district will buffer a commercial district regarded to be incompatible to a single-family district. o Additionally, the Unified Development Code will further ensure compatibility through height restrictions. • The subject property is suitable for the use to be permitted by the zoning district that would be applied by the proposed amendment. Planning Commission and Staff Recommendation: 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 and the "CG-2" General Commercial District to the "RM-Y Multifamily District. • The proposed rezoning will not have an adverse impact on the surrounding area. It addresses a Iocational need, adds variety to the housing stock, and enhances an established neighborhood. Attachments: (A) Existing Zoning and Notice Area Map (B) Returned Notices (A) Existing Zoning and Notice Area Map 12 13 14 15 16 17 1 1-1 COLEMAN AVE 0 6 24 23 22 21 20 19 i 7 RS-�' 25 38 35 39 SUBJECT PRQPERTY 34 40 26 27 28 29 30 31 32 33 C G-2 1 41 RUTH ST RS-6 1u'�Py� 5 IL 6 RM-3 3 4 ipJ� 8 7 RS-6 (CASE: ZN8584 Zoning and notice Area = � F RM-1 Multifemilyl IL Light Industrial 3 - RM-2 Mu ltda m'lly 2 IH Heavy Industrial p ' e' RMJ Multifamily3 PUD Planned Unit Dev.Overlay Caqui, CN Professional ONice RS-10 Single-Fsmlty 1f1 z s { Chrl.I. RM-AT 11A.1 rally AT R5-S Single-Famlly6 - CN-1 Neighborhootl Commertial RSA.5 Single-Family 4,5 i CM-2 Neighborhood Commarcial RS-TF Two-Family CR-1 Resort Cammettisl RS-15 Single-Family 15 '.'Rpivr Fl CR-2 Resort Commercial RE Residential Estate CG-1 General Commercial RS-TH T..Irm ise CG-2 General Commercial Cl Interesive Cnmmer SP Special Permit tial RV Rec reatienal Ve I,kc le Park CHD Downtown Com mercial RMH Manufactured Home CR3 Resort Commercial FIR Fann Rural H Hlaroric Overlay SUBJECT 8P 3—inese Park PROPERTY SOyoct P cwy dh O O�rvrsrsIIIIIIIIF 20r1'r— mfawr¢ City11 QV.IIeYS v.Ahut 200'ustetl en Oxmers ads hedtrvnersnnfabe X,cewestpn Cpu os Esri, ERE Or LOCATION MAP Christi (B) Returned Notices PUBLIC HEARING NOTICE PLANNING COMMISSION REZONING CASE No. ZN8584 Daovone Xayasene has petitioned the City of Corpus Christi to consider a change of zoning from the"I% Single-Family 6 District and the"CO-2"General Commercial District to the"RM-3"Multifamily Dist not resulting in a change to the Future Land Use Map.The property to be rezoned is described as: A property located at or near 2816,2828,and 2830 Ruth Street,and described as 0.33 acres being Lots 63-66,and a portion of Lot 67,out of Block 12 of Steele's Addition,located along the north side of Ruth Street, south of Coleman Avenue, east of Duncan Street,and west of South Port Avenue.See 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 Eli `� Wednesday, March 5.2026,during one of the planning Commission's regular meetings,which begins at 05:30 p.m.The hearing will be held in the City Council Chambers,1201 Leopard Street.You are invited to attend this public hearing to express your views on this rezoning. The Planning Commission may recommend to the City Council approval, or 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 Plan,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 46 hours in advance at 361-826-3105. Si usted desea dirigirse at Consejo de Ajuste y so ingles es limitado, habra un interprete en Ja junta para ayudarle. Para rnas information, 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 owners), and retumed in its entirety via mail to the return address this n is or to the email address below. Property Owner(s)Name: Addres g &f4 Phone No.: ( In Favor ( }in Opposition Reason: Sign at Planner Assigned:5aradja Registre, Email:SaradiaROcctexas.com Phone:361-826-3574 INFOR Case No.ZN8584 Property Owner ID 3 PUBLIC HEARING NOTICE PLANNING COMMISSION REZONING CASE No. ZN8584 - Daovone Xayasene has petitioned the City of Corpus Christi to consider a change of zoning from the" Single-Family 6 District and the"CG-2"General Commercial District to the"RM-3"Multifamily Di not resulting in a change to the Future Land Use Map_The property to be rezoned is described as: -- - A property located at or near 2816, 2828,and 2830 Ruth Street,and described as 0.33 acres being 63-66,and a portion of Lot 67,out of Block 12 of Steele's Addition,located along the north side of R: Street,south of Coleman Avenue, east of Duncan Street,and west of South Port Avenue.See map or. 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 Ell Wednesday, March 6,2025,during one of the Planning Commission's regular meetings,which begins at 05.30 p-m.The hearing will be held in the City Council Chambers,1201 Leopard Street.You are invited to attend this public hearing to express your views on this rezoning. The Planning Commission may recommend to the City Council approval, or denial,or approval of an intermediate zoning classification,andlor Special Permit. Approval of a change of Zoning, if inconsistent with the City's Comprehensive Plan,will also have the effect of amending the Comprehensive Plan to reflect the approved zoning. 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 361-826-3105. Si usted desea didgirse al Consejo de Ajuste y su ingles es limitado, habra un interprete en la junta Para ayudarle. Para mas information, favor de llamar at 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. Cade§211.006(d), Corpus Christi Unified Dev. Code§3.3.4 To be on the record,this form must be filled cut, signed by the current property owner(s), and returned in its entirety via mail to the return address n thisr.e r to the email address below, Property Owner(s) Name:_ � Addres : � Z dP��Df -0 Phone No.: ( in Favor { )In Opposition Reason: Signatur Planner Assigned:Saradja Registre Email:SaradlaR d..ectexas.com Phone:361-825-3574 INFOR Case No.ZNB584 Property Owner IQ:4 PUBLIC HEARING NOTICE PLANNING COMMISSION REZONING CASE No. ZN8584 Daovone Kayasene has petitioned the City of Corpus Christi to consider a change of zoning from the"RS-6" Single-Family 6 District and the"CG-2"General Commercial Distract to the"RM-3"Multifamily District not resulting in�a change to the Future Land Use Map.The property to be rezoned is described as: A property located at or near 2816,2828,and 2830 Ruth Street, and described as 0.33 acres being Lots 63-66,and a portion of Lot 67,out of Block 12 of Steele's Addition,located along the north side of Ruth Street,south of Coleman Avenue,east of Duncan Street, and west of South Port Avenue.See 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 Ell •� Wednesday, March 5,2025, during one of the Planning Commission's regular meetings.,which begins at 05:30 p.m.The hearing will be held in the City Cou no!I Chambers, 1201 Leopard Street.You are invited to attend this public hearing to express your views on this rezoning. The Planning Commission may recommend to the City Council approval, or 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 Plan,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 feast 48 hours in advance at 361-626-3105. Si usted desea dirigirse al Consejo de Ajuste y su ingles es limitado,habra un interprete on to junta Para ayudarle. Para m6s mformacidn, favor de!lamer al Departamento de Servicics 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), Corpris Christi United 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 o this notice o o the email address below. Property Owner(s)Name: Address: f Z r-G 'dip/ Phone No.: 3 �—✓� z f ( Favor ( )In Opposition Reason: Signature Planner Assigned:Saradia Registre Email,SaradiaRScctexas.com Phone:361-826-3574 iNFOR Case No.ZN8584 Property Owner IQ:5 Zoning Case ZN8584 Daovone Xayasene District 1 COLEh1„Al AVE Rezoning for a property at or near 2816,2828, &2830 Ruth From the "RS-6" Single-Family 6& "CG-2" General Commercial To the "RM-3" Multi-Family SUBJECT � PROPERTY C.,Pu Ch,i.O 5J _ pyp,j SUBJECT PROPERTY �O v t ('LIN 01 Cope. LOCATION MAP City Council April 15, 2025 Zoning and Land Use Proposed Use: To allow a multifamily development. COLEMAN AVE - ADP (Area Development Plan): 02-06-1979 Westside,Adopted on January 10, 2023 RS-B z FLUM (Future Land Use Map): =1 Medium-Density Residential sye� CT I PR%P TY CG_z Existing Zoning District: 'IRS-6" Single-Family 6, "CG-2" General Commercial RUT"ST Adjacent Land Uses: RS-8 F,P� North: Low-Density Residential; Zoned: "RS-6" RM-3 " South: Transportation, Commercial, and Vacant; oP� Zoned: "RM-3," "CG-2" 10-21-1980 �lG�s� N RS-6 East: Vacant, Commercial; Zoned: "CG-2" 05-22-1979 West: Low-Density Residential; Zoned: "RS-6" Public Notification 41 Notices mailed inside the 200' buffer 7 Notices mailed outside the 200' buffer 12 13 14 16 16 17 COLEMAN AVE 0 Notification Area 7 S_ 29 23 22 21 20 19 25 38 Opposed: 0 (0.00%) �8 T 35 39 Separate Opposed Owners: (0) TY 34 40 X 26 27 28 29 30 31 32 33 C G_2 41 R TH ST In Favor: 3 (8.20%) s R 1L 6 3 9 9 N *Notified property owner's land in SQF/Total SQF of all properties in 8 the notification area=Percentage of public in opposition and/or favor. Staff Analysis and Recommendation • The proposed amendment is consistent with the City of Corpus Christi Comprehensive Plan; however, it is not consistent with the FLUM designation of medium-density residential. • In reviewing the applicant's request to amend the current district, staff considered compatibility with the single-family residential district to the north and west, and the commercial district to the east, and found the proposed amendment acceptable. • The subject property is suitable for the use to be permitted by the zoning district that would be applied by the proposed amendment. PLANNING COMMISSION AND STAFF RECOMMEND APPROVAL TO THE "RM-3" MULTIFAMILY DISTRICT COLEMAN AVE un z 0 z SUBJECT PROPERTY RUTH ST ,b6 O CASE: ZN8584 N WE Aerial View ti S brpkl S Subject Property Alpl�RL SUBJECT 6W PROPERTY Cityof Esri,JERE I'FKIT D Corpus ILOCATION MAP[ Christi v s ct�' o� �a yoAPop ° AGENDA MEMORANDUM xs5� Action Item for the City Council Meeting of April 15, 2025 DATE: April 11, 2025 TO: Peter Zanoni, City Manager FROM: Jeffrey Edmonds, P.E., Director of Engineering Services 0effreye(a)cctexas.com (361) 826-3851 Sergio Villasana, CTCD, Director of Finance & Procurement sergiov2@cctexas.com (361) 826-3227 FY 2025 Operational Budget Adjustment Engineering Services Department CAPTION: Ordinance approving the addition of 20 full-time positions and equipment to the Engineering Services Department budget; amending the FY 2025 Operating Budget as required for the last five months of the year with funding coming from the FY 2025 Capital Improvement Budget as required. The FY 2025 impact is $1,705,243.00 including vehicle purchases with an FY 2026 recurring amount of$1,969,676.00. SUMMARY: This Ordinance increases the Engineering Services funded positions from 103 to 123 and makes the budget adjustments necessary to support that change. This increase is needed to respond to the demands of the near-term CIP that have increased from $703 million in FY24 to $1 billion in FY25. Subsequent to the CIP adoption, all four propositions of the $175 million Bond 2024 program were approved by the voters. BACKGROUND AND FINDINGS: Engineering Services is an internal services department that is tasked with cost- effectively managing the execution of the City's capital construction project portfolio. The numbers of projects and scale of the projects managed have grown dramatically in recent years. The FY 25 CIP is over 300% of the CY 2020 CIP. Engineering Services' workloads have increased proportionally to the CIP growth. Staffing levels have not kept pace with the CIP growth and increased demands. During the August 29, 2024 City Council workshop on the CIP it was mentioned that upon passage of the FY2025 CIP and approval of the Bond 2024 referendum, Engineering Services would be requesting a mid-year budget adjustment. The passage or both the FY 25 CIP and Bond 2024 referendum is resulting in increased tasking for Engineering Services. Additional staffing is requested to keep pace with the growing work demands. The FY 2025 impact is $1,705,243 (including vehicle purchases) with an FY2026 recurring amount of$1,969,676. The City awarded $524 million in new architect-engineer (AE) and construction contracts in FY24. The performance expectation for the department is to exceed that amount in FY25. Financial throughput for the department is currently around $350 million. The projected three-year CIP from FY25 through FY27 averages about $650M. Based on that, the throughput and tasking for Engineering Services should continue to increase for the next few years. In addition to the increase in contracting volume, there has been an evolution in the type of construction contracts that the City is awarding. There are many more IDIQ contracts than the department had five years ago. These contracts help operating departments be more responsive to immediate needs and expedite getting construction work done. They do, however, carry more of an administrative burden since the level of engineering is typically less than a Design-Bid-Build project. There can be one or two dozen task orders or delivery orders on each contract that need to be individually invoiced and tracked. IDIQ or MSA contracts therefore require much more administrative work than a similarly sized individual contract. Engineering Services is funded by charges against the projects we are managing that are referred to as reimbursements. Engineering Services reimbursements are budgeted at around 6% of total project cost in the CIP (8% for most projects and 3% for very large projects). Engineering Services endeavors to maintain actual cost reimbursements at less than the 6% of total project cost. Staff uses 6% as a metric because that compares favorably with peer organizations performing similar scopes of work such as the US Army Corps of Engineers (USACE), the Naval Facilities Command (NAVFAC) and other municipal program management offices. For example, USACE charges 5.7% for projects over$6 million and 6.5% for projects under $6 million. NAVFAC charges similar amounts. The City of San Antonio provides budget guidance of allowing 7-9% to manage capital projects in the size range of Corpus Christi's average project size which is about $10 million. As a performance metric, Engineering Services compares our monthly financial throughput against our monthly departmental costs. For the 3-month period of December 2024 — February 2025, Engineering throughput averaged almost $30 million per month. That rate of throughput would support an annual budget of nearly $22 million for Engineering Services' costs at the 6% level. With this requested action, Engineering Services would have an amended FY25 budget of roughly $15 million. The impact for FY26 would be slightly less due to one-time vehicle costs in FY25. With the requested staffing increase, if throughput maintains current rates, Engineering Services' costs will end the year under 4.5% of financial throughput, which is well below the CIP budgeted amounts and the 6% performance target. We are achieving these efficiencies through leveraging technology and streamlining processes. ALTERNATIVES: The alternative is to not approve these adjustments. Not adjusting the Engineering Services staffing will inevitably slow down the execution of the CIP and will result in greater financial risks for the City. Some important business transactions such as change orders, monthly pay application processing and project closeouts may be delayed. All those items can result in delayed payments to contractors and consultants. There is also an increased risk of undetected construction quality issues. There could also be greater risk of construction cost escalation if the City causes delays to project execution. FISCAL IMPACT: The proposed budget increase is fully funded within the current CIP and is still well within the CIP budgeted amounts for Engineering Services reimbursements. Therefore, no CIP amendment is required by this action. Engineering Services is funded by cost recovery from project budgets in the approved CIP. The City's External Auditors require that Engineering reimbursements to be based on actual staff time spent on projects. Our costs are recovered quarterly from projects based on employee timesheets. Engineering Services Reimbursements are typically budgeted at 8% of CIP project cost and 3% for some very large projects. Engineering uses 6% of financial throughput as a performance target because that compares favorably to peer organizations. Since actual Engineering Reimbursement costs are running well below the budgeted amounts, the fiscal impact from approving this action is completely funded within the adopted CIP. Denying this request could possibly result in increased project delays, undetected quality issues, coordination problems, delayed payments and could potentially increase construction costs due to delay impacts. RECOMMENDATION: Staff recommend the approval of an Ordinance to add twenty positions with required salaries, benefits, and equipment to the Engineering Services Department. LIST OF SUPPORTING DOCUMENTS: Ordinance Proposed Budget Adjustment Ordinance approving the addition of 20 full-time positions and equipment to the Engineering Services Department budget; amending the FY 2025 Operating Budget as required for the last five months of the year with funding coming from the FY 2025 Capital Improvement Budget as required. The FY 2025 impact is $1,705,243.00 including vehicle purchases with an FY 2026 recurring amount of $1,969,676.00. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The FY2024-2025 Operating Budget adopted by Ordinance No. 033451 is amended to increase the number of full-time employees in the Engineering Services Department by 20 with required salaries, benefits and equipment. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Corpus Christi, Texas --- FY2024-2025 PP45 Cy ` OLIO o° +4� � �� - CAPITAL BUDGET REVIEW Ay- ENGINEERING SERVICES MID—YEAR BUDGET ADJUSTMENT FISCAL YEAR 2024-2025 : " ADOPTED Presented by CAPITALJeff Edmonds, Director of BUDGET G°aeus chRi. o � Engineering � h CITY OF CORPUS CHRISTI ADOPTED BY CITY COUNCIL CITY MANAGER April 15, 2025 ON SEPTEMBER 17,2024 PETER ZANONI ORDINANCE NO.033468 FY25 CIP Summary CIP Programs Projects • • - Airport 7 $3,363,400 Economic Development 36 $34,904,326 Parks&Rec 45 $71,615,082 Public Facilities 19 $12,083,851 Public Health &Safety 18 $29,009,354 Streets 44 $78,847,633 Gas 8 $26,933,144 Storm Water 13 $52,074,141 Wastewater 29 $182,665,490 Water 53 $517,192,726 TOTAL •ND 2024 $175,000,000 TOTAL FY 25 CIP PLUS BOND1 $1,183,689,147 2 Planned Capital Program FY 2025— FY 2034 Capital Pro ram b Cate o $ in Millions FY E Program Amount Amount Water $5172 $2,302.7 28.7% Wastewater 182.7 1,093.2 13.6% Streets(Less Utility Support) 78.8 2,340.5 29.2% Parks & Recreation 71.6 715.1 8.9% Storm Water 52.1 368.4 4.6% Economic Development 34.9 405.1 5.1% Public Health & Safety 29.0 321.1 4.0% Gas 26.9 128.7 1.6% Public Facilities 12.1 304.9 3.8% Airport 3.4 40.7 0.5% ProgramTotal 00: 00 1 10-YR average = $802 million per YR Source: FY24-25 Adopted Capital Budget(page 16) 3 FY25 CIP TREND/ PROJECTION ADOPTED/PROJECTED CAPITAL BUDGET $1,400,000,000 $1,200,000,000 $1,000,000,000 $800,000,000 $600,000,000 $400,000,000 $200,000,000 $o 2020 2021 2022 2023 2024 2025 2026 2027 2028 2029 2030 2031 2032 2033 2034 4 Tasking, Staffing and Budget Trend $300,000,000 200 $250,000,000 150 $200,000,000 z $150,000,000 N 100 a $100,000,000 50 $50,000,000 $_ 0 2020 2021 2022 2023 2024 AMENDED 25 Annual Work in Place $ Engineering Services Cos[$ -Engineering positions 5 About Engineering • Engineering Services' mission is to cost-effectively manage delivery of capital construction portfolio • Managing about 100 active construction projects with unexecuted value of $600M • CIP and Bond 2024 increased workload passage • Increased workload requires more staff A • Departmental costs are budgeted within CIP projects • ES cost target is less than 6% of project cost • Compares favorably with peer organizations • Recently, ES costs have been less than 4% of project costs `. • The 2% under target equates to over $7M savings per year! Monthly throughput averaging $30M and expected to increase throughout balance of year • Overtasking staff increases the risk of delays, mistakes, poor performance, quality issues and added costs - —_ 6 About Engineering • Every CIP project includes an allocation for , "Engineering Reimbursements". • Engineering reimbursements are charged to projects qr , based on timesheets completed by employees. • Engineering is not funded in the General Fund budget. ,4 • Engineering is not directly funded by taxes. • Our costs and revenues mirror the CIP funding. ` • Engineering costs during any fiscal year are mostly funded by projects in previously approved CIP's and . Bond referenda. ��` About Engineering Jeffrey C Janetwheehead D-2— rM 3] ]tr V'mitionsPos'tiomRama Pottumu[hu � fw(�� i i i I i I I I I I Hu an ReSOUFCeV WTR/WW/STO/G/SUPPORT 6 Positions PUB Facilitiesma I • Financial Management Manage A/E Contracts • Administrative Support Project Management of Construction Inspections and Water and Wastewater • Records Management Engineering Design projects Management Construction Inspections and • Reporting • Manage Engineering projects • Commercial/Subdivision/Permit Management + Audit Response Public Outreach Inspections • Human Resources Manage real estate transaction • e-Builder and IT Support associated with Engineering • Construction Administration projects • Agenda Preparation • dudes 2 art time intern g About Engineering Services SOVIM Estimated Private Sector Construction Workers Employed on City Projects: 3,000+ Mid -year Adjustment Drivers • Awarded $524M in contracts in FY24 • FY25 CIP increased by 42% over FY24 adopted CIP Budget • Bond 24 added $140M to FY 25 adopted CIP Budget • Amended FY 25 CIP is a 62% increase over FY24 • Outstanding contract value greater than $600M • Emergency projects related to drought • Supporting RPP and more IDIQ work - Faster paced work with less upfront engineering • Managing larger, more complex projects • Monthly throughput has increased by about 50% over FY24 levels • Departmental costs have fallen below 5% of $ throughput Zo Mid -year Adjustment Summary • FISCAL IMPACT IS FUNDED WITHIN THE CIP BUDGETED AMOUNTS FOR ENGINEERING REIMBURSEMENTS • Add 20 authorized FTE's across organization • Addition of 12 vehicles • Total FY25 Adjustment of $1.705M (with one-time expenses) • FY2026 Recurring amount of $1.970M • This is about a 15% annual adjustment but work-in-place for FY25 is expected to be a 45% increase over FY24. • 45% workload increase with 15% labor adjustment! 11 Mid -year Adjustment Detail Support Services Division Utility Treatment Plant • 1 Contract and Funds Administrator Construction Division • 1 Sr Contract and Funds Administrator • 3 Senior Construction Inspectors • 1 Grants & Contracts Specialist • 1 Senior Project Manager • 1 Administrative Support II • 6 Vehicles • 2 Engineering Project Specialists Construction Management Division Project Management Division • 4 Construction Inspectors II • 2 Senior Project Managers • 1 Construction Inspector 1 • 1 Project Manager • 1 Administrative Support II • 1 Engineer II • 5 Vehicles • 1 Pool Vehicle 12 --- FY2024-2025 PP45 Cy ` OLIO o° +4� � �� - CAPITAL BUDGET REVIEW Ay- ENGINEERING SERVICES MID—YEAR BUDGET ADJUSTMENT FISCAL YEAR 2024-2025 : " ADOPTED Presented by CAPITALJeff Edmonds, Director of BUDGET G°aeus chRi. o � Engineering � h CITY OF CORPUS CHRISTI ADOPTED BY CITY COUNCIL CITY MANAGER April 15, 2025 ON SEPTEMBER 17,2024 PETER ZANONI ORDINANCE NO.033468 se o° a F v AGENDA MEMORANDUM NHPOPPl E First Reading Ordinance for the City Council Meeting April 15, 2025 1852 Second Reading Ordinance for the City Council Meeting April 29, 2025 DATE: April 15, 2025 TO: Peter Zanoni, City Manager FROM: Jeffrey H. Edmonds, P.E., Director of Engineering Services 0effreye(u-)-cctexas.com (361) 826-3851 Robert Dodd, Director of Parks & Recreation robertd4(u-)cctexas.com (361) 826-1853 Advance Funding Agreement Holly Road Train Trestle to Tourism Trail CAPTION: Ordinance approving and authorizing an Advance Funding Agreement between the City of Corpus Christi and the Texas Department of Transportation for the Holly Road Train Trestle to Tourism Trail Project in an amount of $11,797,839 from the Texas Department of Transportation, Transportation Alternatives Set-Aside (TASA) Program under the 2023 Call for Projects, with the design and construction managed by the City and appropriating $1,300,000 of interest income from the American Rescue Plan Act (ARPA) Fund and amending the FY 2025 Capital Budget and FY 2025 Operating Budget SUMMARY: This ordinance will authorize the following agreements associated with the Trestle to Trail Holly Road Project. A. Transferring interest income in the amount of$1,300,000 from the ARPA fund to the CIP Project Trestle to Trail Holly Road for design costs. B. An ordinance authorizing the Parks & Recreation Department to accept funding from the Texas Department of Transportation's TASA Program under the 2023 Call for Projects. The proposed grant will cover construction costs related to the CIP Project Trestle to Trail Holly Road. C. An ordinance authorizes the execution of an Advance Funding Agreement (AFA) with the Texas Department of Transportation (TXDOT) for the Holly Road Train Trestle to Tourism Trail. This project involves constructing a 15-foot-wide shared-use path from the existing path on the west side of Oso Bay along Division Road to Flour Bluff Drive, and along Flour Bluff Drive from Division Road to Don Patricio Road. It will include building a pedestrian bridge across Oso Bay using existing pilings from the abandoned train trestle bridge. BACKGROUND AND FINDINGS: TASA issued a "Call for Projects" in the Texas Register on December 2, 2022. The City of Corpus Christi Holly Road Train Trestle to Tourism Trail Project was prepared and submitted by City before the deadline of June 5, 2023. The project scope involves constructing a 15-foot-wide shared-use path from the existing path on the west side of Oso Bay along Division Road to Flour Bluff Drive, and along Flour Bluff Drive from Division Road to Don Patricio Road. It will include building a pedestrian bridge across Oso Bay using existing pilings from the abandoned train trestle bridge. Projects were evaluated for eligibility based on the technical standards, and specific selection criteria as set forth in the 2023 Transportation Alternatives Program Guide. The commission selected Transportation Alternatives projects for funding based on recommendations from the director of the division responsible for administering the TASA Program, the potential benefit of the projects to the state, and their value as enhancements to the surface transportation system. The Texas Transportation Commission awarded federal funds and transportation development credits to support a variety of bicycle and pedestrian planning and infrastructure projects throughout the state. On October 26, 2023, The City of Corpus Christi Holly Road Train Trestle to Tourism Trail Project was awarded $13,577,158 of which $11,797,839 is for construction and $1,779,319 is for State direct and indirect costs. Generally, the local match for TASA projects must be 20% or greater, approximately $2,606,891. The local match for this project has been met with Transportation Development Credits, which brings the local match to $0. The City is responsible for all other soft costs such as design and permitting. The design and permitting for the project will be funded through the ARPA interest income in the amount of $1,300,000. The ARPA interest income will be transferred to the project. The grant requires the construction project be advertised and constructed by City per the project scope listed in the AFA. The city is responsible for any overage. Both the Flour Bluff Area Development Plan and the Southside Area Development Plan, respectively, identified the Oso Bay Trestle Bridge Hike and Bike trail as an important public investment project with strong community support. The voters further expressed support for this project when they approved the 2022 Bond Package that included $500,000 for the preliminary design and investigation to convert the damaged railroad crossing to an ADA-accessible hike and bike trail. The future trail system will be located throughout Flour Bluff connecting various natural areas on the Encinal Peninsula. These future improvements could serve as vital recreation, active transportation, and nature education resources for area residents and visitors to Corpus Christi. This item will authorize the execution of the AFA with TXDOT in an amount of$13,577,158 for the construction of a 15-foot-wide shared use path. A professional service contract for design services will be presented to Council for consideration in May 2025. ALTERNATIVES: The alternative is not to approve the grant funding, reallocate the ARPA interest income, or execute the Advanced Funding Agreement and use other city funds to complete the project FISCAL IMPACT: The fiscal impact for FY 2025 is in the amount of $13,097,839 for costs such as construction, design, right of way, and permitting with funding available from the Parks & Recreation Grant Fund (1067). Funding Detail: Fund: Parks & RecGrnts (Fund 1067) Department: Parks & Rec (27) Org: Grants and Capital Projects (89) Account: Construction (550910) Activity: 23169-1067-S Amount $11,797,839 Fund: Parks & RecGrnts (Fund 1067) Department: Parks & Rec (27) Org: Grants and Capital Projects (89) Account: Design (Outside Consultants) (550950) Activity: 23169-1067-L Amount $1,300,000.00 Total: $13,097,839 RECOMMENDATION: Staff recommends execution of the AFA with TxDOT for Holly Road Train Trestle to Tourism Trail for the construction of a 15-foot-wide shared use path. LIST OF SUPPORTING DOCUMENTS: AFA TASA Signature Page Location Map CIP Page Power Point Presentation Ordinance Ordinance authorizing the execution of an Advance Funding Agreement with the Texas Department of Transportation (TXDOT) for a TASA Program Project, Holly Road Train Trestle to Tourism Trail for construction in the amount of $13,577,158; authorizing the acceptance and appropriation of $11,797,839 from the TXDOT Transportation Alternatives Set-Aside (TASA) Program; appropriating $1,300,000 in estimated ARPA interest income; and amending the Operating and Capital Budgets, located in Council District 4; with FY 2025 funds available from the Parks Grant Fund WHEREAS, the City, via Ordinance No. 033542 previously allocated ARPA funding to various projects and now desires to modify allocations to include a new allocation in order to better align APRA funds with the City's immediate needs; and WHEREAS, an amendment to Ordinance No. 033542 is necessary in order to reallocate a portion of the ARPA funding through a transfer of interest income; and amend the FY 2025 Operating Budget and Capital Budget. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION1. Ordinance No . 033542 is amended to reallocate $1 ,300,000 from the American Rescue Plan Act interest income, which is appropriated into the Parks Grant Fund. SECTION 2. The FY 2024-2025 Operating Budget, adopted by Ordinance 033451, is amended to increase expenditures by $1 ,300.000. SECTION 3. $11 ,797,839 of anticipated revenue from the Texas Department of Transportation Set-Aside Program is appropriated into the Parks Grant Fund. SECTION 4. The Corpus Christi FY2024-2025 Capital Budget adopted by Ordinance No. 032856 is amended to increase revenues and expenditures by $13,097,839. SECTION 5. The City Manager or designee (Director of Engineering Services) is authorized to execute the Advanced Funding Agreement for the Holly Road Train Trestle To Tourism Trail Project with the Texas Department of Transportation (TXDOT). SECTION 6. The City Manager or designee is authorized to execute all related documents necessary to administer said AFA, including minor amendments thereto. Introduced and voted on the day of , 2025 PASSED and APPROVED on the day of , 2025. CITY OF CORPUS CHRISTI ATTEST: Paulette Guajardo Rebecca Huerta Mayor City Secretary TxDOT: Federal Highway Administration: CCs1# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA Cs1s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development STATE OF TEXAS § COUNTY OF TRAVIS § ADVANCE FUNDING AGREEMENT FOR A TRANSPORTATION ALTERNATIVES SET-ASIDE (TASA) PROGRAM PROJECT Utilizing State Transportation Development Credits TxDOT-Selected Off-System This Advance Funding Agreement for a Transportation Alternatives Set-Aside (TASA) Program Project ("Agreement") is made between the State of Texas (State), acting through the Texas Department of Transportation, and the City of Corpus Christi (Local Government), acting through its duly authorized officials. WITNESSETH WHEREAS, federal law establishes federally funded programs for transportation improvements to implement its public purposes, and WHEREAS, the Texas Transportation Code, Section 201.103 establishes that the State shall design, construct and operate a system of highways in cooperation with local governments, and Section 222.052 authorizes the Texas Transportation Commission to accept contributions from political subdivisions for development and construction of public roads and the state highway system within the political subdivision, and WHEREAS, Federal law, 23 USC §134 and 49 USC §5303, requires that State and Metropolitan Planning Organizations (MPOs) develop transportation plans and programs for urbanized areas of Texas, and WHEREAS, Federal and state laws require local governments to meet certain contract standards relating to the management and administration of State and federal funds, and WHEREAS, the Texas Transportation Commission has codified 43 TAC, Rules 15.50-15.56 that describe federal, state, and local responsibilities for cost participation in highway improvement and other transportation projects, and WHEREAS, the rules and procedures for the Transportation Alternatives Set-Aside Program (TASA) are established in 23 USC §133(h), and 43 Texas Administrative Code, Part 1, Chapter 11, Subchapter G, §§11.400— 11.418, and WHEREAS, the Local Government prepared and submitted to the State or Metropolitan Planning Organization (MPO) a project nomination package for TASA funding consideration, which is briefly described as Holly Road Train Trestle to Tourism Trail (Project), and Page 1 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development WHEREAS, the Texas Transportation Commission (Commission) passed Minute Order Number 116575 (MO) dated October 26, 2023 awarding funding for TASA projects in the TASA Program Call of the Corpus Christi MPO, including Project, and WHEREAS, the governing body of the Local Government has approved entering into this Agreement by resolution or ordinance dated {enter date of resolution}, which is attached to and made a part of this Agreement as Attachment C, Resolution or Ordinance. A map showing the Project location appears in Attachment A, Project Location Map, which is attached to and made a part of this Agreement, and NOW, THEREFORE, the State and the Local Government agree as follows: AGREEMENT 1. Period of Agreement and Performance A. Period of Agreement. This Agreement becomes effective when signed by the last party whose signing makes the Agreement fully executed. This Agreement shall remain in effect until terminated as provided below. B. Period of Performance. 1. The Performance Period for each phase of work begins on the date specified in the Federal Project Authorization and Agreement (FPAA) for that phase of work. Local Government may not begin work until issued the State Letter of Authority (SLOA) for that phase of work. 2. The Performance Period for each phase of work ends on the date specified in the FPAA for that phase of work. 2. Scope of Work and Use of Project A. The scope of work for the project consists of the construction of a 15-foot-wide shared use path from the existing shared use path on the west side of Oso Bay along Division Road to Flour Bluff Drive and along Flour Bluff Drive from Division Road to Don Patricio Road. The project will include the construction of a bridge across the OSO Bay utilizing existing pilings from the abandoned train trestle bridge. B. Any project changes proposed must be submitted in writing by Local Government to State. Substantive changes may also require an amendment to this Agreement and the approval of the FHWA, State, MPO, or the Commission. Any changes undertaken without written approval and amendment of this Agreement may jeopardize not only the federal funding for the changes, but the federal funding of the entire Project. 3. Project Sources and Uses of Funds The total estimated development cost of the Project is shown in Attachment B, Project Budget Estimate and Source of Funds (Attachment B). A. If Local Government will perform any work under this Agreement for which reimbursement will be provided by or through the State, the Local Government must Page 2 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development complete training. If federal funds are being used, the training must be completed before federal spending authority is obligated. Training is complete when at least one individual who is working actively and directly on the Project successfully completes and receives a certificate for the course entitled "Local Government Project Procedures and Qualification for the Texas Department of Transportation" and retains qualification in accordance with applicable TxDOT procedures. Upon request, Local Government shall provide the certificate of qualification to State. The individual who receives the training certificate may be an employee of Local Government or an employee of a firm that has been contracted by Local Government to perform oversight of the Project. State in its discretion may deny reimbursement if Local Government has not continuously designated in writing a qualified individual to work actively on or to directly oversee the Project. B. The total estimated project cost as shown in Attachment B incudes the Local Government's estimated itemized cost of real property, utilities, environmental assessments, construction, and other construction related costs. To be eligible for reimbursement or as in-kind contribution, costs must have been included in the nomination form approved by the Texas Transportation Commission or MPO in consultation with State. Local Government must submit to State evidence of payment for eligible in-kind costs at least once per calendar quarter using the State's In-Kind Match Reporting form. C. State and the Federal Government will not reimburse Local Government for any work performed outside the Performance Period. After federal funds have been obligated, State will send to Local Government a copy of the formal documentation showing the obligation of funds including federal award information. Local Government is responsible for 100 percent of the cost of any work performed under its direction or control before the federal spending authority is formally obligated. D. The Project budget and source of funds estimate based on the budget provided in the application is included in Attachment B. Attachment B shows the percentage and estimated dollar amounts to be contributed to Project by state and local sources, as well as the maximum amount in federal TASA funds assigned by the Commission or MPO in consultation with State. This Agreement may be amended from time to time as required to meet the funding commitments based on revisions to the TASA, FPAA, or other federal documents. E. State will be responsible for securing the federal share of funding required for the development and construction of Project, in an amount not to exceed 80 percent of the actual cost of the work up to the amount of funds approved for Project by the Texas Transportation Commission or MPO in consultation with State. Federal funds will be reimbursed on a cost basis. Project costs incurred prior to issuance of the SLOA are not eligible for reimbursement. F. The Local Government will be responsible for all non-federal or non-State participation costs associated with the Project, unless otherwise provided for in this Agreement or approved otherwise in an amendment to this Agreement. For items of work subject to specified percentage funding, the Local Government shall only in those instances be responsible for all Project costs that are greater than the maximum State and federal participation specified in Attachment B and for overruns in excess of the amount specified in Attachment B to be paid by the Local Government. If the Project was State- Page 3 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development selected, the State may apply a portion of any excess program funds to cover all or a portion of any overrun based on criteria provided by 43 Tex. Admin. Code §11.411(d). G. The budget in Attachment B will clearly state all items subject to fixed price funding, specified percentage funding, and the periodic payment schedule, when periodic payments have been approved by the State. H. When fixed price funding is used, the Local Government is responsible for the fixed price amount specified in Attachment B. Fixed prices are not subject to adjustment unless (1) differing site conditions are encountered; (2) further definition of the Local Government's requested scope of work identifies greatly differing costs from those estimated; (3) work requested by the Local Government is determined to be ineligible for federal participation; or (4) the adjustment is mutually agreed to by the State and the Local Government. I. Following execution of this Agreement, but prior to the performance of any plan review work by State, Local Government will pay to State the amount specified in Attachment B for plan review. At least 60 days prior to the date set for receipt of the construction bids, Local Government shall remit its remaining local match as specified in Attachment B for State's estimated construction oversight and construction cost. J. In the event State determines that additional funding is required by Local Government at any time during Project, State will notify Local Government in writing. Local Government is responsible for the percentage of the authorized Project cost shown in Attachment B and 100 percent of any overruns above the federally authorized amount. Local Government will make payment to State within 30 days from receipt of State's written notification. K. Whenever funds are paid by Local Government to State under this Agreement, Local Government will remit a warrant made payable to the "Texas Department of Transportation". The warrant will be deposited by State and managed by State. Funds may only be applied by State to Project. L. Upon completion of Project, State will perform a final accounting of Project costs. Any funds due to Local Government, State, or the Federal Government will be promptly paid by the owing party. M. In the event Project is not completed, State may seek reimbursement from Local Government of the expended federal funds. Local Government will remit the required funds to State within 60 days from receipt of State's notification. N. If any existing or future local ordinances, commissioners court orders, rules, policies, or other directives, including but not limited to outdoor advertising billboards and storm water drainage facility requirements, are more restrictive than state or federal regulations, or if any other locally proposed changes, including but not limited to plats or re-plats, result in increased costs, then any increased costs associated with the ordinances or changes will be paid by Local Government. The cost of providing right of way acquired by State shall mean the total expenses in acquiring the property interests through negotiations, including, but not limited to, expenses related to relocation, removal, and adjustment of eligible utilities. O. The state auditor may conduct an audit or investigation of any entity receiving funds from the State directly under the Agreement or indirectly through a contract or subcontract under the Agreement. Acceptance of funds directly under the Agreement or indirectly through a contract or subcontract under this Agreement acts as acceptance of the authority of the state auditor, under the direction of the legislative audit committee, Page 4 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development to conduct an audit or investigation in connection with those funds. An entity that is the subject of an audit or investigation must provide the state auditor with access to any information the state auditor considers relevant to the investigation or audit. P. State will not pay interest on any funds provided by Local Government. Q. State will not execute the contract for the construction of Project until the required funding has been made available by Local Government in accordance with this Agreement. R. Local Government is authorized to submit requests for reimbursement by submitting the original of an itemized invoice in a form and containing all items required by State no more frequently than monthly, and no later than 90 days after costs are incurred. If Local Government submits invoices more than 90 days after the costs are incurred, and if federal funding is reduced as a result, State shall have no responsibility to reimburse Local Government for those costs. S. If Local Government is an Economically Disadvantaged County (EDC) or the State or MPO selected project meets the State's or MPO's criteria to receive Transportation Development Credits in lieu of providing a cash local match, and the State has approved adjustments to the standard financing arrangement, this agreement reflects those adjustments. 4. Termination of the Agreement A. This Agreement may be terminated by any of the following conditions: 1. By mutual written consent and agreement of all parties; 2. By any party with 90 days written notice; or 3. By either party, upon the failure of the other party to fulfill the obligations as set forth in this Agreement. Any cost incurred due to such breach of contract shall be paid by the breaching party. B. If the potential termination of this Agreement is due to the failure of Local Government to fulfill its contractual obligations, State will notify Local Government that possible breach of contract has occurred. Local Government should make every effort to remedy the breach within a period mutually agreed upon by both parties. C. The Agreement may be terminated by the State because the parties are not able to execute a mutually agreeable amendment when the costs for Local Government requested items increase significantly due to differing site conditions, determination that Local government requested work is ineligible for federal or state cost participation, or a more thorough definition of the Local Government's proposed work scope identifies greatly differing costs from those estimated. The State will reimburse Local Government remaining funds to the Local Government within ninety (90) days of termination; D. If Local Government withdraws from Project after this Agreement is executed, Local Government shall be responsible for all direct and indirect Project costs as identified by the State's cost accounting system and with 2 CFR Part 200 recapture requirements. E. A project may be eliminated from the program as outlined below. If Project is eliminated for any of these reasons, this Agreement will be appropriately terminated. A project may be eliminated from the program, and this Agreement terminated, if: Page 5 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development 1. Local Government fails to satisfy any requirements of the program rules cited in 43 Texas Administrative Code, Part 1, Chapter 11, Subchapter G, §§11.400 — 11.418. 2. The implementation of Project would involve significant deviation from the activities proposed in the nomination form and approved by the Texas Transportation Commission or MPO in consultation with State. 3. Local Government withdraws from participation in Project. 4. State determines that federal funding may be lost due to Project not being implemented and completed. 5. Funds are not appropriated, in which case this Agreement shall be terminated immediately with no liability to either party. Payment under this Agreement beyond the current fiscal biennium is subject to availability of appropriated funds. 6. A construction contract has not been awarded or construction has not been initiated within three years after the date that the Commission or MPO selected the project or by a letting date determined by the state and agreed to by the Local Government. 7. Local Government fails to attend progress meetings at least twice yearly, as scheduled by State. F. State, at its sole discretion, may terminate this Agreement if State does not receive project invoice from Local Government within 270 days of FPAA. 5. Amendments This Agreement may be amended due to changes in the work, the amount of funding required to complete Project, or the responsibilities of the parties. Such amendment must be made through a mutually agreed upon, written amendment that is executed by the parties. 6. Remedies This Agreement shall not be considered as specifying the exclusive remedy for any agreement default, but all remedies existing at law and in equity may be availed of by either party to this Agreement and shall be cumulative. 7. Utilities Local Government shall be responsible for the adjustment, removal, or relocation of utilities or utility facilities in accordance with applicable State laws, regulations, rules, policies, and procedures, including any cost to State of a delay resulting from Local Government's failure to ensure that utilities or utility facilities are adjusted, removed, or relocated before the scheduled beginning of construction. At the State's discretion, State may reimburse Local Government for minor, incidental utility adjustments that are identified during the preliminary engineering phase if they are eligible for federal reimbursement. Local Government must obtain advance approval for any variance from established procedures. Before a construction contract is let, Local Government shall provide, at State's request, a certification stating that Local Government has completed the adjustment of all utilities that must be adjusted before construction begins. Additional utility work may be required due to unknown conditions discovered during construction. These costs may be eligible for TASA participation if the following conditions are met: (1) the activity is required to complete Project; (2) the cost is incidental to Project; and (3) Page 6 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development TASA funding is available. Any change orders must be approved by State prior to incurring any cost for which reimbursement is sought. 8. Environmental Assessment and Mitigation Development of Project must comply with the National Environmental Policy Act and the National Historic Preservation Act of 1966, which require environmental clearance of federal- aid projects. A. The Local Government is responsible for the identification and assessment of any environmental problems associated with the development of Project. B. Local Government is responsible for the cost of any environmental problem's mitigation and remediation. These costs will not be reimbursed or credited towards Local Government's financial share of Project unless specified in the nomination form and approved by State or MPO in consultation with State. C. Local Government is responsible for providing any public meetings or public hearings required for development of the environmental assessment, including any public hearing requirements that may be necessary when adding a bike lane. D. Before the advertisement for bids, Local Government shall provide to State written documentation from the appropriate regulatory agency or agencies that all environmental clearances have been obtained. 9. Compliance with Accessibility Standards All parties to this Agreement shall ensure that the plans for and the construction of all projects subject to this Agreement are in compliance with standards issued or approved by the Texas Department of Licensing and Regulation (TDLR) as meeting or consistent with minimum accessibility requirements of the Americans with Disabilities Act (P.L. 101-336) (ADA). 10. Architectural and Engineering Services A. Architectural and engineering services for preliminary engineering will be provided by the Local Government. In procuring professional services, the parties to this Agreement must comply with federal requirements cited in 23 CFR Part 172 if Project is federally funded and Local Government will be seeking reimbursement for these services or if these services will be used as in-kind contributions; and with Texas Government Code Subchapter 2254.A., in all cases. Professional services contracts for federally funded projects must conform to federal requirements. Variety B. The architectural contract documents shall be developed in accordance with the standards of the American Institute of Architects, the U.S. Secretary of the Interior's Standards for Historic Preservation Projects, Standards and Guidelines for Archeology and Historic Preservation, the National Register Bulletin Number 36: Guidelines for Evaluating and Registering Historical Archeological Sites and in consultation with the State Historic Preservation Officer, as applicable. The engineering plans shall be developed in accordance with State's applicable Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges and the two American Association of State Highway and Transportation Officials' ("AASHTO") publications, "A Policy on Geometric Design of Highways and Streets" and "Guide for the Development of Bicycle Facilities," as applicable. All design criteria for bicycle and pedestrian bridges must comply with TxDOT's Bridge Design Manual and AASHTO's Load and Resistance Factor Design (LRFD) Guide Specifications for the Design of Pedestrian Bridges (latest Page 7 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development edition) as applicable. All contract procurement procedures and documents must adhere to the applicable requirements established in the Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges. The use of other systems of specifications shall be approved by State in writing in advance. C. When architectural and engineering services are provided by or through Local Government, Local Government shall submit any plans it has completed to State for review and approval on an agreed upon schedule. Local Government may also submit the plans to State for review any time prior to completion. Local Government shall make the necessary revisions determined by State. Local Government will not let the construction contract until all required plans have received State approval. D. When architectural and engineering services are provided by or through State, then the State is responsible for the delivery and performance of any required architectural or preliminary engineering work. Local Government may review and comment on the work, including any proposed changes to the scope of work, as required to accomplish Project purposes. State will cooperate with Local Government in accomplishing these Project purposes to the degree permitted by state and federal law. 11. Construction Responsibilities A. The Local Government shall advertise for construction bids, issue bid proposals, receive and tabulate the bids, and award and administer the contract for construction of Project. Administration of the contract includes the responsibility for construction engineering and for issuance of any change orders, supplemental agreements, amendments, or additional work orders that may become necessary subsequent to the award of the construction contract. To ensure federal funding eligibility, projects must be authorized by State prior to advertising for construction. B. All contract letting and award procedures must be approved by State prior to letting and award of the construction contract, whether the construction contract is awarded by State or by Local Government. C. All contract change order review and approval procedures must be approved by State prior to start of construction. D. If the Local Government is the responsible party, the State must review and approve change orders. E. Upon completion of Project, the party constructing Project will issue and sign a "Notification of Completion" acknowledging Project's construction completion. F. For federally funded contracts, the parties to this Agreement will comply with federal construction requirements provided in 23 CFR Parts 633 and 635, and shall include the latest version of Form "FHWA-1273" in the contract bidding documents. If force account work will be performed, a finding of cost effectiveness shall be made in compliance with 23 CFR Subpart 635.B. G. Any field changes, supplemental agreements, or revisions to the design plans that may occur after the construction contract is awarded will be mutually agreed to by State and Local Government prior to authorizing the contractor to perform the work. Prior to completion of Project, the party responsible for construction will notify the other party to this Agreement of the anticipated completion date. All parties will be afforded the opportunity to assist in the final review of the construction services performed by the contractor. Page 8 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development 12. Project Maintenance A. Upon completion of Project, Local Government will be responsible for maintaining the completed facility for public use. The property shall be maintained and operated for the purpose for which it was approved and funded for a period commensurate with the federal investment or State rules, whichever is greater. Should Local Government at any time after Project completion decide it can no longer maintain and operate Project for its intended purpose, Local Government shall consult with State and the FHWA as to the disposal or alternate uses, consistent with Project's original intent. State may require Local Government to return the federal funds in accordance with 2 CFR Part 200 federal recapture requirements. Should Local Government consider conveying the property, State and FHWA must be notified prior to the sale, transfer, or disposal of any property that received federal funds. Written concurrence of approval for the transaction, detailing any required recapture, must be obtained from FHWA prior to the transaction. Advance notice from Local Government of their intended action must be submitted to State for an FHWA review a minimum of 90 days prior to any action being taken by Local Government. Local Government shall be held responsible for reimbursement of all federal funds used or a portion of those funds based on a pro-rata amount, considering the original percentage of federal funds provided and the time elapsed from Project completion date. This same percentage of reimbursement also applies to any amount of profit that may be derived from the conveyance of the property, as applicable. B. Any manufacturer warranties extended to Local Government as a result of Project shall remain in the name of Local Government. State shall not be responsible for honoring any warranties under this Agreement. C. Should Local Government derive any income from the development and operation of Project, a portion of the proceeds sufficient for the maintenance and upkeep of the property shall be set aside for future maintenance. A project income report shall be submitted to State on a quarterly basis. Monies set aside according to this provision shall be expended using accounting procedures and with the property management standards established in 2 CFR Part 200. D. Should any historic properties be included in or affected by this federally funded Project, the historic integrity of the property and any contributing features must continue to be preserved regardless of any approved changes that may occur throughout the life of Project. 13. Right of Way and Real Property Acquisition A. Right of way and real property acquisition shall be the responsibility of Local Government. Title to right of way and other related real property must be acceptable to State before funds may be expended for the improvement of the right of way or real property. B. If Local Government is the owner of any part of Project site under this Agreement, Local Government shall permit State or its authorized representative access to occupy the site to perform all activities required to execute the work. C. Local Government will comply with and assume the costs for compliance with all the requirements of Title II and Title III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, 42 USC §4601 et seq., including those provisions relating to incidental expenses incurred by the property owners in conveying the real property to Local Government, and benefits applicable to the relocation of any Page 9 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development displaced person as defined in 49 CFR §24.2(g). Documentation to support such compliance must be maintained and made available to State and its representatives for review and inspection. D. Local Government shall assume all costs and perform all work necessary to obtain needed evidence of title or right of use to the real property required for development of Project. Evidence of title or right of use shall be acquired in the name of(1) State, if the real property is to be made part of the State Highway System, or (2) Local Government, if the real property is not to be made part of the State Highway System. The evidence of title or rights shall be acceptable to State, and be free and clear of all encroachments. Local Government shall secure and provide easements and any needed rights of entry over any other land needed to develop Project according to the approved Project plans. Local Government shall be responsible for securing any additional real property required for completion of Project. E. Local Government shall prepare real property maps, property descriptions, and other data as needed to properly describe the real property and submit them to State for approval prior to Local Government acquiring the real property. Tracings of the maps shall be retained by Local Government for a permanent record. F. Local Government shall determine property values for each real property parcel to be purchased with federal funds using methods acceptable to State and shall submit to State a tabulation of the values so determined, signed by the appropriate Local Government representative. The tabulations must list the parcel numbers, ownership, acreage, and recommended compensation. The tabulation must be accompanied by an explanation to support the estimated values, together with a copy of the documentation and reports used in calculating each parcel's value. Expenses incurred by Local Government in performing this work may be eligible for reimbursement after Local Government has received written authorization by State to proceed with determination of real property values. State will review the data submitted and will base its reimbursement for parcel acquisitions on these in determining the fair market values. Local Government will not be reimbursed for right-of-way costs on state-selected projects. G. For State-selected TASA projects, Local Government shall not use eminent domain or condemnation to acquire real property for this TASA Project. H. Reimbursement for real property costs will be made to Local Government for real property purchased in an amount not to exceed 80 percent of the cost of the real property purchased in accordance with the terms and provisions of this Agreement. Reimbursement will be in an amount not to exceed 80 percent of State's predetermined fair market value of each parcel, or the net cost thereof, whichever is less. In addition, reimbursement will be made to Local Government for necessary payments to appraisers for expenses incurred in order to assure good title. Local Government will not be reimbursed for right-of-way costs on state-selected projects. I. Local Government and current property owner are responsible for any costs associated with the relocation of displaced persons and personal property as well as incidental expenses incurred in acquiring property to implement Project. State will not pay any of these costs. J. If Project requires the use of real property to which Local Government will not hold title, a separate agreement between the owners of the real property and Local Government must be executed prior to execution of this Agreement. The separate agreement between Local Government and the current property owner must establish that Project Page 10 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development will be dedicated for public use for a period of time not less than ten years after project completion and commensurate with the federal investment. For State-selected projects, this is outlined in 43 Tex. Admin. Code §11.417. The separate agreement must define the responsibilities of the parties as to the use of the real property and operation and maintenance of Project after completion. The separate agreement must be approved by State prior to its execution and a copy of the executed separate agreement shall be provided to State. K. Local Government shall execute individually or produce a legal document as necessary to provide for Project's continued use from the date of completion, and agrees to cause the same to be recorded in the land records of the appropriate jurisdiction. L. Local governments receiving federal funds must comply with 23 CFR Part 710 and 49 CFR Part 24, and with the procedures provided in Chapter 6 of the State's Local Government Project Policy Manual. Local Government agrees to monitor Project to ensure: (1) continued use of the property for approved activities, and (2) the repayment of the Federal funds, as appropriate. Local Government agrees to the review of their Project accounts and site visits by State during the development of Project at any time. Upon Project completion, State will continue to perform periodic visits to confirm Project's continued use and upkeep. M. Before the advertisement for bids, Local Government shall provide a certification to State that all real property has been acquired. 14. Insurance A. Should this Agreement authorize Local Government or its contractor to perform any work on State right of way, before beginning work, the entity performing the work shall provide State with a fully executed copy of State's Form 1560 Certificate of Insurance verifying the existence of coverage in the amounts and types specified on the Certificate of Insurance for all persons and entities working on State right of way. This coverage shall be maintained until all work on State right of way is complete. If coverage is not maintained, all work on State right of way shall cease immediately, and State may recover damages and all costs of completing the work. B. For projects including buildings, Local Government agrees to insure the building according to Department specifications and further agrees to name the Federal Government as a "Loss Payee" should the building be destroyed. 15. Notices, Invoices, Payments, and Project Inquiries All notices to either party shall be delivered personally or sent by certified or U.S. mail, postage prepaid, addressed to that party at the following address: Local Government: State: City of Corpus Christi Texas Department of Transportation ATTN: Director of Engineering Services ATTN: Director of Contract Services 801 Leopard St. 125 E. 11 t" Street Corpus Christi, TX 78401 Austin, TX 78701 All notices shall be deemed given on the date delivered in person or deposited in the mail, unless otherwise provided by this agreement. Either party may change the above address by Page 11 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development sending written notice of the change to the other party. Either party may request in writing that notices shall be delivered personally or by certified U.S. mail, and that request shall be carried out by the other party. Invoicing, payment, and project inquiries must be sent to the following address, which the State may change by sending written notice of the change to the Local Government: Texas Department of Transportation ATTN: Director of TP&D 1701 S. Padre Island Dr. Corpus Christi, Texas 78416 All invoicing, payment, and project inquiries must include the following information: County: Nueces Local Government: City of Corpus Christi CSJ No.: 0916-002-282 Project Name: Holly Road Train Trestle to Tourism Trail Highway or Roadway: Holly Rd 16. Legal Construction In case one or more of the provisions contained in this Agreement shall for any reason be held invalid, illegal, or unenforceable in any respect, such invalidity, illegality, or unenforceability shall not affect any other provisions and this Agreement shall be construed as if it did not contain the invalid, illegal, or unenforceable provision. 17. Responsibilities of the Parties Neither party is an agent, servant, or employee of the other party and each party is responsible for its individual acts and deeds as well as the acts and deeds of its contractors, employees, representatives, and agents. 18. Ownership of Documents Upon completion or termination of this Agreement, all documents prepared by State shall remain the property of State. All data prepared under this Agreement shall be made available to State without restriction or limitation on their further use. All documents produced or approved or otherwise created by Local Government shall be transmitted to State in the form of photocopy reproduction on a monthly basis as required by State. The originals shall remain the property of Local Government. 19. Document and Information Exchange Local Government agrees to electronically deliver to State all general notes, specifications, contract provision requirements, and related documentation in a Microsoft Word or similar format. If requested by State, Local Government will use State's document template. Local Government shall also provide a detailed construction time estimate, including types of activities and month in which the activity will be completed, in the format required by State. This requirement applies whether Local Government creates the documents with its own forces or by hiring a consultant or professional provider. At the request of State, Local Government shall submit any information required by State in the format directed by State. Page 12 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development 20. Compliance with Laws The parties shall comply with all federal, state, and local laws, statutes, ordinances, rules and regulations, and the orders and decrees of any courts or administrative bodies or tribunals in any manner affecting the performance of this agreement. When required, Local Government shall furnish State with satisfactory proof of this compliance. 21. Sole Agreement This Agreement constitutes the sole and only agreement between the parties and supersedes any prior understandings or written or oral agreements respecting the Agreement's subject matter. 22. Cost Principles In order to be reimbursed with federal funds, the parties shall comply with the Cost Principles established in 2 CFR Part 200 that specify that all reimbursed costs are allowable, reasonable, and allocable to Project. 23. Procurement and Property Management Standards The parties to this Agreement shall adhere to the procurement and property management standards established in 2 CFR 200, Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards, and to the Texas Uniform Grant Management Standards. The State must pre-approve the Local Government's procurement procedures for purchases to be eligible for state or federal funds. 24. Inspection of Books and Records The parties to this Agreement shall maintain all books, documents, papers, accounting records, and other documentation relating to costs incurred under this Agreement and shall make such materials available to the State, the Local Government, and, if federally funded, the FHWA and the U.S. Office of the Inspector General or their duly authorized representatives for review and inspection at its office during the Agreement period and for seven (7) years from the date of final reimbursement by FHWA under this Agreement or until any impending litigation or claims are resolved. Additionally, the State, the Local Government, and the FHWA and their duly authorized representatives shall have access to all the governmental records that are directly applicable to this Agreement for the purpose of making audits, examinations, excerpts, and transcriptions. 25. Civil Rights Compliance The parties to this Agreement are responsible for the following: A. Compliance with Regulations: Both parties will comply with the Acts and the Regulations relative to Nondiscrimination in Federally-assisted programs of the U.S. Department of Transportation (USDOT), the Federal Highway Administration (FHWA), as they may be amended from time to time, which are herein incorporated by reference and made part of this Agreement. B. Nondiscrimination: The Local Government, with regard to the work performed by it during the Agreement, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurement of materials and leases of equipment. The Local Government will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including Page 13 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development employment practices when the Agreement covers any activity, project, or program set forth in Appendix B of 49 CFR Part 21. C. Solicitations for Subcontracts. Including Procurement of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by the Local Government for work to be performed under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or supplier will be notified by the Local Government of the Local Government's obligations under this Agreement and the Acts and Regulations relative to Nondiscrimination on the grounds of race, color, or national origin. D. Information and Reports: The Local Government will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto, and will permit access to its books, records, accounts, other sources of information, and facilities as may be determined by the State or the FHWA to be pertinent to ascertain compliance with such Acts, Regulations or directives. Where any information required of the Local Government is in the exclusive possession of another who fails or refuses to furnish this information, the Local Government will so certify to the State or the FHWA, as appropriate, and will set forth what efforts it has made to obtain the information. E. Sanctions for Noncompliance: In the event of the Local Government's noncompliance with the Nondiscrimination provisions of this Agreement, the State will impose such contract sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: 1. withholding of payments to the Local Government under the Agreement until the Local Government complies and/or 2. cancelling, terminating, or suspending of the Agreement, in whole or in part. F. Incorporation of Provisions: The Local Government will include the provisions of paragraphs (A) through (F) in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The Local Government will take such action with respect to any subcontract or procurement as the State or the FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Local Government becomes involved in, or is threatened with, litigation with a subcontractor or supplier because of such direction, the Local Government may request the State to enter into such litigation to protect the interests of the State. In addition, the Local Government may request the United States to enter into such litigation to protect the interests of the United States. 26. Pertinent Non-Discrimination Authorities During the performance of this Agreement, each party, for itself, its assignees, and successors in interest agree to comply with the following nondiscrimination statutes and authorities; including but not limited to: A. Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (pro- hibits discrimination on the basis of race, color, national origin); and 49 CFR Part 21. B. The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of federal or federal-aid programs and projects). Page 14 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CCs1# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA Cs1s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development C. Federal-Aid Highway Act of 1973, (23 U.S.C. § 324 et seq.), as amended, (prohibits discrimination on the basis of sex). D. Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.) as amended, (prohibits discrimination on the basis of disability); and 49 CFR Part 27. E. The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age). F. Airport and Airway Improvement Act of 1982, (49 U.S.C. Chapter 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex). G. The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the federal-aid recipients, subrecipients and contractors, whether such programs or activities are federally funded or not). H. Titles II and III of the Americans with Disabilities Act, which prohibits discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131-12189) as implemented by Department of Transportation regulations at 49 C.F.R. Parts 37 and 38. I. The Federal Aviation Administration's Nondiscrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex). J. Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations. K. Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, the parties must take reasonable steps to ensure that LEP persons have meaningful access to the programs (70 Fed. Reg. at 74087 to 74100). L. Title IX of the Education Amendments of 1972, as amended, which prohibits the parties from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq.). 27. Disadvantaged Business Enterprise Program Requirements A. The parties shall comply with the Disadvantaged Business Enterprise ("DBE") Program requirements established in 49 CFR Part 26. B. Local Government shall adopt, in its totality, State's federally approved DBE program. C. Local Government shall set an appropriate DBE goal consistent with State's DBE guidelines and in consideration of Local market, project size, and nature of the goods or services to be acquired. Local Government shall have final decision-making authority regarding the DBE goal and shall be responsible for documenting its actions. D. Local Government shall follow all other parts of State's DBE program referenced in TxDOT Form 2395, Memorandum of Understanding Regarding the Adoption of the Texas Department of Transportation's Federally-Approved Disadvantaged Business Page 15 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CCs1# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA Cs1s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development Enterprise by Entity, and attachments found at web address: http://ftp.dot.state.tx.us/pub/txdot-info/bop/dbe/mou/mou attachments.Of. E. Local Government shall not discriminate on the basis of race, color, national origin, or sex in the award and performance of any DOT-assisted contract or in the administration of its DBE program or the requirements of 49 CFR Part 26. Local Government shall take all necessary and reasonable steps under 49 CFR Part 26 to ensure non- discrimination in award and administration of DOT-assisted contracts. State's DBE program, as required by 49 CFR Part 26 and as approved by DOT, is incorporated by reference in this Agreement. Implementation of this program is a legal obligation and failure to carry out its terms shall be treated as a violation of this Agreement. Upon notification to Local Government of its failure to carry out its approved program, State may impose sanctions as provided for under 49 CFR Part 26 and may, in appropriate cases, refer the matter for enforcement under 18 USC 1001 and the Program Fraud Civil Remedies Act of 1986 (31 USC § 3801 et seq.). F. Each contract Local Government signs with a contractor (and each subcontract the prime contractor signs with a subcontractor) must include the following assurance: "The contractor, sub-recipient, or sub-contractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this agreement, which may result in the termination of this agreement or such other remedy as the recipient deems appropriate." 28. Debarment Certifications The parties are prohibited from making any award at any tier to any party that is debarred or suspended or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549, "Debarment and Suspension." By executing this Agreement, Local Government certifies that it and its principals are not currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549, and further certifies that it will not do business with any party, to include principals, that is currently debarred, suspended, or otherwise excluded from or ineligible for participation in Federal Assistance Programs under Executive Order 12549. The parties to this Agreement shall require any party to a contract, subcontract, or purchase order awarded under this Agreement to certify its eligibility to receive federal funds and, when requested by State, to furnish a copy of the certification. If state funds are used, the parties are prohibited from making any award to any party that is debarred under the Texas Administrative Code, Title 34, Part 1, Chapter 20, Subchapter G, Rule §20.585 and the Texas Administrative Code, Title 43, Part 1, Chapter 9, Subchapter G. 29. Lobbying Certification In executing this Agreement, each signatory certifies to the best of that signatory's knowledge and belief, that: A. No federal appropriated funds have been paid or will be paid by or on behalf of the parties to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an Page 16 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. B. If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with federal contracts, grants, loans, or cooperative agreements, the signatory for Local Government shall complete and submit the federal Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. C. The parties shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grants, and contracts under grants, loans, and cooperative agreements) and all sub-recipients shall certify and disclose accordingly. Submission of this certification is a prerequisite imposed by 31 USC §1352 for making or entering into this transaction. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 30. Federal Funding Accountability and Transparency Act Requirements A. Any recipient of funds under this agreement agrees to comply with the Federal Funding Accountability and Transparency Act (FFATA) and implementing regulations at 2 CFR Part 170, including Appendix A. This agreement is subject to the following award terms: http://www.qpo.qov/fdsys/pkq/FR-2010-09-14/pdf/2010-22705.pdf and http://www.gpo.qov/fdsys/pkq/FR-2010-09-14/pdf/2010-22706.pdf. B. Local Government agrees that it shall: 1. Obtain and provide to State a System for Award Management (SAM) number (Federal Acquisition Regulation (FAR) Subpart 4.11) if this award provides more than $25,000 in Federal funding. The SAM number may be obtained by visiting the SAM website whose address is: https://sam.gov/SAM/pages/public/index.jsf 2. Obtain and provide to State a Data Universal Numbering System (DUNS) number, a unique nine-character number that allows the federal government to track the distribution of federal money. The DUNS number may be requested free of charge for all businesses and entities required to do so by visiting the Dun & Bradstreet on-line registration website http://fedgov.dnb.com/webform; and 3. Report the total compensation and names of its top five executives to State if: a. More than 80 percent of annual gross revenues are from the Federal government, and those revenues are greater than $25,000,000; and b. The compensation information is not already available through reporting to the U.S. Securities and Exchange Commission. 31. Single Audit Report A. The parties shall comply with the requirements of the Single Audit Act of 1984, P.L. 98- 502, ensuring that the single audit report includes the coverage stipulated in 2 CFR Part 200. Page 17 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development B. If threshold expenditures of$750,000 or more are met during the fiscal year, the Local Government must submit a Single Audit Report and Management Letter (if applicable) to TxDOT's Compliance Division, 125 East 11th Street, Austin, TX 78701 or contact TxDOT's Compliance Division at singleaudits(a)txdot.gov . C. If expenditures are less than the threshold during Local Government's fiscal year, Local Government must submit a statement to TxDOT's Compliance Division as follows: We did not meet the $ expenditure threshold and therefore, are not required to have a single audit performed for FY D. For each year Project remains open for federal funding expenditures, Local Government will be responsible for filing a report or statement as described above. The required annual filing shall extend throughout the life of the agreement, unless otherwise amended or Project has been formally closed out and no charges have been incurred within the current fiscal year. 32. Signatory Warranty Each signatory warrants that the signatory has necessary authority to execute this agreement on behalf of the entity represented. Each party is signing this agreement on the date stated under that party's signature. THE STATE OF TEXAS THE LOCAL GOVERNMENT Signature Signature Kenneth Stewart Jeff Edmonds, P.E. Typed or Printed Name Typed or Printed Name Director of Contract Services Director of Engineering Services Typed or Printed Title Typed or Printed Title Date Date Page 18 of 18 AFA TASA Rev. 1/23/2024 TxDOT: Federal Highway Administration: CCSJ# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA CSJs 0619-00-282 CFDA Title Highway Planning and Construction District# 16- Code Chart 09800-Corpus CRP 64# Christi Project Name Holly Road Train Trestle to Tourism AFA Not Used For Research&Development Trail ATTACHMENT A PROJECT LOCATION MAP f l S& � `� CSJ: 0916-00-282 �'OSo Project beings at the ex€sting trail on the west side of Oso Bay and end at Flour Bluff Dr m t wry � A r � I0 R o' ... - a rtht, Page 1 of 1 AFA TASA Attachment A 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID I Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development ATTACHMENT B PROJECT ESTIMATE AND SOURCE OF FUNDS LG Performs PE Work or Hires Consultant/LG Lets Project for Construction Work Performed by Local Government("LG") Description Of Total Project Federal Participation State Participation Local Government Project Costs to be Incurred Cost Estimate Includes percentage for TDC Includes authorized Participation apportionment on projects where EDC amounts Includes authorized applicable TDC reduction % Cost % Cost % Cost Planning/Maps/Education/Non-CST $0 0% $0 0% $0 0% 0 Preliminary Engineering $0 0% $0 0% $0 TDCs 0 Environmental Cost $0 0% $0 0% $0 0% 0 Right of Way $0 0% $0 0% $0 0% 0 Utilities $0 0% $0 0% $0 0% 0 Construction Cost $10,153,457 Construction $1,644,382 En ineerin Cost Eligible In-Kind $ Contribution Value Total Construction Value sum of construction cost and in-kind value $11,797,839 100% $11,797,839 0% $0 TDCs 2,359,567.80 Work by LG Subtotal $11,797,839 $11,797,839 $0 2,359,567.80 Work Performed by the State(Local Participation paid up front by LG to D• Preliminary Engineering' $0 0% $0 0% $0 0% $0 Environmental Cost' $0 0% $0 0% $0 0% $0 Right of Way3 $0 0% $0 0% $0 0% $0 UtilitieS2 $0 0% $0 0% $0 0% $0 Construction Cost2 $ $0 Eligible In-Kind $ $0 0% $0 0% $0 0% Contribution Value AFA TASA Page 1 of 3 Attachment B 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID I Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development Total Construction Value sum of construction cost and in-kind value Work by State Subtotal $0 $0 $0 $0 OversightDirect and Indirect State Costs Incurred for Review,Inspection,Administration& Description of Total Project Federal Participation State Participation Local Government(LG) Project Costs to be Incurred Cost Estimate Includes percentage for TDC Includes authorized Participation apportionment on projects where EDC amount Includes authorized applicable TDC reduction % Cost % Cost % Cost Preliminary Engineering' $185,493 100% $185,492.70 0% $0 TDCs 37,098 Environmental Cost' $123,662 100% $123,661.80 0% $0 TDCs 24,732.36 Right of Way' $37,098 100% $37,098.49 0% $0 TDCs 7,419.71 Utilities' $24,732 100% $24,732.36 0% $0 TDCs 4,946.47 Construction $865,633 100% $865,632.60 0% $0 TDCs 173,126.52 Direct State Costs Subtotal $1,236,618 100% $1,236,618 0% $0 TDCs 247,323.60 Indirect State Cost $542,701 $0 100% $542,701 $0 TOTAL PARTICIPATION $13,577,158 $13,034,457 $542,701 2,606,891 In-kind Contribution Credit Applied 00 $0 TOTAL REMAINING PARTICIPATION AFTER TDCs IN-KIND CONTRIBUTION ■ The estimated total participation by Local Government is$0. ■ The Local Government is responsible for 100%of overruns. ■ Total estimated payment by Local Government to State is$0. ■ 'Local Government's first payment of$0 is due to State within 30 days from execution of this contract. ■ 2 Local Government's second payment of$0 is due to State within 60 days prior to the Construction contract being advertised for bids. ■ 'If ROW is to be acquired by State, Local Government's share of property cost will be due prior to acquisition. AFA TASA Page 2 of 3 Attachment B 1/23/2024 TxDOT: Federal Highway Administration: CC51# 0916-00-282 1 AFA ID I Z00009326 CFDA No. 20.205 AFA C51s 0916-00-282 CFDA Title Highway Planning and Construction District# 16RP Code Chart 64# 09800-Corpus Christi Project Name Holly Road Train Trestle to Tourism Trail AFA Not Used For Research&Development ■ The local match must be 20%or greater and may include State contributions,eligible in-kind contributions, EDC adjustments, or TDCs if authorized as part of project selection. ■ Transportation Development Credits(TDC)are being utilized in place of the Local Government's participation in the amount of 2,606,891. ■ This is an estimate;the final amount of Local Government participation will be based on actual costs. ■ Maximum federal TASA funds available for Project are$13,034,457. AFA TASA Page 3 of 3 Attachment B 1/23/2024 TxDOT: Federal Highway Administration: CCSJ# 0916-00-282 1 AFA ID Z00009326 CFDA No. 20.205 AFA CSJs 0916-00-282 CFDA Title Highway Planning and Construction District# CRP Code Chart 09800-Corpus 16 64# Christi Project Name Holly Road Train Trestle to Tourism AFA Not Used For Research&Development Trail ATTACHMENT C RESOLUTION OF LOCAL GOVERNMENT Pending Page 1 of 1 AFA TASA Attachment C 1/23/2024 FY 25 thru FY 27 Capital Improvement Plan Corpus Christi, Texas y •-_ t ter---- Project# 23169 Project Name Holly Road Train Trestle to Tourism Trail Contact Director of Parks&Recreation Department Parks&Recreation Type Reconditioning-Asset Category Park Improvements Priority Priority Level 1 Status Active Useful Life 25 years Council District 4 Description This project involves constructing a 15-foot-wide shared-use path from the existing path on the west side of Oso Bay along Division Road to Flour Bluff Drive,and along Flour Bluff Drive from Division Road to Don Patricio Road.It will include building a pedestrian bridge across Oso Bay using existing pilings from the abandoned train trestle bridge justification Enhancements to this key city park amenity 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 FY 25 FY 26 FY 27 Total Construction/Rehab 0 11,797,839 0 0 11,797,839 Design 300,000 1,275,000 0 0 1,575,000 Eng,Admin Reimbursements 200,000 25,000 0 0 225,000 Total 500,000 13,097,839 0 0 13,597,839 Funding Sources Prior FY 25 FY 26 FY 27 Total TxDOT 0 11,797,839 0 0 11,797,839 Grant-American Rescue Act 0 1,300,000 0 0 1,300,000 G.O.Bond 2022 500,000 0 0 0 500,000 Total 500,000 13,097,839 0 0 13,597,839 Budget Impact There is no operation impact with this project for FY 2025.Annual maintenance cost to be budgeted in the Park and Recreation operating budget to maintain improvements and amenities after the completion of the project. From: PTN_BikePed <bikeped@txdot.gov> Sent:Thursday, November 2, 2023 10:45 AM To:Tonya Whatley<TonyaW@cctexas.com> Cc: Ronald Tabor<Ronald.Tabor@txdot.gov>; Sonya Ayers<Sonva.Avers@txdot.gov> Subject: FW: 2023 TxDOT TA Project Awarded for the City of Corpus Christi [ [ WARNING: External e-mail. Avoid clicking on links or attachments. We will NEVER ask for a password, username, payment or to take action from an email. When in doubt, please forward to SecurityAlert@cctexas.com. ] ] Congratulations, Ms. Whatley! On October 26, 2023, the Texas Transportation Commission (the Commission) approved funding for 83 Transportation Alternatives Set-Aside (TA) Program projects from across the state valued at approximately$345.1 million. The Texas Department of Transportation's Public Transportation Division (PTN) manages TxDOT's statewide TA program and wants to congratulate the City of Corpus Christi on your TA project that was authorized to receive federal TA funding (100% maximum for construction due to Transportation Development Credits eligibility) by the Commission. For your convenience, a brief description of your recently funded state-selected 2023 TA projects is provided below. Due to the refinement of project applications prior to Commission action, a PDF of your selected project's final 2023 TA application should be downloaded from TxDOT's Box.com by clicking the link below. Project Sponsor: City of Corpus Christi Project Name: Holly Rd.Train Trestle to Tourism Trail Phases of work included in award: Construction Federal Funding Amount: $13,034,457 Project Description: The project will construct a 15-foot-wide shared-use path and a new pedestrian bridge across Oso Bay. The project will renovate the existing train trestle bridge and connect the Holly Road and Flour Bluff Drive shared- use paths. Box.com link: https://txdot.box.com/s/142pl3gkuv6notnssrmc0wgznispsni0 Next Steps PTN looks forward to working with the project sponsor and district staff to advance 2023 TA projects toward construction. TxDOT's District TA Coordinator, Ronald Tabor, and TxDOT's Local Government Projects Coordinator, SonvaAvers, copied on this email, will provide the City assistance throughout project development. The first steps to initiate recently awarded 2023 TA projects include: • TxDOT— PTN will send an invite to a virtual workshop to discuss general project initiation and development timelines • Completing Local Government Project Procedures Training if the local government will be responsible for any phase of work where they will be reimbursed with federal funds • Participate in project initiation kickoff meeting with the TxDOT District and Public Transportation Representative • Coordinating with the TxDOT District and Metropolitan Planning Organization (MPO)to group or, if desired by the local MPO, begin the process to individually list project(s) in the local Transportation Improvement Program (TIP) document and then the Statewide TIP (STIP) o If your project will be individually listed in the MPO TIP, please ask your MPO to work with the TxDOT District and TxDOT-PTN on the funding breakdown for the TIP before listing the project to avoid the need for a later revision. • Determining who will be responsible for project development and construction letting and developing a project development schedule • Initiating coordination with a railroad owner for any project that crosses, parallels, uses a portion of railroad right-of-way, or is within 100 feet of a railroad ROW. • Developing an Advance Funding Agreement(AFA) and associated documentation TxDOT's District TA Coordinator will be your primary point of contact to advance these projects and will contact you with further details about the next steps. If you have any questions, feel free to contact Ronald Tobor or my office. Thanks, Noah Heath,AICP Transportation Alternatives (TA) Program Manager TxDOT- Public Transportation Division Noah.Heath@txdot.gov (512) 486-5973 (o) (361) 876-7184 (m) A Texas Departm ant of Transportation message UELP End the streak of daily -a on Texas roadways. OCorppus sti Engineering Holly Road Train Trestle to Tourism Trail - AFA Council Presentation '' April 08, 2025 �p US CH y t852 s ti — - 0) Project Scope Corpus Chr5ci Engineering This motion authorizes an Advance Funding Agreement (AFA) with the Texas Department of Transportation (TXDOT) for Holly Road Train Trestle to Tourism Trail consists of the construction of a 15-foot-wide shared use path from the existing shared use path on the west side of Oso Bay along Division Road to Flour Bluff Drive and along Flour Bluff Drive from Division Road to Don Patricio Road. The project will include the construction of a pedestrian bridge across the OSO Bay utilizing existing pilings from the abandoned train trestle bridge. Train Trestle Photos Corpus Chr 5ci Engineering Conceptual Layouts Corpus Chrsti Engineering Typical Sections A,D,E,and F-Corresponding to Project Overview Exhibit TYP.SHAREDHSECONCRETEPATH �01 &EMERGENCY VEHICLE ACCESS SECRION =wwnwwxrw (�, P[wST pF�WneWfs oxivePSEcria+ /1 60rviS.O.nOn.oiMFad Ey in[nil SEa ON •__- 5 Conceptual Layouts Corpus Chrsti Engineering Typical Bridge Sections B&C-Corresponding to Project Overview Exhibit T��11�o T�M�w�� , —— — � — �1 iVP,PILE CAP SECTION TYP.PILE Eq BENT SECTION xu ewao � ,�Mcen oea ei a mis.e sea,c. s p - n�eav eie �F 11111111 BUMP-OUT SECTION O 6 i BLUE Project Location oy \ Al c �e' r i� e�•.. rr� Location Map � - COMPTON w LL 'Q LL GRAHAM ' ~ J _ Lam`, r W 3 CANTERA r•a', •� .r -SETH = J Z W Z J �o 0 � OAK�HILL �' o 1 SEA OAK ANTOINETTE " V C � IJ PURDUE U 5 � > > W �y N Y N Z J Q ' m 2 PROJECT, NO. 23169 HOLLY ROAD TRAIN CITY COUNCIL EXHIBIT 1. TRESTLE TO TOURISM j CITY OF CORPUS CHRISTI,TEXAS DEPARTMENT OF ENGINEERING SERVICES TRAIL se o° a o� A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting April 29, 2025 DATE: March 25, 2025 TO: Peter Zanoni, City Manager FROM: Wesley Nebgen, Director of Water System Infrastructure WeslevN(a-)cctexas.com (361) 826-1200 Sergio Villasana, Director of Finance & Procurement sergiov2�cctexas.com (361) 826-3227 Large Flow Meters for Corpus Christi Water CAPTION: Motion authorizing execution of a two-year supply agreement with Omicron Controls, Inc., of The Woodlands, Texas, in an amount not to exceed $98,633.72, for the purchase of large flow meters utilized by the Corpus Christi Water Department, with FY 2025 funding of $49,316.86 from the Water Fund. SUMMARY: This motion authorizes a two-year supply agreement with Omicron Controls for large water meters for Corpus Christi Water. These meters will be used for new commercial and industrial customers, for replacing existing meters that are nearing the end of their useful life, and for replacing meters that are not compatible with the City's advanced metering infrastructure (AMI). BACKGROUND AND FINDINGS: Corpus Christi Water operates meters of various sizes, including some that are 10 inches or larger within the distribution system. Previously, a supply agreement with Neptune Technology Group, Inc. of Houston, Texas, provided these meters. However, in 2019, Neptune Technology Group, Inc. ceased manufacturing large turbine high-performance water meters and their replacement parts, instead offering these products through a third-party vendor. Unfortunately, these third- party meters are incompatible with the City's current Advanced Metering Infrastructure (AMI) system. This necessitated the procurement of a separate contract for large flow water meters that are compatible with the City's AMI system. Omicron meters fulfill all requirements set by the Texas Commission on Environmental Quality (TCEQ) and the American Water Works Association (AWWA) for accuracy and resiliency. PROCUREMENT DETAIL: Finance & Procurement carried out a competitive Request for Bid (RFB) process to secure a new contract for purchasing large flow meters for Corpus Christi Water. The bid allowed submissions for either Ultrasonic or Electromagnetic large flow meters. The City received four bids: three responsive and one non-responsive. Staff recommends awarding the contract to the lowest, responsive, responsible bidder and current provider, Omicron Control, Inc., of The Woodlands, Texas. The following table compares the total costs between Omicron Control, Inc.'s current bid and the next lowest bid for Ultrasonic large flow meters, highlighting a significant savings of 49.49% for the City. Large Flow Meters for Corpus Christi Water Omicron Controls, Inc. Next lowest bidder Variance Percentage Two-year total Two-year total $98,633.72 $163,508.00 $64,874.28 49.49% ALTERNATIVES: An alternative would be to initiate individual purchases of meters, which could create long lead times and temporarily reduce the ability to measure water flow, resulting in decreased revenue. FISCAL IMPACT: The fiscal impact for Corpus Christi Water for FY 25 is $49,316.86 from the Water Fund. FUNDING DETAIL: Fund: 4010 Water Organization/Activity: 31510 Maintenance of Water Meters Department: 45 Water Project # (CIP Only): N/A Account: 520150 Meter & svc connection materials Amount: $49,316.86 RECOMMENDATION: Staff recommends approval of this motion as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Supply Agreement City of Corpus Christi Bid Tabulation Finance&Procurement RFB#6220 Buyer:Desirree Ortiz Large Flow Meters for CCW Omicron Controls,Inc. Advanced Process,Inc. Mueller Systems,LLC Flow Cert Services DBA* Hydropro Solutions,LLC** Precision Calibrate Meter Service The Woodlands,TX Stafford,TX Atalanta,GA San Antonio,TX Georgetown,TX Item Description Unit 2Year Electromagnetic Price Total Electromagnetic Price Total Electromagnetic Price Total Ultrasonic Price Total Ultrasonic Price Total Qty Unit Price I Unit Price Unit Price Unit Price Unit Price 1 6"Flow Meter Ea 2 $ 2,827.28 $ 5,654.56 $ 5,174.00 $ 10,348.00 $ 5,187.00 $ 10,374.00 $ 7,000.00 $ 14,000.00 2 8"Row Meter Ea 2 $ 3,351.22 $ 6,702.44 $ 5,564.00 $ 11,128.00 $ 7,492.20 $ 14,984.40 $ 7,000.00 $ 14,000.00 3 10"Flow Meter Ea 2 $ 3,812.17 $ 7,624.34 $ 6,150.00 $ 12,300.00 $ 8,871.00 $ 17,742.00 $ 7,000.00 $ 14,000.00 4 12"Flow Meter Ea 2 $ 5,464.15 $10,928.30 $ 7,572.00 $ 15,144.00 $ 11,070.80 $ 22,141.60 $ 7,000.00 $ 14,000.00 5 14"Flow Meter Ea 2 $ 6,457.66 $12,915.32 $ 10,378.00 $ 20,756.00 $ 14,120.00 $ 28,240.00 $ 7,000.00 $ 14,000.00 6 16"Flow Meter Ea 2 $ 7,327.33 $14,654.66 $ 12,387.00 $ 24,774.00 $ 16,140.00 $ 32,280.00 $ 7,000.00 $ 14,000.00 7 20"Flow Meter Ea 2 $ 9,426.99 $18,853.98 $ 16,000.00 $ 32,000.00 $ 20,150.00 $ 40,300.00 $ 7,000.00 $ 14,000.00 8 24"Flow Meter Ea 2 $ 10,650.06 $21,300.12 $ 18,529.00 $ 37,058.00 $ 24,165.50 $ 48,331.00 $ 7,000.00 $ 14,000.00 Grand Total L $98,633.72 1$ 163,508.00 1$ 214,393.00 $ 112,000.00 *Flow Cert Services DBA Precision Calibrate Meter bid on Ultrasonic Flow Meters.The City opted to purchase Electromagnetic vs.Ultrasonic. **Hydropro Solutions,LLC is non responsible because the vendor was unable to bid on all items. s SUPPLY AGREEMENT NO. 6220 Large Flow Meters for Corpus Christi Water N�ONPOPPSF 1852 THIS Large Flow Meters for Corpus Christi Water Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Omicron Controls, Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Large Flow Meters for Corpus Christi Water in response to Request for Bid No. 6220 ("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 Large Flow Meters for Corpus Christi Water 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 two 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 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-fo-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-fo-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 $98,633.72, subject to approved extensions and changes. Payment will be made Supply Agreement Standard Form-Wastewater Page 1 of 7 Approved as to Legal Form March 8, 2022 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: Amanda Howard Department: Corpus Christi Water Phone: (361 )826-1894 Email: AmandaC@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-Wastewater Page 2 of 7 Approved as to Legal Form March 8, 2022 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 if 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 info subcontracts or utilize the services of subcontractors. Supply Agreement Standard Form-Wastewater Page 3 of 7 Approved as to Legal Form March 8, 2022 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 some. 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: Amanda Howard,Contracts/Funds Administrator Department: Corpus Christi Water Address: 2726 Holly Road, Corpus Christi, Texas 78415 Phone: (361 ) 826-1894 Fax: (361 ) 826-4495 IF TO CONTRACTOR: Omicron Controls, Inc. Attn: Kimberly Wellman Title: Secretary/Treasurer Address: P.O. Box 7745, The Woodlands, Texas 77387-7745 Phone: 281-363-3951 Fax: 281-363-3952 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-Wastewater Page 4 of 7 Approved as to Legal Form March 8, 2022 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-Wastewater Page 5 of 7 Approved as to Legal Form March 8, 2022 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. 28. Consent Decree Requirements. This Agreement is subject to certain requirements provided for by the Consent Decree entered into as part of Civil Action No. 2:20- cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A set of Wastewater Consent Decree Special Conditions has been attached as Attachment E, the content of which is Supply Agreement Standard Form-Wastewater Page 6 of 7 Approved as to Legal Form March 8, 2022 incorporated by reference into this Agreement as if fully set out here in its entirety. The Contractor must comply with Attachment E while performing the Services. CONTRACTOR 6gbel-G� wettwol Signature. Kimberly Wellman( pr10,202511:58CDT) Printed Name. Kimberly Wellman Title. Secretary/Treasurer Date. 04/10/2025 CITY OF CORPUS CHRISTI Sergio Villasana Director, 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 Attachment E: Wastewater Consent Decree Special Conditions Incorporated by Reference Only: Exhibit 1 : RFB No. 6220 Exhibit 2: Contractor's Bid Response Supply Agreement Standard Form-Wastewater Page 7 of 7 Approved as to Legal Form March 8, 2022 ATTACHMENT A: SCOPE OF WORK 1.1 General Requirements/Background Information The Contractor shall supply, ultrasonic or electromagnetic large flow meters to be used by Corpus Christi Water. Flow meters shall conform to all requirements of this specification. Additionally, flow meters shall be compatible with Aclara's AMR (automated meter reading) System. 1.2 Technical Specifications: The Flow Meters delivered under this agreement shall meet the following specifications: Item Specification Pipe Sizes 6", 8", 10", 12", 14", 16", 20", 24" Flanges ANSI 150 lb Pressure Minimum 150 PSI Meter Connector 3-Wire Nicor Connector Output AMR Aclara compatible Certifications NSF-61 All Models 1.3 Delivery A. The Contractor shall be responsible for all delivery charges. B. Deliveries shall be made between 8:00am and 5:00pm, Monday through Friday, excluding holidays, unless specific arrangements are made otherwise. C. The Contractor will ship items ordered to: Corpus Christi Water 2726 Holly Road Corpus Christi, Texas 78414 Revised 1 1.30.20 Page 1 of 2 1.4 Warranty A. The Contractor shall provide a ten-year warranty from defects in materials. B. Workmanship warranty for a period of five years from the date of shipment. C. Warranty repairs shall be corrected in a timely manner upon notification. D. The Contractor shall be responsible for submitting warranty claims to the manufacturer. 1.5 Contractor Quality Control and Superintendence The Contractor shall ensure products and services meet quality standards to assure that the requirements of the contract are provided as specified. The Contractor will also provide supervision of the work to insure it complies with the contract requirements. Revised 1 1.30.20 Page 2 of 2 ATTACHMENT B: BID/PRICING SCHEDULE CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT U BID FORM NDBPORPSE� RFB No. 6220 Large Flow Meters for Corpus Christi Water PAGE 1 OF 2 Date: 1/3/2025 Authorized Bidder: Omicron Controls, Inc. 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. e. Bidder must complete respected ultrasonic or electromagnetic column according to your bid. ITEM DESCRIPTION UNIT 2 YEAR ULTRASONIC ELECTROMAGNETIC PRICE TOTAL QTY UNIT PRICE UNIT PRICE 1 6" Flow Meter Ea 2 $ 6" Flow Meter Ea 2 $ 2,827.28 $ 5,654.56 2 8" Flow Meter Ea 2 $ 8" Flow Meter Ea 2 $ 3,351.22 $ 6,702.44 3 10" Flow Meter Ea 2 $ 10" Flow Meter Ea 2 $ 3,812.17 $ 7,624.34 4 12" Flow Meter Ea 2 $ 12" Flow Meter Ea 2 $ 5,464.15 $10,928.30 PAGE 2OF2 ITEM DESCRIPTION UNIT 2 YEAR ULTRASONIC ELECTROMAGNETIC PRICE TOTAL QTY UNIT PRICE UNIT PRICE 5 14" Flow Meter Ea 2 $ 14" Flow Meter Ea 2 $ 6,457.66 $ 12,915.32 6 16" Flow Meter Ea 2 $ 16" Flow Meter Ea 2 $ 7,327.33 $ 14,654.66 7 20" Flow Meter Ea 1 2 $ 20" Flow Meter Ea 2 $ 9,426.99 $ 18,853.98 8 24" Flow Meter Ea 2 $ 10,650.06 $ 21,300.12 24" Flow Meter Ea 2 $ GRAND TOTAL $ 98,633.72 ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS No insurance or bonds are required on this Agreement. Page 1 of 1 ATTACHMENT D - WARRANTY REQUIREMENTS A.The Contractor shall provide a ten-year warranty from defects in materials. B. Workmanship warranty for a period of five years from the date of shipment. C.Warranty repairs must be corrected in a timely manner upon notification. D. The Contractor shall be responsible for submitting warranty claims to the manufacturer. Page 1 of 1 se o° a o� A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Nicholas Winkelmann, P.E., Director of Water Systems and Support Services NickW(o)cctexas.com (361) 826-1796 Sergio Villasana, Director, Finance & Procurement SergioV2�cctexas.com (361) 826-3169 Generator Preventative Maintenance and Repairs for Corpus Christi Water (CCW) CAPTION: Motion authorizing execution of a one-year service agreement with four one-year option periods with American Generator Services, LLC of Sandia, Texas, for generator preventative maintenance and repairs for CCW, for an amount of $146,500.00, with a potential amount of $732,500.00 if options are exercised, with FY 2025 funding of $83,584.00 from the Water Fund. SUMMARY: This motion authorizes a one-year service agreement with four one-year option periods for preventative maintenance and repairs for generators. This service agreement will be utilized to repair and maintain generators at the O.N. Stevens Water Treatment Plant, pump stations, elevated and ground drinking water storage tanks, and dams. BACKGROUND AND FINDINGS: The O.N. Stevens Water Treatment Plant, Holly EST, Staples Pump Station, Navigation Pump Station, Rand Morgan EST, Oso Wetland Preserve, ONS Maintenance Shop, Flour Bluff EST, Wesley Seale Dam, Choke Canyon Dam Spillway and Choke Canyon Dam use generators for emergency power to keep the water system operational during power outages including storms and emergency events. Backup power is an essential step in supplying drinking water during power disruptions or outages. Generators covered under this agreement range from 7.5 Kw to 600 Kw and include various brands such as Caterpillar, Taylor, Generac and Olympian. The table below provides a complete list of all the generators and work site locations. Location/Address GENERATOR MODEL # GENERATOR KVA or SERIAL # KW 1 Holly EST; 4917 Holly Rd, Catepillar DG150-2; 150 4500502 150 KW CC, TX 78411 kw/60 Hz/1800 RPM 2 Staples Pump Station; Taylor TD450; 450 kw/60 X16c113606 600 KW 5501 Co Rd 2444, CC, TX Hz/1800 RPM 78415 3 Rand Morgan GST; 9355 Caterpillar DG-150-2; 150 CATD6150LT4500581 150 KW Leopard St., CC, TX 78409 kw/60 Hz/ 1800 RPM 4 Navigation Pump Station; Taylor TD450; 450 kw/60 X16E196614 600 KW 302 Navigation Blvd., Hz/1800 RPM Corpus Christi, Tx, 78408 5 Oso Wetlands Preserve; Kohler 10RESVL; 9 SGV324DJ7 9 KW 2446 N. Oso Pkwy, Corpus kW/240V/ 3600 RPM Christi, TX 78414 6 ONS Maint Shop Rolls Royce MTU 10V0068 MT-0092651-0520 125 KW Generator, 13101 Leopard / 60 HZ / 1800 RPM St., Corpus Christi, TX 78410 7 Flour Bluff EST, Generac S6 3013999493 150 KW 2034 Flour Bluff Dr. Corpus Christi, TX 8 ONS Mobile Generator CK-Power; Model 20132095-407 350 KW ONS Water Treatment CK430VM-T4 Plant, 13101 Leopard St., Corpus Christi, TX 78410 9 Wesley Seale Dam, OLYMPIAN B50P3 OLYOOOOOCNPF01601 50 KW 299 County Road 365, Sandia, TX 78383 10 Choke Canyon Dam #1842-2011 Generac (Spillway), 150 South Model 13092150200; Shore Park Road, Three Type Code - 40 KW Rivers, TX 78071 S60040K6034.2V18HPNLA 2110773 50 KVA 11 Choke Canyon Dam (Shop), 150 South Shore Park Road, #1843- 2022 Generac Three Rivers, TX 78071 Model 00070430 3001422103 24 KW 12 Choke Canyon Dam, 150 South Shore Park Road, Three Rivers, TX #1846- 2022 Generac 78071 Model G0069981 3013047359 7.5 KW PROCUREMENT DETAIL: Finance & Procurement conducted a Request for Bid (RFB) process to obtain bids. The City received three responsive, responsible bids. Staff recommends the award to the lowest, responsive, and responsible bidder, American Generator Services, LLC of Sandia. These services had not been bid out before. Each location had its own individual agreement. Procuring an RFB for generators is more cost-efficient for the City. ALTERNATIVES: The alternative to awarding this contract would be to forego maintenance and award emergency contract for repairs as needed as CCW does not have the equipment, tooling, and specially trained employees who can complete these repairs. Not properly maintaining, inspecting or testing the generators as required would lead to a disruption of treatment and service capabilities. FISCAL IMPACT: The fiscal impact for Corpus Christ Water for FY 2025 is $83,584.00 from the Water Fund. The remaining cost will be budgeted in future years through the annual budget process. FUNDING DETAIL: Fund: 4010 Water Fund Organization/Activity: 31010 O.N. Stevens Water Treatment Plant Department: 045 Treat Water Project # (CIP Only): N/A Accounts: 530215 Maintenance & repairs — Contracted Amount: $57,323.00 Fund: 4010 Water Fund Organization/Activity: 30200 Wesley Seale Dam Department: 045 Treat Water Project # (CIP Only): N/A Accounts: 530215 Maintenance & repairs — Contracted Amount: $6,615.00 Fund: 4010 Water Fund Organization/Activity: 30210 Choke Canyon Dam Department: 045 Treat Water Project # (CIP Only): N/A Accounts: 530215 Maintenance & repairs — Contracted Amount: $19,646.00 RECOMMENDATION: Staff recommends approval of this motion as presented. LIST OF SUPPORTING DOCUMENTS: Service Agreement Bid Tabulation City of Corpus Christi Bid Tabulation Sr. Buyer: Minerva Alvarado RFB 6311-Generator Preventative Maintenance and Repairs for CCW American Generator Fleet Solutions of Texas Clifford Power Services, LLC LLC Systems, Inc. Sandia,Texas Corpus Christi,Texas San Antonio,Texas Item Description Unit Yearly Unit Price Total Price Unit Price Total Price Unit Price Total Price Y 1 Catepillar DG150-2:150 Kw/60 Hz/1800 RPM; EA 2 $500.00 $1,000.00 $1,000.00 $2,000.00 $1,291.50 $2,583.00 Holly EST, 4917 Holly Rd., Corpus Christi,TX Taylor TD450;450 kw/60 Hz/1800 RPM; Staples 2 Pump Station,5501 Co.Rd.2444, Corpus EA 2 $800.00 $1,600.00 $1,200.00 $2,400.00 $2,078.50 $4,157.00 Christi,TX Catepillar DG-150-2; 150 Kw/6Hz-1800 RPM; 3 Rand Morgan GST, 9355 Leopard St., Corpus EA 2 $500.00 $1,000.00 $1,000.00 $2,000.00 $1,291.50 $2,583.00 Christi,TX 4 TaylorTD450;450 kKw/60 Hz/1800 RPM,302 EA 2 $800.00 $1,600.00 $1,200.00 $2,400.00 $2,078.50 $4,157.00 Navigation Blvd., Corpus Christi,TX Kohler 10RESVL; 9 Kw/240V/3600 RPM; Oso 5 Wetland Preserve, 2446 N.Oso Pkwy, Corpus EA 2 $100.00 $200.00 $350.00 $700.00 $1,080.50 $2,161.00 Christi„TX Rolls Royce MTU 1OV0068/60 Hz/1800 RPM; 6 ONS Maint Shop Generator, 13101 Leopard EA 2 $300.00 $600.00 $1,300.00 $2,600.00 $1,291.50 $2,583.00 St., Corpus Christi,TX 7 Generac S6; Flour Bluff EST, 2034 Flour Bluff EA 2 $300.00 $600.00 $600.00 $1,200.00 $1,291.50 $2,583.00 Dr., Corpus Christi, TX CK-Power; Model CK430VM-%4; ONS Mobile 8 Generator, 13101 Leopard St., Corpus Christi, EA 2 $500.00 $1,000.00 $550.00 $1,100.00 $1,583.50 $3,167.00 TX 9 Olympian B50P3; Wesley Seale Dam, 299 Co. EA 2 $200.00 $400.00 $1,200.00 $2,400.00 $1,283.00 $2,566.00 Rd.3 65,Sandia,TX #1842-2011 Generac Model 13092150200,40 Kw/50KVA;Type Code- 10 S60040K6034.2V18HPNLA; Choke Canyon EA 2 $200.00 $400.00 $550.00 $1,100.00 $1,112.50 $2,225.00 Dam (Spillway), 150 South Shore Park Rd., Three Rivers,TX #1843-2022 Generac Model G0070430, 11 24Kw; Choke Canyon Dam (Shop), 150 South EA 2 $200.00 $400.00 $400.00 $800.00 $1,071.00 $2,142.00 Shore Park Rd.,Three Rivers,TX #1846-2022 Genera,c Model G0069981; 7.5 12 Kw, Choke Canyon Dam, 150 South Shore EA 2 $100.00 $200.00 $350.00 $700.00 $1,056.00 $2,112.00 Park Rd.,Three Rivers,TX Parts/Material 13 Parts/Material I EA 1 $30,000.00 1 1 $30,000.00 1 1 $30,000.00 14 IShipping Allowance for Parts/Material I EA 1 $2,500.00 $2,500.00 $2,500.00 Labor 15 Technician-Monday-Friday 8:OOam-4:OOpm HR 500 $120.00 $60,000.00 $175.00 $87,500.00 $190.00 $95,000.00 16 Technician-After Hours, Holiday, Weekends HR 250 $180.00 $45,000.00 $250.00 $62,500.00 $285.00 $71,250.00 $146,500.00 $201,900.00 $231,769.00 SC O SERVICE AGREEMENT NO. 6311 v Generator Preventative Maintenance and Repairs N'ORPORPIEO 1852 THIS Generator Preventative Maintenance and Repairs Agreement (''Agreement'') is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and American Generator Services, LLC ("Contractor''), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Generator Preventative Maintenance and Repairs in response to Request for Bid/Proposal No. 6311 ("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 Generator Preventative Maintenance and Repairs ("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 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 four 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. Service Agreement Standard Form Page 1 of 8 Approved as to Legal Form October 29, 2021 3. Compensation and Payment. This Agreement is for an amount not to exceed $146,500.00, subject to approved extensions and changes. Payment will be made for Services performed and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Diana Zertuche-Garza Corpus Christi Water Phone: 361-826-1827 Email: dianagCcctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as Service Agreement Standard Form Page 2 of 8 Approved as to Legal Form October 29, 2021 may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. City may inspect all Services and products supplied before acceptance. Any Services or products that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. Service Agreement Standard Form Page 3 of 8 Approved as to Legal Form October 29, 2021 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, the Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Diana Zertuche-Garza, Contract Funds Administrator Corpus Christi Water 2726 Holly Road, Corpus Christi, Texas 78415 Phone: 361-826-1827 Fax: 361-826-7215 IF TO CONTRACTOR: American Generator Services, LLC Attn: Andrew Sanchez Owner 276 CR 3571 , Sandia, Texas 78383 Phone: 361-834-9383 Service Agreement Standard Form Page 4 of 8 Approved as to Legal Form October 29, 2021 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 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 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 CONTRACTOR 1--v , _ Signature: 4 e G nc ez(Mar24,202514:57CDT) Printed Name: AndrewSanchez Title: CEO Date: 03/24/2025 CITY OF CORPUS CHRISTI Sergio Villasana Director, 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. 6311 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement Standard Form Page 8 of 8 Approved as to Legal Form October 29, 2021 Attachment A: Scope of Work 1.1 General Requirements/Background Information A. The Contractor shall provide generator preventative maintenance and repairs on an as-needed basis. B. The Contractor shall provide services for the following generators: two Caterpillar, four Generac, one Kohler, one Olympian, one Rolls Royce, two Taylor, and one CK-Power (O.N. Stevens mobile). C. The Contractor shall be responsible for furnishing labor, supervision, tools, materials, and all equipment necessary to perform preventative maintenance and repair services in accordance with the scope of work. D. The Contractor shall provide emergency and non-emergency generator repairs. The Contractors' technician shall be available 24 hours a day, seven days a week for emergency services. E. The Contractor shall provide a preferential response for any emergency services requested by the City. F. All work performed under this contract must be performed in accordance with all applicable codes and standards. G. The Contractor must ensure that all work is performed in a safe manner and shall provide all necessary equipment and barriers to protect the work site, workers, City employees, City vehicles, and property. 1.2 Preventative Maintenance A. The Point of Contact or designee will provide a schedule for preventative maintenance for generators. B. Scheduled preventative maintenance will be performed Monday - Friday, from 8:OOAM to 4:OOPM. The Contractor shall check in and check out with the onsite CCW Work Coordinator before and after all authorized work is performed. C. The preventative maintenance services must include, at a minimum, tasks outlined below. This list is not intended to be all inclusive for each generator. 1 . Check and test all safety devices 2. Check engine coolant 3. Check for faults/codes and correct deficiencies Page 1 of 5 4. Adjust the fuel regulator (if applicable) 5. Inspect the fuel system, air intake, and exhaust systems 6. Inspect oil for contamination, if necessary, perform metal wear analysis 7. Test and inspect battery charging cables and connections 8. Perform fuel analysis, if necessary (diesel fuel generator) 9. Remove and replace lubricating oil and filters 10. Remove and replace fuel filter and air filter, as required 11 . Remove and replace spark plugs, as required 12.Manually start the generator 13.Verify voltage and frequency output 14.Adjust engine speed as required 15.Supply load test equipment and perform load test as per the requirement of the generator or informed by the CCW Work Coordinator 16.Transfer switches a. Inspect and clean each drive b. Lubricate moving parts and contact surfaces c. Inspect and ensure all connections are tight and meet required and/or recommended torque specifications d. Perform power transfers to ensure proper operation 17. Dispose of any used parts and fluid in accordance with current EPA and/or TCEQ rules and regulations. 18. Provide a written report to CCW Work Coordinator after each inspection or repair call detailing any conditions found and advising if further service will be required. D. The Contractor shall perform repair and replacement parts identified during preventative maintenance. Preventative repairs must be made to prevent an unscheduled generator breakdown and to ensure continued normal operation of generator. Replacement of parts must be made to extend the useful life of the generator. E. Once necessary parts are identified for repair and replacement, the Contractor shall provide an estimate inclusive of labor, parts, and materials cost to the on-site CCW Work Coordinator for approval. F. The Contractor shall document all repairs. A copy of each preventative maintenance service and repair report will be provided to onsite Page 2 of 5 personnel at the time of completion and shall provide the following information: 1 . Service address 2. Model and serial number of equipment repaired 3. Description of repairs 4. Itemized list of replacement parts and materials 5. Start time, end time and total hours worked 6. Name of authorizing City personnel 1.3 Repair Service A. The Contractor will receive a request from the onsite CCW Work Coordinator to correct any problems on a specific generator that needs repairs. B. Callback includes emergency or non-emergency repair services. The onsite CCW Work Coordinator will use prudent judgment to define emergency or non-emergency repair services. The CCW Work Coordinator's decision shall remain final, and the Contractor shall act accordingly. C. The Contractor will receive emergency repair requests via telephone from the CCW Work Coordinator and must call back within 15 minutes. The Contractor shall be onsite within a two-hour response time. D. The Contractor shall be onsite within three hours if it is a non-emergency request. E. In the event of adverse weather, i.e. hurricane, storm, tornado, etc., the Contractor shall be available after the post-weather event. F. The Contractor shall identify the repair required and provide the onsite CCW Work Coordinator with a written estimate of the time and parts and materials required for the repair and must obtain authorization from onsite CCW Work Coordinator prior to performing the repair. G. The Contractor shall complete repairs within 24 hours of arrival onsite. The Contractor will communicate to onsite CCW Work Coordinator any conditions that may delay work being completed within 24-hour period. H. In case of emergency or adverse weather, the City reserves the right to use another contractor, if the Contractor's response times are non- compliant. I. If the Contractor is required to leave the premises to obtain parts or materials, onsite CCW Work Coordinator must be notified. Page 3 of 5 1_4 Parts and Warranty A. The Contractor shall make repairs using new and unused Original Equipment Manufacturer (OEM) parts or City approved equivalent parts. The Contractor shall submit OEM equivalent parts for approval. B. The Contractor must provide one-year warranty on repairs and one-year warranty or manufacturer's warranty on OEM parts. The Contractor shall warrant City approved equivalent parts for 90 days. C. Warranty repairs must be corrected in a timely manner upon notification. If the Contractor fails to proceed promptly, the City may have the defects corrected by a third party and the Contractor shall be liable for all expenses incurred. Such action will not relieve the Contractor of further warranty liabilities. D. The Contractor will be responsible for submitting warranty claims to manufacturer. 1.5 Service Personnel A. The Contractor must employ sufficient full-time service personnel to perform the services outlined in this contract. The Contractor's service technician must be trained, experienced, and qualified to perform the services outlined in this contract. B. The Contractor shall provide proper Personnel Protective Equipment (PPE) for their employees performing the work as required by OSHA and any other federal, state, or local codes, laws and regulations. C. The Contractor's technician shall check in with the onsite CCW Work Coordinator prior to commencing work and check out after completing the work. This requirement applies to regular maintenance and call-back repairs. 1.6 Work Site Locations Location-Address Generator Model # Generator Serial # KVA PM or Kw 1 Holly EST; 4917 Holly Rd., Catepillar DG150-2; 150 4500502 150 Yes Corpus Christi, TX 78411 kw/60Hz/1800 RPM Kw Staples Pump Station; 5501 Taylor TD450; 450 kw/60 600 2 Co. Rd. 2444, Corpus Christi, Hz/1800 RPM X16c113606 Kw Yes TX 78415 Rand Morgan GST; 9355 Caterpillar DG-150-2; 150 150 3 Leopard St., Corpus Christi, kw/60 Hz/1800 RPM CATD6150LT4500581 Kw Yes TX 78409 Page 4 of 5 Navigation Pump Station; Taylor TD450; 450 kw/60 600 4 302 Navigation Blvd., Hz/1800 RPM XI6E196614 Kw Yes Corpus Christi, TX 78408 Oso Wetlands Preserve; Kohler IORESVL; 9 5 2446 N. Oso Pkwy, Corpus Kw/240V/3600 RPM SGV324DJ7 9 Kw Yes Christi,TX 78414 ONS Maintenance Shop Rolls Royce MTU 1OV0068/60 125 6 Generator, 13101 Leopard Hz/1800RPM MT-0092651-0520 Kw Yes St., Corpus Christi, TX 78410 Flour Bluff EST, 2034 Flour 7 Bluff Dr., Corpus Christi, TX Generac S6 3013999493 K0 w Yes 78418 ONS Mobile Generator ONS 8 Water Treatment Plant, CK-Power; Model 20132095-407 350 Yes 13101 Leopard St., Corpus CK430VM-T4 Kw Christi,TX 78410 9 Wesley Seale Dam, 299 Co. Olympian B50P3 0LYOOOOOCNPF01601 50 Kw Yes Rd. 365, Sandia,TX 78383 Choke Canyon Dam #1842-2011 Generac Model 40 Kw 10 (Spillway), 150 S. Shore Park 13092150200; Type Code- 2110773 50KVA Yes Rd.,Three Rivers,TX 78071 S60040Kl6034.2V18HPNLA Choke Canyon Dam (Shop), #1843-2022 Generac Model 11 150 S. Shore Park Rd., Three G0070430 3001422103 24 Kw Yes Rivers, TX 78071 Choke Canyon Dam, 150 S. #1846-2022 Generac Model 12 Shore Park Rd., Three Rivers, G0069981 3013047359 7.5 Kw Yes TX 78071 Page 5 of 5 i Attachment B: Bid/Pricing Schedule CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT BID FORM 1 kCOR OR�tE 1652 RFB No. 6311 Generator Preventative Maintenance and Repairs for Corpus Christi Water Date: Z j P GE i OF 2 a /� j�VrZ�� Authorized Bidder: �'ILQN i��' ifan 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 Yearly Qty Unit Total Price Price Preventative Maintenance&Re airs 1 Catepillar DG150-2;150 Kw/60 Hz/1800 RPM; EA 2 Holly EST,4417 Holly Rd.,Corpus Christi,TX Taylor TD450;.450 Kw/60 Hz/1800 RPM;Staples 2 Pump Station,5501 Co,Rd.2444,Corpus EA 2 � �o Christi,TX Cateplllar DG-150-2; 150 Kw/60 Hz-1800 RPM; 3 Rand Morgan GST,9355 Leopard St.,Corpus EA 2 Christi,TX �P' tl aeo 4 Taylor TD450;450 W60 Hz/1800 RPM,302 EA 2 Navigation Blvd.,Corpus Christi,TX 61� Kohler 10RESVL;9 Kw/240V/3600 RPM;Oso 5 Wetland Preserve,2446 N.Oso Pkwy,Corpus EA 2 �� © Christi,TX Rolls Royce MTU I OV0068/60 Hz/1800 RPM;ONS 6 Maint.Shop Generator, 131M Leopard St., EA 2 '7 Corpus Christi,TX 5,00b Page 2 of 2 Item Description Unit 'Yearly Qty Unit Total Pace Price 7 Generac S6;Flour Bluff EST,2034 Flour Bluff Dr., EA 2 Corpus Christi,TX G CK-Power;Model CK430VM-T4;ONS Mobile 8 Generator, 13101 Leopard St.,Corpus Christi, EA 2 LO & TX 9 Olympian B50P3;Wesley Seale Dam,299 Co. EA 2 ra Rd.365,Sandia,TX #1842-2011 Generac Model 13092150200,40 KW/50KVA;Type Code- 10 S60040K6034.2V18HPNLA;Choke Canyon Dam EA 2 (Spillway), 150 South Shore Park Rd,Three Rivers,TX #1843-2022 Generac Model G0070430,24 KW; - r, 11 Choke Canyon Dom(Shop),150 South Shore EA 2 Park Rd,Three Rivers,TX #1846-2022 Generac Model G0069981;7.5 12 KW;Choke Canyon Dam, 150 South Shore Park EA 2 i vo Eat? Rd,Three Rivers,TX Parts/Material 13 Parts/Material EA 30,000.00 14 Shi in Allowance for Parts/Material EA $2,500.00 Labor 15 Technician-Monday-Friday 8:00am-4:00pm HR 500 01) 16 Technician—After Hours, Holidays,Weekends HR 250 © �tJ Total $146,-5500.00 Attachment C: Insurance and Bond Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability $1 ,000,000 Per Occurrence Including: 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 3. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 1 of 3 B. ADDITIONAL REQUIREMENTS 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the ''other insurance'' clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Page 2 of 3 Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. 8. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. No bond is required for this agreement. 2024 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services -Services Performed Onsite 05/10/2024 Risk Management - Legal Dept. Page 3 of 3 Attachment D: Warranty Requirements 1 . The Contractor must provide a one-year warranty on repairs. 2. The Contractor must provide a one-year warranty or manufacturer's warranty on OEM parts. 3. The Contractor shall warranty City approved equivalent parts for 90 days. 4. Warranty repairs must be corrected in a timely manner upon notification. If the Contractor fails to proceed promptly, the City may have the defects corrected by a third party, and the Contractor shall be liable for all expenses incurred. Such action will not relieve the Contractor of further warranty liabilities. 5. The Contractor will be responsible for submitting warranty claims to the manufacturer. Page 1 of 1 so 00 � w o F v NOORPORAS E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Kevin Smith, Director of Aviation Kevins4(a)cctexas.com (361) 826-1292 Peter Collins, Chief Information Officer of Information Technology Pete rc(a)cct ex a s.co m (361) 826-3735 Sergio Villasana, Director, Finance & Procurement Sergiov2(o-)cctexas.com (361) 826-3227 Access Control Project at the Corpus Christi International Airport (CCIA) CAPTION: Motion authorizing execution of a service agreement, through the BuyBoard Cooperative, with Firetrol Protection Systems, Inc., of Irvine, California, with an office in Corpus Christi, to replace the access control system at the Corpus Christi International Airport in an amount not to exceed $189,236.60, with FY 2025 funding from the Airport Fund. SUMMARY: Access Control is a critical component of Corpus Christi International Airport and must meet the mandates of the Transportation Security Administration (TSA). This project includes a software upgrade and the replacement of fifteen (15) access control panels and associated card readers for 42 doors, which provide access to airport-secured areas. BACKGROUND AND FINDINGS: As per TSA regulations, Airports must control access to the Secured Area. This area is where aircraft park and are serviced. The system in place must provide access to properly trained and badged individuals. The system must be able to vet those people before they access the secured area portals and prevent those who are not authorized from accessing those same portals. CCIA uses Software House Secure 9000 for its access control platform. This project aims to replace the original part of the access control system, which is over 20 years old. As components are failing, there are no replacement parts available. Once the existing stock is exhausted, we must staff or eliminate those doors, severely affecting the airport's operation. Failure to respond to a malfunctioning door could result in fines from TSA per incident. This project includes a software upgrade and the replacement of fifteen (15)access control panels and associated card readers for 42 doors, which provide access to airport-secured areas such as CCIA Administration and Operating Offices, TSA-secured areas for pilots and authorized personnel, and jetways. PROCUREMENT DETAIL: CCIA uses Software House Secure 9000 to manage its access control platform, and companies must be authorized vendors to install and maintain their software and hardware. To get the best value for the project, CCIA contacted the vendors below to request Buyboard pricing. Contracts awarded through the Cooperatives have been competitively procured in compliance with Texas Local and State procurement requirements. Prices were checked with Buyboard, TIPS and, open market. The Buyboard returned a quote with the greater discount, making Firetrol Protection Systems bid the best value. Description Firetrol Protection NextGen Security Multilink Security System Access Control $189,236.60 $197,824.73 $302,465.74 Equipment ALTERNATIVES: The alternative and less secure option is to put doors under lock and key as the old panels fail. Issued keys fall under TSA scrutiny. Failure of the access control system can result in monetary fines from TSA as well as potential loss of future federal funding. FISCAL IMPACT: The project cost of$189,236.60 were budgeted and are available in the current FY25 Airport Operating Budget — Fund 4610. FUNDING DETAIL: Fund: 4610 -Airport Operating Fund Organization/Activity: 35045 —Airport IT Department: 53 -Airport Project # (CIP Only): na Account: 530230 — Equipment Maintenance Amount: $189,236.60 RECOMMENDATION: Staff recommends approval of this agreement with Firetrol Protection Systems as presented to maintain the security component of the critical infrastructure and safe operation of CCIA. LIST OF SUPPORTING DOCUMENTS: Price Sheet s COOPERATIVE PURCHASE AGREEMENT NO. 6478 Access Control CCIA APC Replacement N�ONPOPPSF 1852 THIS Access Control CCIA APC Replacement Cooperative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Firetrol Protection Systems ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). 1. Cooperative Agreement. Contractor has agreed to provide Access Control CCIA APC Replacement in accordance with its agreement with Buy Board #751-24 (the "Cooperative 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 Cooperative Agreement, this Agreement shall govern to the extent allowed by the Cooperative Agreement. 2. Scope. Contractor will provide Access Control CCIA APC Replacement 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 six 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 for up to zero additional zero-months periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 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. 4. Compensation and Payment. This Agreement is for a fixed amount of $189,236.60, 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: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, TX 78469-9277 Cooperative Purchase Agreement-Firetrol Page 1 of 4 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: Barb Minor, Information Technology 1201 Leopard Street, Corpus Christi, Texas 78401 361-826-3524 Fax: N/A IF TO CONTRACTOR: Firetrol Protection Systems Attn: Troy Diamond, Sales 4410 Dillon Lane, Suite 38, Corpus Christi, Texas 78415 Phone: 361-851-2632 Fax: 361-851-1886 6. 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. 7. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items, 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 C by the manufacturer, for the period stated in the Warranty Requirements included in Attachment D, which is attached and incorporated by reference into this Agreement as if fully set out here in its entirety. Cooperative Purchase Agreement-Firetrol Page 2 of 4 8. 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. In accordance with Chapter 2271 , Texas Government Code, Contractor verifies that Contractor does not boycott Israel and will not boycott Israel during the term of this agreement. In accordance with Chapter 2274, Texas Government Code, Contractor verifies that Contractor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the contract against a firearm entity or fire trade association. In accordance with Chapter 2276, Texas Government Code, Contractor verifies that Contractor does not boycott energy companies and will not boycott energy companies during the term of this agreement. 9. 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] Cooperative Purchase Agreement-Firetrol Page 3 of 4 CONTRACTOR Matt,7oYcfan Signature: Matt Jordan(Apr 15,202509:25 CDT) Printed Name: Matt Jordan Title: District Manager Date: 04/15/2025 CITY OF CORPUS CHRISTI Sergio Villasana Director of Finance & Procurement Date: Approved as to legal form: Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Quote Attachment C: Insurance Requirements Attachment D: Warranty Attachment E: Federal Requirements Incorporated by Reference Only: Cooperative Agreement: Buy Board #751-24 Page 4 of 4 Cooperative Purchase Agreement—Firetrol ATTACHMENT A: SCOPE OF WORK PROJECT NAME: Access Control CCIA APC Replacement PROJECT ADDRESS: 1000 International Drive, Corpus Christi, Texas 78406 Scope of Work: The City of Corpus Christi, which owns and operates the Corpus Christi International Airport (CCIA), is interested in upgrading the access control system for the entire airport. The entire airport consists of 163 doors and gates under access control. This project is to update the oldest panels to current standards. Replacement parts for these old panels are no longer available and these panels are not supported in the next version of our access control software. 1 . Contractor shall provide new controllers to replace old APCs. Provide new wire from controllers to card readers. Terminate wire to controllers and readers. Program controllers. 2. Contractor shall provide the following access control warranties: Labor must be warranted by Contractor for the span of one year. All hardware must be warrantied by the manufacturer for the span of one year. 3. All work will be completed by Contractor within 180 days from the start of the project. Page 1 of 2 List of doors to be upgraded 1030 custodial office employee parking in employee parking out 109B belly cargo to ramp belly cargo roll up north belly cargo roll up south 1078 IT office O&M test reader 1076 IT office MDF 1073 communications 1066 double door by command to Jet bridge office hallway admin to terminal admin to lobby TSA glass double doors 1071 Command Center to O&M stairwell 1 1 15 TSA Bathroom to Jetbridge Office Hallway elevator 3 1 st floor elevator 3 2nd floor 42A concourse to O&M stairwell 4 42B O&M to O&M Stairwell 4 O&M concourse to lobby O&M temp to O&M lobby (OM lobby to CBP office) 1092A/B baggage claim west rollup 1093A baggage single door 1093B baggage claim oversized rollup 1094A/B baggage claim east rollup O&M badging office 2070 restaurant to sterile kitchen O&M stairwell 2 to rental car lot 1074 command center 1065 station 3 jetway 1 jetway 2 jetway 3 jetway 5 jetway 6 1214 TSA stairwell 3 to west breezeway 2072 TSA hallway to sterile 1324 CBP office hallway to ramp gate 6 lobby to FIS stairwell FIS stairwell to west breezeway emergency door jetway 3&5 - monitor only emergency door jetway 1 &3 - monitor only Page 2 of 2 ATTACHMENT B: QUOTE FI RETRO L '••••••' Protection Systems 4410 Dillon Lane Suite 38,Corpus Christi,Texas 78415 Office(361)851-2632,Facsimile(361)851-1886.www.firetrol.com February 10, 2025 Access control CCIA APC replacement Firetrol is grateful for the opportunity to submit the following proposal: Provide new controllers to replace old APCs. Provide new wire from controllers to card readers. Terminate wire to controllers and readers. Program controllers. Access control Scope of Work: Firetrol will provide services as listed: 1. Provide new controllers to replace old APCs. 2. Provide new wire from controllers to card readers. 3. Terminate wire to controllers and readers. 4. Program controllers. This proposal does not include conduit, back boxes, stub ups or raceways. Any collapsed conduit is the responsibility of electrical contractor. This proposal does not include core drilling, penetrations or fire stop calking. This proposal excludes all painting, patching, cutting and ceiling tiles. Electrical contractor is to provide 120V AC circuits to all panels. Electrical contractor is to provide any man lift necessary to complete this project. This proposal is only for the work specified above. TX SCR-0292 TX ACR-2034 TX ECR-1600 Page 1 of 3 FI RETRO L '••••••' Protection Systems 4410 Dillon Lane Suite 38,Corpus Christi,Texas 78415 Office(361)851-2632,Facsimile(361)851-1886.www.firetrol.com Clarifications • Customer to provide fabrication area lay down area, restroom facilities and 120VAC power for construction crews. • The installation labor is warranted for one year. • Firetrol is not responsible for any project delays that occur as a result of an emergency or act of God. • No cost is provided for repairing sheet rock or painting/wall papering. These repairs are to be supplied by others. Cancellation Charges • Firetrol would recoup any cost for: • Return freight, restocking fees and any materials purchased which could not be returned for refund. • Material/equipment installed for which payment of such has not been received. • Design/engineering and installation labor cost incurred for which payment of such has not been received. • Five (5) percent of total project cost for demobilization. Commercial Considerations • This estimate is valid for 60 days. • The proposed cost does not include taxes. If Firetrol is to collect and remit taxes, this proposal must be adjusted to include taxes. • Terms of payments are net 30 days. • Pricing is based on a workweek of Monday through Friday. 8am-5pm. • This proposal does not include cost for overtime work as described above. Overtime will be invoiced at time-and-a-half, and double-time for Sundays and holidays. TX SCR-0292 TX ACR-2034 TX ECR-1600 Page 2 of 3 FI RETRO L '•••••• Protection Systems 4410 Dillon Lane Suite 38,Corpus Christi,Texas 78415 Office(361)851-2632,Facsimile(361)851-1886.www.firetrol.com Part# Quantity MSRP BuyBoard price Total GSTAR-GCM 8 5,410.00 3,678.80 29,430.40 GSTAR-ACM 16 2,935.00 1,995.80 31,932.80 PSX-WPISU16E8S 6 2,710.00 2,49320 14,959.20 PSX-WPISU32E12S 1 6,785.00 6,242.20 6,242.20 SCR-SE-921 P HID Reader 85 595.00 547.40 46,529.00 Access composite cable 6 1,100.00 N/A 6,600.00 Freight 1 N/A N/A 1,800.00 LABOR—SECURITY 352 N/A 135.00 47,520.00 Labor project manage 16 N/A 135.00 2,160.00 MISC HARDWARE 1 800.00 N/A 800.00 SFK-DS004-WIEGAND SURE-FI WIEGAND 1 1,263.00 N/A 1,263.00 Project Investment: CCIA Access control proposal: $189,236.60 Buy Board Contract 751-24 We appreciate the opportunity to assist you with this project and look forward to receiving your response. Should you have any questions or comments please contact me. Respectfully, " VGGwG Troy Diamond 361-728-5188 cell By signing below, I accept this proposal and agree to the Terms and Conditions contained herein. CUSTOMER NAME DATE X AUTHORIZED SIGNATURE PRINTED NAME/TITLE TX SCR-0292 TX ACR-2034 TX ECR-1600 Page 3 of 3 ATTACHMENT C: INSURANCE AND BOND REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in the Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability Including: $1 ,000,000 Per Occurrence 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS Page 1 of 3 A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy. • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. E. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. Page 2 of 3 F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. BOND REQUIREMENTS: There are no bonds required for this Service Agreement. 2021 Insurance Requirements Ins. Req. Exhibit 4-B Contracts for General Services -Services Performed Onsite 05/10/2021 Risk Management - Legal Dept. Page 3 of 3 ATTACHMENT D: WARRANTY REQUIREMENTS The Contractor shall provide the following access control warranties: Labor must be warranted by Contractor for the span of one year. All hardware must be warrantied by the manufacturer for the span of one year. Page 1 of 1 ATTACHMENT E: FEDERAL REQUIREMENTS E.1 GENERAL CIVIL RIGHTS PROVISIONS The Contractor agrees to comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or disability be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the Contractor and subcontractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required by Title VI of the Civil Rights Act of 1964. E.2 Compliance with Nondiscrimination Requirements: During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor"), agrees as follows: 1. Compliance with Regulations: The Contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Acts and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Nondiscrimination: The Contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor will not participate directly or indirectly in the discrimination prohibited by the Nondiscrimination Acts and Authorities, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21 . 3. Solicitations for Subcontracts, including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the Contractor of the contractor's obligations under this contract and the Nondiscrimination Acts and Authorities on the grounds of race, color, or national origin. 4. Information and Reports: The Contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Nondiscrimination Acts and Authorities Page 1 of 3 and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the Contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. s. Sanctions for Noncompliance: In the event of a Contractor's noncompliance with the non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the Contractor under the contract until the Contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The Contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations, and directives issued pursuant thereto. The Contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the Contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the Contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the Contractor may request the United States to enter into the litigation to protect the interests of the United States. E.3 Title VI List of Pertinent Nondiscrimination Acts and Authorities During the performance of this contract, the Contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the "Contractor") agrees to comply with the following non- discrimination statutes and authorities; including but not limited to: Title VI of the Civil Rights Act of 1964 (42 USC § 2000d et seq., 78 stat. 252) (prohibits discrimination on the basis of race, color, national origin); 49 CFR part 21 (Non-discrimination in Federally-assisted programs of the Department of Transportation—Effectuation of Title VI of the Civil Rights Act of 1964); The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 USC § 4601 ) (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Page 2 of 3 Section 504 of the Rehabilitation Act of 1973 (29 USC § 794 et seq.), as amended (prohibits discrimination on the basis of disability); and 49 CFR part 27; The Age Discrimination Act of 1975, as amended (42 USC § 6101 et seq.) (prohibits discrimination on the basis of age); Airport and Airway Improvement Act of 1982 (49 USC § 471 , Section 47123), as amended (prohibits discrimination based on race, creed, color, national origin, or sex); The Civil Rights Restoration Act of 1987 (PL 100-209) (broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, the Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms "programs or activities" to include all of the programs or activities of the Federal-aid recipients, sub- recipients and contractors, whether such programs or activities are Federally funded or not); Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 USC §§ 12131 - 12189) as implemented by U.S. Department of Transportation regulations at 49 CFR parts 37 and 38; The Federal Aviation Administration's Nondiscrimination statute (49 USC § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures nondiscrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 USC 1681 et seq). Page 3 of 3 se w o N v NCORPOR 10 AGENDA MEMORANDUM 185 Action Item for the City Council Meeting of April 29, 2025 DATE: March 25, 2025 TO: Peter Zanoni, City Manager FROM: Bill Mahaffey, Director of Gas Operations BilIM(a)cctexas.com (361) 826-1801 Sergio Villasana, Director of Contracts and Procurement SergioV2(a)cctexas.com (361) 826-3169 Purchase of Gas Meters for Gas Operations CAPTION: Motion authorizing a one-time purchase of gas meters from Wilnat, Inc., dba Koons Gas Measurement, of Tulsa, Oklahoma, in an amount not to exceed $408,750.00 for Gas Operations, with FY 2025 funding from Gas CIP Funds. SUMMARY: This motion authorizes a one-time purchase of gas meters from Wilnat, Inc., which operates as Koons Gas Meters, located in Tulsa, Oklahoma. The specific models being purchased are the AC-250 and AL-800 gas meters, which are essential for supporting existing connections in the City's gas distribution network and addressing the growing demand from new service connections. The American AC-250 and AL-800 Diaphragm Meters from Koons Gas Measurements are critical components of the CC Gas distribution network. The AC-250 is intended for residential and small commercial applications, ensuring accurate flow, safety, and compliance with regulatory standards. In contrast, the AL-800 is designed for larger commercial and industrial uses, providing precise measurements, enhanced safety, and adherence to stringent regulatory requirements. Gas meters are vital for accurate billing and efficient monitoring of gas consumption throughout the City's service area. By ensuring precise measurement of gas usage, these meters help maintain transparency with consumers and support effective management of the gas distribution network. BACKGROUND AND FINDINGS: The City currently manages approximately 61 ,000 gas meters and is continuously expanding its gas service infrastructure by adding new connections throughout the year. These new connections require the installation of gas meters to accurately measure gas usage, supporting both service expansion and the replacement of existing meters. The American AC-250 and AL-800 Diaphragm Meters from Koons Gas Measurements are essential for CC Gas's distribution network. The AC-250 is designed for residential and small commercial applications, measuring up to 250 standard cubic feet per hour (SCFH) at a pressure of 10 pounds per square inch gauge (PSIG). It ensures accurate flow, safety, and regulatory compliance. In contrast, the AL-800 is suitable for larger commercial and industrial applications, measuring up to 800 SCFH at 100 PSIG. Both meters support remote reading through advanced metering infrastructure and are compatible with automated meter reading systems. This functionality enhances public safety, maintains the integrity of our gas distribution network, and ensures compliance with regulatory standards. PROCUREMENT DETAIL: Finance and Procurement conducted a competitive Request for Bid process for the purchase of gas meters. The City received two responses, but one was deemed non-responsive because the vendor submitted an incomplete bid form. Staff recommends awarding the contract to the responsive, responsible bidder and incumbent, Wilnat Inc., doing business as Koons Gas Measurement, located in Tulsa, Oklahoma. Similarly, in 2023, the City received three bids, but two were deemed non-responsive. There has been an increase in unit prices of 8.3% and 15.3%, respectively, since the previous purchase made in 2023. Item 2023 Unit Price 2025 Unit Price % Increase American AC-250 Meter $60.00 $65.00 8.30% American AL-800 Meter $650.00 $750.00 15.30% ALTERNATIVES: Choosing not to buy gas meters in bulk would mean making separate purchases as needed, which would eliminate the benefits of economies of scale and lead to longer procurement delays. This would ultimately result in extended lead times for essential services. With the ongoing increase in service connections, it is crucial to procure additional gas meters promptly to meet growing demand and ensure reliable gas services for residents. FISCAL IMPACT: The fiscal impact for Gas CIP Funds in FY 2025 is not to exceed $408,750.00 with Wilnat, Inc. dba Koons Gas Measurement of Tulsa, Oklahoma for the one-time purchase of gas meters. FUNDING DETAIL: Fund: 4563 Gas 2025 CIP Organization/Activity: E12132014563EXP Department: 11 Project # (CIP Only): E12132 Gas Life Cycle Replacement Program Account: 520150 Meter & svc connection material RECOMMENDATION: Staff recommends approval of this motion as presented. LIST OF SUPPORTING DOCUMENTS: Bid Tabulation Presentation RFB 6283 - Purchase of Gas Meters for Gas Department Senior Buyer:Tracy Garza Bid Open Date: February 27,2025 Wilnat, Inc. dba Koons Gas *Equipment Controls Measurement Company Tulsa, OK Norcross, GA ITEM DESCRIPTION UNIT QTY UNIT PRICE TOTAL PRICE UNIT PRICE TOTAL PRICE American AC-250 Diaphragm 1 Meter or Equivalent (White Dial) EA. 6,000 $ 65.00 $ 390,000.00 $ - American AL-800 Diaphragm 2 Meter or Equivalent EA. 25 $ 750.00 $ 18,750.00 $ - GRAND TOTAL $ 408,750.00 $ - *ECCO deemed non-responsive due to submitting an incomplete bid form cc rAs Koons Gas Measurement Gas Meters Council Presentation April 29, 2025 Unique Features of Gas Meters cc aAS American AC-250 Diaphragm Residential Meter _ _ _ -Residential Use: Ideal for homes. -Durability:One-piece cast aluminum body. -Accuracy: Long-term precision. -Temperature Compensation:Available. -Compatibility:Supports AMR systems. ' American AL-800 Diaphragm Commercial/Industrial Meter -Commercial&Industrial Use:Suited for larger applications. -Durability: Die-cast aluminum case,self-lubricating bushings. -Accuracy: Positive displacement. ` -Temperature Compensation:Operates from-30°F to 140°F. -Compatibility:Supports AMR/AMI systems, includes tamper seals. Residential Gas Meters • Roles 1. Accurate Measurement:Residential gas meters measure the exact amount of gas Criticconsumed by a household,ensuring accurate billing based on actual usage. 2. Leak Detection:They help monitor irregularities that may indicate potential gas leaks, enhancing safety and preventing hazardous situations. 3. Energy Management:By providing real-time tracking of gas consumption,they support of Gas efficient home energy management. 4. Public Safety:Ensuring gas consumption is accurately measured and monitored helps prevent accidents and promotes public safety. Meters in 5. Compliance:Residential gas meters comply with regulatory standards and safety codes to ensure the safe distribution of natural gas. 6. Components:Key components include the meter body,diaphragm,measuring • • • chamber,internal valves,index,and inlet and outlet pipes. Commercial Gas Meters Distribution 1. High Accuracy:Commercial gas meters,such as diaphragm,rotary,and turbine meters, are designed for high accuracy in measuring gas flow in various commercial applications. 2. Pressure Regulation:They often work in conjunction with regulating stations to adjust the pressure of gas flowing through the pipes before it reaches customers. 3. Safety and Quality Control:Regular monitoring and measurement of gas pressure and volume help prevent dangerous situations and ensure the quality of gas delivered. 4. Usage Insights:They provide detailed insights into consumer usage patterns,enabling companies to develop more efficient and cost-effective energy distribution models. 5. Public Safety:Ensuring accurate measurement and regulation of gas flow helps prevent accidents,ensuring the safety of commercial properties and the surrounding community. 3 Gas Meters cc GAS 07 l �s e. AL-800 Diaphragm Meter American AC-250 Diaphragm 4 American AC-250 Diaphragm Meter & cc aAS AL-800 Diaphragm Meter The American AC-250 and AL-800 Diaphragm Meters by Koons Gas Measurements are essential for CC Gas's distribution network. The AC-250, designed for residential and small commercial applications, measures up to 250 SCFH at 10 PSIG, ensuring accurate flow, safety, and regulatory compliance. The AL-800, suited for larger commercial and industrial uses, measures up to 800 SCFH at 100 PSIG, delivering precise measurement, enhanced safety, and adherence to stringent regulatory standards. Both meters support remote reading through AMR/AMI compatibility, ensuring public safety, maintaining the integrity of gas distribution, and complying with regulatory standards. A M16 � Questions • se H NOOHPOPAS E 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services 0effreyea-cctexas.com (361) 826-3851 Nicholas Winkelmann, P.E., Director of Water Systems and Support Services nickwa-cctexas.com (361) 826-1796 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance & Procurement sergiov2acctexas.com (361) 826-3227 Construction Contract Award Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid Project No. 23064 CAPTION: Motion awarding a construction contract to RUTS Construction, LLC of Haslet, Texas in an amount up to $2,500,000.00 with two renewal options to be administratively authorized for a total amount up to $7,500,000.00 for the Citywide Large-Size Water Line Cathodic Protection System Indefinite Delivery Indefinite Quantity (IDIQ) Project, located Citywide, with FY 2025 funding available from the Water Capital Fund. SUMMARY: This motion awards a construction contract for the Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid project to replace existing cathodic protection systems that have exceeded their useful life and are no longer protecting the water lines within the City's water distribution system at various locations throughout the City and the Mary Rhodes pipeline. BACKGROUND AND FINDINGS: The project is an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract to complete cathodic protection repairs and internal remote inspections on various large-diameter water lines throughout the city and the Mary Rhodes pipeline. 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 using established line items for pricing. Only relevant line items will be utilized for each delivery order. The final quantities for each line item will differ due to the scope and extent of the various projects. This is a "not to exceed" contract, where delivery orders can only be issued up to the contract ceiling. The scope of work includes the installation of new cathodic protection test stations, testing and commissioning, installation of external bond clips at existing pipe joints, an impressed current cathodic protection system with rectifiers and a deep anode well,testing and commissioning, O&M manuals, training of City staff, and internal remote inspections of existing water lines. The contract will have an initial one-year term, with the option to administratively renew for two additional one-year periods, in an amount up to $2,500,000.00, for a total not to exceed $7,500,000.00. The decision to exercise renewal options will be based on the Contractor's successful performance of the assigned work. Each Delivery Order shall be treated as an individual contract and must be completed within the stipulated substantial completion days specified in each Delivery Order document. PROJECT TIMELINE: December - April April - April Bid/ Award Construction Project schedule reflects City Council award in April 2025 with anticipated completion in April 2026. COMPETITIVE SOLICITATION PROCESS On January 13, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6292) for the Citywide Large-Size Water Line Cathodic Protection System Indefinite Delivery Indefinite Quantity (IDIQ) project. The project was previously advertised three different times with no bidders. Following each advertisement, the City contacted several contractors to gather feedback, updated the bidding plan, and informed interested contractors once the revised bidding documents were made available. The staff also incorporated the Mary Rhodes Pipeline cathodic protection into the project to enhance the budget, thereby attracting more interested contractors. On the fourth advertising attempt, nine general contractors downloaded bid documents with four of those contractors being local. On January 29, 2025, the City received one bid. The city analyzed the bids according to the contract documents and determined that RUTS Construction, LLC was the lowest responsive and responsible bidder. As the lowest bid received was within the acceptable range of the Engineer's Opinion of Probable Cost. A summary of the bids is provided below: BID SUMMARY CONTRACTOR BASE BID Rangeline Utility Services, LLC dba RUTS $5,330,410.00 Construction, LLC Engineer's Opinion of Probable Construction Cost $2,497,890.00 RUTS Construction, LLC, has successfully completed various projects with comparable scopes of work for local municipalities, including: • City of Greenville: installation of 24-inch HDPE water line in casing at a cost of $605,000 • City of Electra, Texas: construction of 1,700 linear feet of 8-inch water line at a cost of$280,000 • City of Lubbock: installation of pump and transmission lines varying in size from 18- inch to 42-inch at a cost of$1.5M • North Texas Municipal Water District: installation of cathodic test stations on an 84- inch at a cost of$1.4M. • CCW department - the Mary Rhodes Pipeline projects: RUTS Construction, LLC has successfully completed replacement and improvement on various large diameter water lines throughout CCW's water distribution and raw water system. They are currently working on Mary Rhodes Pipeline Phase 1 Assessment project . Upon the awarding of the project, RUTS Construction, LLC will designate a local crew to respond to the project's emergency response delivery orders in accordance with the Emergency Response Requirements outlined in the contract documents. RUTS Construction is currently working with the CCW department on the Mary Rhodes Pipeline Phase 1 Assessment. Staff are happy with RUTS Construction's performance on both current and previous projects. The contractor has some line items that were considerably higher in cost than the Engineer's Opinion of Probable Construction Cost. This may be due to these line items presently being more expensive or construction requiring added labor than the consultant anticipated. ALTERNATIVES: City Council could choose not to award the construction contract to Rangeline Utility Services, LLC dba RUTS Construction, LLC. This would delay repairs to the cathodic protection system on water distribution lines causing more costly repairs to the infrastructure. FISCAL IMPACT: The fiscal impact for the FY 2025 is an amount of$2,500,000.00 with funding available from the Water Capital Fund. FUNDING DETAIL: Fund: Water 2024 CIP (Rv Bds) (Fund 4491) Department: Water (45) Organization: Grants & Capital Projects Funds (89) Project: Citywide Large-Size Water Line Cathodic Protection System IDIQ (Project No. 23064) Account: Construction (550910) Activity: 23064 Amount: $2,500,000.00 RECOMMENDATION: Staff recommends awarding the construction contract for the Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid project to Rangeline Utility Services, LLC dba RUTS Construction, LLC, in the amount of $2,500,000.00. The construction duration is planned for 12 months from issuance of the Notice to Proceed to begin construction in April 2025 with completion in April 2026. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Bid Tab CIP Page PowerPoint Presentation TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: John Montalvo DESIGN ENGINEER:Lockwood,Andrews&Newnam,Inc. BID DATE:Wednesday,January,29,2025 RFB 6292 RUTS Construction Name of Next Lowest Bidder Name of Next Lowest Bidder Name of Next Lowest Bidder PROJECT NO.23064 and Citywide Large-Size Water Line Cathodic Protection System(IDIQ)Re-Bid 1150 Blue Mound Rd W,Ste 821 Address Address Address BASE BID Haslet,TX 76052 City,State Zip City,State Zip City,State Zip ITEM DESCRIPTION UNIT CITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Part A-GENERAL At MOBILIZAT ION(MAX 5%) LS 1 $ 130,000.02 $ 130,000.00 A2 BONDSAN D INSURANCE(MAX 2%) AL 1 $ 100,000.00 $ 100,000.00 A3 EA 1 30 $ 4,500.00 $ 135,000.00 SUBTOTAL PART A-GENERAL(Items Al thru A3) $ 365,000.00 $ $0 $ Part B-STREET AND WATER IMPROVEMENTS B1 SILT FENCE EA 30 $ 8,410.00 $ 252,300.00 B2 TRENCH SAFTEY SYSTEM EA 30 $ 7,600.00 $ 228,000.00 B3 EXPLORATORY EXCAVATION(UP TO 10 FEET DEEP) EA 30 $ 6,700.00 $ 201,000.00 B4 PREPARATION AND IMPLEMENTATION OF TRAFFIC CONTROL PLANS AL 1 $ 300,000.00 $ 300,000.00 B5 SITE RESTORATION-HYD ROMU LCH/SEE DING,SODDING EA 35 $ 8,650.00 $ 302,750.00 B6 SAWCUT HMAC PAVEMENT,FULL DEPTH LF 900 $ 35.00 $ 31,500.00 B7 REMOVE HMAC PAVEMENT,UP TO 9"THICKNESS SY 400 $ 85.00 $ 34,000.00 B8 STREET EXCAVATION,UP TO 12"OF BASE AND SUBGRADE SY 400 $ 110.00 $ 44,000.00 2.5"TYPE D HOT-MIX ASPHALTIC CONCRETE PAVEMENT(HMAC),INCLUDING TACK B9 COAT SY 400 $ 133.00 $ 53,200.00 B10 5"TYPE BHOT-MIX ASPHALTIC CONCRETE PAVEMENT(HMAC) SY 400 $ 148.00 $ 59,200.00 B11 PRIME COAT MC-30 OR MC-70 AT 0.15 GAL/SY GAL 70 $ 133.00 $ 9,310.00 B12 10"LIMESTONE FLEXIBLE BASE,TYPE A GR 1 OR 2 SY 400 $ 92.00 $ 36,800.00 B13 12"COMPACTED SUBGRADE SY 400 $ 98.00 $ 39,200.00 B14 REFLECTIVE PAVEMENT MARKING TYPE 1,4"WHITE BROKEN(090 MIL) LF 450 $ 13.00 $ 5,850.00 B15 REFLECTIVE PAVEMENT MARKING TYPE 1,4"WHITE SOLID(090 MIL) LF 450 $ 13.00 $ 5,850.00 Bib SAWCUT CONCRETE PAVEMENT,FULL DEPTH LF 70 $ 35.00 $ 2,450.00 B17 REMOVE CONCRETE DRIVEWAYAND PAVEMENT SY 300 $ 80.00 $ 24,000.00 B18 REMOVE CURB AND GUTTER LF 40 $ 53.00 $ 2,120.00 B19 REMOVE CONCRETE SIDEWALK AND CURB RAMPS SY 100 $ 53.00 $ 5,300.00 B20 8"CEMENT TREATED SUBGRADE SY 300 $ 100.00 $ 30,000.00 B21 CONCRETE CURB AND GUTTER 6" LF 40 $ 77.00 $ 3,080.00 B22 CONCRETE PAVEMENTAND DRIVEWAY REPLACEMENT SY 300 $ 185.00 $ 55,500.00 B23 CONCRETE SIDEWALK SY 100 $ 223.00 $ 22,300.00 B24 CP-POTENTIAL TEST STATION EA 30 $ 4,000.00 $ 120,000.00 B25 CP-FLANGE ISOLATION TEST STATION EA 4 $ 4,500.00 $ 18,000.00 B26 CP-FOREIGN LINE TEST STATION EA 4 $ 2,000.00 $ 8,000.00 B27 CP-REHAB TEST STATION EA 110 $ 4,600.00 $ 506,000.00 B28 TAPPING SLEEVE AND VALVE WITH MANHOLE EA 4 $ 158,000.00 $ 632,000.00 B29 TAPPING SLEEVE AND VALVE WITH VALVE BOX EA 2 $ 40,000.00 $ 80,000.00 B30 EXTERNAL PIPE BOND CLIPS-EMBEDED CYLINDER PIPE EA 2 $ 1,400.00 $ 2,800.00 B31 EXTERNAL PIPE BOND CLIPS-BAR WRAPPED CYLINDER PIPE EA 2 $ 1,400.00 $ 2,800.00 B32 EXTERNAL PIPE BOND CLIPS-O-RING STEEL PIPE EA 2 $ 1,400.20 $ 2,800.00 B33 EXTERNAL PIPE BOND CLIPS-MORTAR COATED STEEL PIPE EA 7 $ 1,400.00 $ 9,800.00 B34 ANODES-60 LB MAGNESIUM EA 110 $ 1,900.00 $ 209,000.00 B35 ANODES-60 LB ZINC EA 80 $ 2,400.00 $ 192,000.00 B36 CP-TESTING AND COMMISSIONING OF ENTIRE SYSTEM EA 4 $ 11,500.00 $ 46,000.00 B37 TYPE 1-EXTERNAL LEAK INSPECTION EA 20 $ 6,600.00 $ 132,000.00 B38 TYPE 2-INTERNAL FREE SWIMMING LEAK DETECTION LF 20,000 $ 8.00 $ 160,000.00 B39 TYPE 2-REPORTS,LOCATING AND MARKING INFIELD EA 2 $ 6,300.00 $ 12,600.00 B40 TYPE 3-INTERNAL TETHEREDINSPECTION LF 1 2,0001$ 83.00 $ 166,000.00 B41 ITYPE 3-REPORTS,LOCATING AND MARKING INFIELD I EA 1 2 $ 12,200.00 $ 24,400.00 Printed 2/4/2025 Page 1 of 2 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: John Montalvo DESIGN ENGINEER:Lockwood,Andrews&Newnam,Inc. BID DATE:Wednesday,January,29,2025 RFB 6292 RUTS Construction Name of Next Lowest Bidder Name of Next Lowest Bidder Name of Next Lowest Bidder PROJECT NO.23064 and Citywide Large-Size Water Line Cathodic Protection System(IDIQ)Re-Bid 1150 Blue Mound Rd W,Ste 821 Address Address Address BASE BID Haslet,TX 76052 City,State Zip City,State Zip City,State Zip ITEM DESCRIPTION UNIT CITY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT B42 TEMPORARYLOCKOUTTAGOUT EA 12 $ 2,400.00 $ 28,800.00 B43 CONTRACTOR ACCESS ASSISTANCE FOR CITY CONDITION ASSESSMENT DAY 10 $ 4,600.00 $ 46,000.00 B44 RECTIFIER EA 1 $ 113,000.00 $ 113,000.00 B45 RECTIFIER AND DEEP ANODE WELL EA 2 $ 220,000.00 $ 440,000.00 B46 SMALL MISC RECTIFIER REPAIR EA 1 $ 2,500.00 $ 2,500.00 B47 LARGE MISC RECTIFIER REPAIR EA 1 $ 5,000.00 $ 5,000.00 B48 TESTING AND COMMISSION ING OF ENTIRE SYSTEM-RECTIFIER SYSTEM EA 1 $ 31,200.00 $ 31,200.00 B49 AC POWER FOR RECTIFIER EA 1 $ 31,000.00 $ 31,000.00 B50 EA 2 $ 98,000.00 $ 196,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B50) $ 4,965,410.00 $ $0 $ TOTAL BASE BID $ 5,330,410.00 $ $0 $ Notes regarding any bidder deemed Non-Responsive or Non-Responsible" �.y�M�,.alut�tt OF ... �• .................. ! '' BEN•IAMIN C.MCCRAY .......126689...... 4� ` . / p;.tr ++ F �eNS'.'6 w'2/7/25 Lock od,Andre s m Texas Finn .F-2614 Printed 2/4/2025 Pa 2of2 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 23064 CITYWIDE PROJECT Project Name City-Wide Large-Size Water Line Cathodic Protection System Type Rehabilitation Department Water Useful Life 25 years Contact Director of Water Utilities Category Water Distribution Priority Priority Level 1 Council District City-Wide 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/re air history or where failure may be reasonably expected in the near future.This project continues into the long-range plan. Justification This project will improve the service life and water quality of City's large water lines. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 2,500,000 2,400,000 2,000,000 6,900,000 Design 300,000 100,000 100,000 500,000 Eng,Admin Reimbursements 121,000 121,000 121,000 363,000 Total 2,921,000 2,621,000 2,221,000 7,763,000 Funding Sources Prior Years 2025 2026 2027 Total Revenue Bonds 2,921,000 2,621,000 2,221,000 7,763,000 Total 2,921,000 2,621,000 2,221,000 7,763,000 Budget Impact/Other 71 Implementation of cathodic protection on the city's large diameter water lines will extend the lifespan of the current infrastructure reducing maintenance costs,and will reduce the risk of future emergency repairs. 362 ag �x s o _ CITVVNDE LOCATION aI—R. 41 W E CORPUS CHRISTI BAY P9DR as �' 0 3 � Q g y t sy VICINITY MAP NOT TO SCALE - ` CITYWIDE PROJECT -j a�1 rip, s f. AERIAL MAP ilk NOT TO SCALE Project Number: 23064 CITYWIDE LARGE - SIZE WATER CITY COUNCIL EXHIBIT LINE CATHODIC PROTECTION CITY OF CORPUS CHRISTI,TEXAS SYSTEM FY 2023 (I DIQ) DEPARTMENT OF ENGINEERING SERVICES Jtzr Citywide Large-Size Water Line Cathodic Protection System ODIQ) Nicholas Winkelmann P.E., Director Water Systems and Support Services Corpus April 29, 2025 CCWC,Chnsti Water=° Serving the Coastal Bend I -All Background • The project is an Indefinite Delivery Indefinite Quantity (IDIQ) construction contract to complete cathodic protection repairs and remote inspections on various large- diameter water lines throughout the City and the Mary Rhodes pipeline • Work will be issued by the City in multiple indefinite quantity individual work orders called Delivery Orders (DOs) that provide specific scope and requirements in accordance with plans, specifications, and contract documents • DOs are planned, designed, and prepared using established line items for pricing • Only relevant line items will be utilized for each DO • Final quantities for each line item will differ for each project • This is a not-to-exceed contract in which DOs may only be issued up to the contract ceiling CON'2 Scope of Work • A majority of the City's large diameter transmission lines = ; have been in service for multiple years and consist of steel, bar Wrapped pipe, and pre-cast concrete cylinder pipe • This project Will assess the physical condition of existing �" ► cathodic protection systems, maintain these systems, and install new cathodic protection as required • Specific Project Tasks • New cathodic protection test stations, including testing and commissioning • Installation of external bond clips at existing pipe joints r{= • Impressed current cathodic protection system including rectifiers, deep anode well, testing and commissioning, O&M manuals, and training of City staff • Remote inspections of existing water lines CCW'3 Project Timeline Project schedule reflects City Council award in April 2025 With anticipated completion in April 2026. • - - 2025 2025 - 2026 December-April April -April Bid/ Award Construction Staff Recommendation Staff recommends awarding the construction contract for the Citywide Large-Size Water Line Cathodic Protection System (IDIQ) Re-Bid project to Rangeline Utility Services, LLC, dba RUTS Construction, LLC, in the amount of$2,500,000.00 with funding available from the Water Capital Fund. This project is a critical component of CCWs stra teggic pla n to improve system resiliency and reliability. 4 Thank you ! Corpus Christi Water- Serving the Coastal Bend SC O� H U NCOMB I AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services 0effreyea-cctexas.com (361) 826-3851 Nicholas Winkelmann, P.E., Director of Water Systems and Support Services nickwa-cctexas.com (361) 826-1796 Sergio Villasana, CPA, CGFO, CIA, Director of Finance & Procurement sergiov2acctexas.com (361) 826-3227 Construction Contract Award Flour Bluff Elevated Storage Tank Demolition CAPTION: Motion awarding a construction contract to Camacho Demolition, LLC, Corpus Christi, Texas, for the Flour Bluff Elevated Storage Tank Demolition project to decommission and demolish the Flour Bluff Elevated Storage Tank in an amount not to exceed $216,495.00, located in Council District 4, with FY 2025 funding available from the Water Capital Fund. SUMMARY: This motion approves a construction contract for the Flour Bluff Elevated Storage Tank (EST) Demolition project. The project includes decommissioning and demolition of the Flour Bluff Elevated Storage Tank to include the removal and disposal of the abandoned storage tank, tank foundation, connected waterlines, and all the electrical components. BACKGROUND AND FINDINGS: The City of Corpus Christi owns and operates the 1.0-million-gallon (MG) multileg Flour Bluff EST. The EST was originally constructed in the 1970's. As part of the Alternative Capacity Requirement (ACR) Implementation Plan approved by Texas Commission on Environmental Quality (TCEQ), a new 3.0 MG elevated storage tank serving the Flour Bluff area was constructed and placed online in August 2024. The existing 1.0 MG EST can now be decommissioned. The multi-year approved plan to meet TCEQ requirements is detailed in the Capital Improvement Plan and includes three new elevated tanks and the demolition of two existing elevated storage tanks. This plan is expected to be completed in FY 2029. This project consists of the decommissioning and demolition of the Flour Bluff EST, including the removal and disposal of the abandoned storage tank, tank foundation, connected waterlines, and all the electrical components. This project is part of a CIP project, Elevated Water Storage Tanks — City-Wide, to address the construction and demolition of the City's elevated storage tanks that are inadequate in volume and elevation to meet minimum storage and pressure requirements as defined by TCEQ. Flour Bluff EST will be the second EST to be demolished. The demolition of the Morgan EST Demolition was awarded in February 2025 to Camacho Demolition. Alameda and Gollihar EST's are scheduled to be decommissioned in FY 2029. PROJECT TIMELINE • • • • June - January February - April May - August Design Bid/Award Construction Projected Schedule reflects City Council award in April 2025 with anticipated construction completion by August 2025. COMPETITIVE SOLICITATION PROCESS: On February 3, 2025, the Contracts and Procurement Department issued a Request for Bid (RFB 6302) for the Flour Bluff Elevated Storage Tank Demolition project. On March 12, 2025, the City received five bids. The city analyzed the bids according to the contract documents and determined that Camacho Demolition, LLC, is the lowest responsive and responsible bidder. As the lowest bid received was within the acceptable range of the Engineer's Opinion of Probable Cost. A summary of the bids is provided below: BID SUMMARY CONTRACTOR BASE BID Camacho Demolition, LLC Corpus Christi, Texas $216,495.00 Hunter Demolition &Wrecking Somerset, Texas $234,100.00 Iseler Demolition Kinde, Michigan $283,012.50 White Star Services, LLC Corpus Christi, Texas $298,749.00 American Abatement, LLC San Antonio, Texas $510,392.00 Engineer's Opinion of Probable Construction Cost $287,925.00 Camacho Demolition, LLC, has significant experience working on City demolition projects including Old Broadway Wastewater Treatment Plant Demolition, Waster Station Demolition on Yorktown Blvd., and Pavilion at Artesian Park. Camacho Demolition, LLC has been in business for over 20 years and has completed numerous projects for Ed Rachal Foundation, Port of Corpus Christi, and Flint Hills Resources. Because of their long working relationship in the City of Corpus Christi, they can offer a more competitive bid. ALTERNATIVES: The City Council could choose not to award the construction contract to the lowest bidder, Camacho Demolition, LLC. This decision could result in damage to nearby property or injury to the public because of structural deterioration of the tank. FISCAL IMPACT: The fiscal impact for Corpus Christi Water in FY 2025 is an amount not to exceed $216,495.00 with funding available from the Water Capital Fund. This project is part of the Elevated Water Storage Tanks— City-Wide project in the FY25 Capital Budget but has been assigned a separate project number for more precise expense tracking. FUNDING DETAIL: Fund: Water Capital 2024 (Fund 4491) Department: Water (45) Organization: Grants & Capital Projects Funds (89) Project: Flour Bluff Elevated Storage Tank Demolition (Project No. 24044) Account: Demolition/Clean up services (530220) Activity: 24044 Amount: $216,495.00 RECOMMENDATION: Staff recommend awarding a construction contract to Camacho Demolition, LLC, for the Flour Bluff Elevated Storage Tank Demolition project in an amount not to exceed $216,495.00. The construction duration is planned for three months from issuance of Notice to Proceed, with construction beginning in May 2025. LIST OF SUPPORTING DOCUMENTS: Bid Tabs Location and Vicinity Maps CIP Page PowerPoint Presentation TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATEDBY: Grady Atkinson DESIGN ENGINEER:Grady Atkinson BID DATE:Wed-day,March 12,2025 RFB 1102 Camacho Demolition,LLC Hunter Demolition&Wrecking Isler Demolition,Inc. White Star Services,LLC American Abatement,LLC PROJECTN0.24044-FLOURBLUFFELEVATED STORAGE TANK DEMOLITION 5113 Agnes 7060 E.Sixth Street 7840 Portland Avenue 3130 County Roatl49A 3725 Pitluk BASE BID Corpus Christi,TX 78405 Somerset,TX 78069 Port Hope,MI 48468 Corpus Christi,TX 78415 San Antonio,TX 78211 ITEM DESCRIPTION id UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT Part A-GENERAL Al Mobilization(Max.5%of Contract Price $ 10,612.50 $ 10,612.50 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000,00 $ T000.00 $ 7,000,00 $ 23,850.00 $ 23,850.00 A2 Bontls81nsuMnce(Max.2%of Contract Price) AL 1 $ 4,245.00 $ 4,245.00 $ 2,000.00 $ 2,000.00 $ 4,000.00 $ 4,000.00 $ 2,750.00 $ 2,750.00 $ 9,540.00 $ 9,540.00 A3 Storm Water Pollution Prevention Plan LS 1 $ 3,500.00 $ 3,500.00 $ 3,500.00 $ 3,500.00 $ 3,000.00 $ 3,000,00 $ 4,500.00 $ 4,500.00 $ 41,795.00 $ 41,795.00 SUBTOTAL PART A-GENERAL Items At thru At $ 18,357.50 $ 15,500.00 $ 17,000.00 $ 14,250.00 $ 75,185.00 Part B-TANK DEMOLITION AND SITE IMPROVEMENTS B1 Tank and Foundation Demolition LS 1 $ 127,887.50 $ 127,887.50 S 147,000,00 $ 147,000.00 $ 200,000.00 $ 200,000,00 $ 97,499.00 $ 97,499,00 $ 308,763.00 $ 308,763.00 B2 Anal er Builtlin antl Fountlation Demolition LS 1 $ 1,500.00 $ 1,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 5,455.00 $ 5,455.00 B3 Electrical Buildings and Foundation Demolition LS 1 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 1,500.00 $ 1,500.00 $ 4,807.00 $ 4,807.00 B4 Antenna Tower and Foundation Demolition LS 1 $ 3,000.00 $ 3,000.00 $ 2,000.00 $ 2,000.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 2,500.00 $ 8,066.00 $ 8,066.00 B5 Site Grading LS 1 $ 1,500.00 $ 1,500.00 $ 1,400.00 $ 1,400.00 $ 1,000.00 $ 1,000.00 $ 2,500.00 $ 2,500.00 $ 26,800.00 $ 26,800.00 B6 BZCk011 LS 1 $ 3,500.00 $ 3,500.00 $ 1,600.00 $ 1,600.00 $ 1,000.00 $ 1,000.00 $ 2,500.00 $ 2,500.00 $ 3,041.00 $ 3,041.00 B7 Seetlin LS 1 $ 2,300.00 $ 2,300.00 $ 2,600.00 $ 2,600.00 $ 1,000.00 $ 1,000.00 $ 5,000.00 $ 5,000.00 $ 3,000.00 $ 3,000.00 B8 Traffic Control/ROW Construction Permit LS 1 $ 1,200.00 $ 1,200.00 $ 1,500.00 $ 1,500.00 $ 2,500.00 $ 2,500.00 $ 4,500.00 $ 4,500.00 $ 9,525.00 $ 9,525.00 B9 Removal and Dis osal of 16"DIP Waterline LF 75 $ 50.00 $ 3,750.00 $ 20.00 $ 1,500.00 $ 13.50 $ 1,012.50 $ 1,500.00 $ 112,500.00 $ 80.00 $ 6,000.00 610 Hazardous Materials Testin LS 1 $ 1,000.00 $ 1,000.00 $ 6,000.00 $ 6,000.00 $ 2,000.00 $ 2,000.00 $ 4,500,00 $ 4,500.00 $ 9,750.00 $ 9,750.00 Bit Allowance for Unanticipated Demolition Work AL 1 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS Items B1 thm B29 $ 198,137.50 $ 218,600.00 $ 266,012.50 $ 284,499.00 $ 435,207.00 TOTAL BASE BID $ 216,495.00 $ 234,100.00 1$ 283,012.50 1 $ 298,749.00 1 $ 510,392.00 "^Notes regarding any bidder deemed Non-Responsive or Non-Responsible""' s ioti Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# E16290/20267 Project Name Elevated Water Storage Tanks- City-Wide PIP Type Improvement/Additions Department Water Carpus.. Useful Life 40 years Contact Director of Water Utilities _orp Category Water Distribution Priority Priority Level I O Servrng t Council District City-Wide Status Active mi 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: FY24:Complete Construction of the Flour Bluff EST.Begin design 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 Calallen 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. This project continues into the long-range plan. Justification This project is necessary to increase overall storage capacity help manage water pressure increase resiliency and reliability in the system and allow the city to meet its commitment to TCEQ`s alternative capacity requirements. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 18,900,872 11,000,000 4,000,000 10,000,000 43,900,872 Design 1,213,920 800,000 500,000 470,000 2,983,920 Capital Equipment 750,000 400,000 300,000 1,450,000 Eng,Admin Reimbursements 2,139,373 700,000 450,000 500,000 3,789,373 Total 23,004,165 12,900,000 5,250,000 10,970,000 52,124,165 Funding Sources Prior Years 2025 2026 2027 Total Revenue Bonds 23,004,165 12,900,000 5,250,000 10,970,000 52,124,165 Total 23,004,165 12,900,000 5,250,000 10,970,000 52,124,165 Budget Impact/Other 71 The implementation of this project will allow for compliance with regulatory requirements as well as increasing storage capacity.Increased gravity fed water into the system will reduce strain on the pumping infrastructure and can reduce maintenance costs over time. 365 Corpus Chr sti Engineering Flour Bluff Elevated Storage Tank Demolition Council Presentation A April 29, 2025 Project Location Carpus Chr 5ti Engineering M�* ar zgS ' a. eF x ate;; 'a k� s PROJECT LOCATION r sl Y r, + L MAP AERIA 2 Project Scope Carpus Ghr sti Engineering A summary of proposed improvements is as follows: • Decommissioning and demolition of the Flour Bluff EST, including the removal and disposal of the abandoned storage tank, tank foundation, connected waterlines, and all the electrical components. • All material and debris from this project is to be completely removed from the site. • The contractor is responsible for the removal of the steel material and calculated scrap value as part of overall bid. Project Schedule Corpus Chr sti Engineering 2024 - 2025 2025 • June - January February - April May - August Design Bid/Award Construction Projected Schedule reflects City Council award in April 2025 with anticipated completion in August 2025. SC O� H U 'NOHPOP Pt E 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services 0effreye(ucctexas.com (361) 826-3851 Wesley Nebgen, Director of Water System Infrastructure WesleyN(cD-cctexas.com (361) 826-3111 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance & Procurement ser. iov2�cctexas.com (361) 826-3227 Construction Contract Award City of Corpus Christi Wastewater Maintenance Building Rebid CAPTION: Motion awarding a construction contract to Barcom Construction, Inc., of Corpus Christi for construction of a new Wastewater Maintenance Building in an amount up to $8,476,293.00, located at the City's Greenwood Wastewater Treatment Plant in District 3, for the project approved by City Council in FY 2022, FY 2023, FY 2024 and FY 2025 with FY 2025 funding available from the Wastewater Capital Fund. SUMMARY: This motion awards a construction contract to Barcom Construction, Inc. for the construction of the City of Corpus Christi Wastewater Maintenance Building. The building will be located approximately on a 2.8 acres of the 95-acre site at Greenwood wastewater treatment plant. BACKGROUND AND FINDINGS: This project is one of the Capital Improvements Program (CIP) project. Currently Corpus Christi Water department does not have a designated space for maintenance and repair of wastewater capital equipment like pumps and other electrical equipment. The building will be located approximately on 2.8 acres of the 95 acre site at Greenwood Wastewater Treatment Plant. There will not be any operational impacts to the Greenwood Wastewater Treatment Plant. The current location at Greenwood Wastewater Treatment Plant is not equipped to accommodate the regular maintenance and repair needs of lift stations and treatment plant. There is no adequate space for employees, space for training, space for proper working environment, eating lunch, etc. There is a single-bay garage at the Greenwood Plant where staff perform welding, fabrication, pipefitting, equipment torn down, and reassembly. The existing fabrication and the repair space for mechanical parts is inadequate with no storage space. CCW maintenance staff conducts maintenance and repairs of equipment on-site, or on the back of work trucks. Additionally, this maintenance location is not equipped for instrumentation and electrical repairs. Since there is no dedicated location for this type of work, electricians troubleshoot and build PLC/electrical panels in the office area or at the back of their work vans. The proposed Wastewater Maintenance Building is designed with ample workspace and storage areas to accommodate working with pumps, motors, hot workstations, covered bay areas, and a climate-controlled workspace for instrumentation and electrical work, all in one location. It will handle all mechanical, electrical, and instrumentation work for six wastewater plants and 107 lift stations. This location will store sensitive materials such as instrumentation and electrical components, which are susceptible to premature corrosion and failure if not stored in controlled environments. The total Maintenance building area is 16,218 sq. ft., including a workstation area and two truck maintenance bays. The new maintenance building helps protect and provide adequate space for employees, space for training, proper working environment, eating lunch, etc. The workstations for maintenance staff are conditioned at 11,524 sq. ft., while the warehouse comprises unconditioned space at 4,694 sq. ft., with a 981 sq. ft. exterior wash bay at the end of the building is to wash vehicles and machinery. PROJECT TIMELINE: 0 - 2024 0 . Nov - Sept Oct - April May - June Design Bid/Award Construction Project schedule reflects City Council award in April 2025, with anticipated construction completion by August 2026. COMPETITIVE SOLICITATION PROCESS This project was initially advertised for bids on October 6, 2024, by the City of Corpus Christi Contracts and Procurement Department with RFB #6113), which was set to culminate on November 6, 2024. A total of 122 different contractors/vendors viewed the bid documents via Civcast, indicating potential interest in the project. However, no bids were received. The project was advertised again on December 08, 2024. The Contracts and Procurement Department issued a Request for Bids with the RFB 6113 (Rebid) for the Wastewater Maintenance Building. On February 12, 2025, the city received bids from five bidders. The city analyzed the bids in accordance with the contract documents and determined that Barcom Construction, Inc. was the lowest responsive and responsible bidder. As the lowest bid received was within the acceptable range of the Engineer's Opinion of Probable Construction Cost, the city decided to proceed with the project. A summary of the bid is provided below: Bidder Base Bid Alternates Total Bid Barcom, 1 Construction, Inc. $8,066,893.00 $409,400.00 $8,476,293.00 (Corpus Christi, T 2 Victory Building Team $g 525,000.00 $182,500.00 $8,707,500.00 (Corpus Christi, TX) 7B Building & 3 Development (Lubbock, $8,852,663.15 $175,704.00 $9,028,367.15 TX Stoddard Enterprise 4 LLC (Spring Branch, $10,257,014.00 $145,615.00 $10,402,629.00 TX 5 DLF Texas (Corpus $12,930,027.95 $441 ,783.48 $13,371,811.43 Christi, TX) Engineer's Opinion of Probable Construction Cost $11,213,778.00 Barcom Construction., Inc. has been awarded various construction projects for the city. They have frequently been on the short list of vetted contractors the city uses for the Facilities Multiple Award Contracts (FMAC). Some of the projects they have worked on include the American Bank Center Terrace project ($1,562,354.02), City Hall 6th Floor Conference Room ($15,022.00), and the Gas Department improvements project ($434,992.00). Additionally, they have worked on the ONSWTP Filter Building Rehab Phase 2 ($2,086,884.01), Flour Bluff Police Substation ($1,606,910.00), and recently received a contract for the Selena Auditorium Pit Lift ($913,344.00) and Stage Improvements ($913,344.00). ALTERNATIVES: The City Council could choose not to award the contract to Barcom Construction Inc. This decision would result in the City continuing to lack adequate space for conducting maintenance and repairs on lift station pumps and other equipment, as well as insufficient storage space for equipment. FISCAL IMPACT: The fiscal impact for Corpus Christi Water in FY 2025 is an amount of$6,000,000.00, with $3,000,000.00 coming from the FY24 CIP Budget & the other $3,000,000.00 coming from the FY25 CIP Wastewater budget. The remaining funds will be budgeted to be incurred in FY 2026 in an amount of$2,476,293.00. FUNDING DETAIL: Fund: Wastewater 2024 CIP (Fund 4261) Department: Wastewater (46) Organization: Grants & Capital Projects Funds (89) Account: Construction Contracted (550910) Activity: 22129-4261-EXP Amount: $6,000,000.00 Year 1 (FY 2025): $6,000,000.00 Wastewater 2024 & 2025 CIP Budget Year 2 (FY 2026): $2,476,293.00 Wastewater 2026 CIP Budget Overall Contract Total $8,476,293.00 RECOMMENDATION: Staff recommend awarding a construction contract to Barcom Construction Inc. for the City of Corpus Christi Wastewater Maintenance Building in the amount of$8,476,293.00. The construction duration is planned for thirteen months from the issuance of the Notice to Proceed, with construction starting in May 2025 and completing by June 2026. LIST OF SUPPORTING DOCUMENTS: Agenda Memo Bid Tabs CIP Page Location & Vicinity Maps PowerPoint Presentation COF Bid Tab-RFB 6113 W—w—,Maintenance Building City Project N Al Moblintion LS 1 $11,706.00 $11,706.00 $25,000.00 $25,000.00 $311,025.00 $311,025.00 $32,000.00 $32,000.00$491,816.77 $491,816.77 A2 Bond&1nsurance AL 1 $58,525.00 $58,525.00 $150,000.00 $150,000.00 $108,947.00 $109,947.00 $236,552.00 $236,552.00$197,926.04 $197,926.04 A3 Storm Water Pollution Prevention LS 1 $11,706.00 $11,706.00 $10,000.00 $10,000.00 $8,925.00 $8,925.00 $14,270.00 $14,270.00 $11,960.00 $11,960.00 A4 Temporary Site Facilities a nd Logistics LS 1 $6,422.00 $6,422.00 $300,000.00 $300,000.00 $571,053.00 $571,053.00 $497,542.00 $497,542.00$403,827.38 $403,827.38 Sub Totals $88,359.00 $485,000.00 $999,850.00 $780,364.00 $1,105,530.19 Bl Cast-In-Place Concrete(Building) LS 1 $916,390.00 $816,380.00 $2,000,000.00$2,000,000.00 $602,993.00 $602,993.00 $743,933.00 $743,933.00$864,103.19 $864,103.19 B2 Cast-In-Place Concrete(Site) LS 1 $681,991.00 $681,991.00 $0.00 $0.00 $644,708.00 $644,708.00 $603,011.00 $603,011.00$778,646.23 $778,646.23 B3 Concrete Staining/Polishing/Sealing LS 1 $37,893.00 $37,893.00 $0.00 $0.00 $0.00 $0.00 $10,400.00 $10,400.00 $41,638.74 $41,638.74 B4 Tilt-Up Concrete LS 1 $252,045.00 $252,045.00 $0.00 $0.00 $369,945.00 $369,945.00 $255,328.00 $255,328.00$350,497.37 $350,497.37 Sub Totals $1,798,309.00 $2,000,000.00 $1,617,646.00 $1,612,672.00 $2,034,985.53 Cl Unit Masonry,Mortar,and Reinforcing LS 1 $11,061.00 $11,061.00 $9,400.00 $9,400.00 $26,565.00 $26,565.00 $9,400.00 $9,400.00$171,829.32 $171,829.32 Sub Totals $11,061.00 $9,400.00 $26,565.00 $9,400.00 $171,829.32 D1 Structural/Miscellaneou s Steel-Fabrication LS 1 $454,112.00 $454,112.00 $750,000.00 $750,000.00 $303,830.00 $303,830.00 $337,275.00 $337,275.00$505,159.30 $505,159.30 D2 Structural/Miscellaneous Steel-Erection LS 1 $240,775.00 $240,775.00 $10,000.00 $10,000.00 $176,400.00 $176,400.00 $245,560.00 $245,560.00$600,000.00 $600,000.00 Sub Totals $694,987.00 $760,000.00 $480,230.00 $582,835.00 $1,105,159.30 El Rough Carpentry LS 1 $39,330.00 $39,330.00 $25,000.00 $25,000.00 $0.00 $0.00 $5,790.00 $5,790.00 $41,860.00 $41,860.00 E2 Architectural Woodwork LS 1 $14,750.00 $14,750.00 $25,000M $25,000.00 $34,608.00 $34,608.00 $17,600.00 $17,600M $22,245.60 $22,245.60 E3 Plastic Paneling LS 1 $1,640.00 $1,640.00 $10,000.00 $10,000.00 $2,363.00 $2,363.00 $2,000.00 $2,000.00 $5,142.80 $5,142.80 Sub Totals $55,720.00 $60,000.00 $36,971.00 $25,390.00 $69,248.40 Fl Waterproofing/Dampp—fing/Joint Sealants LS 1 $42,783.00 $42,783.00 $55,000.00 $55,000.00 $63,569.00 $63,569.00 $195,972.00 $195,972.00$233,888.56 $233,888.56 F2 Metal Wall Panels/Metal Roof Panels LS 1 $107,805.00 $107,805.00 $175,000.00 $175,000.00 $175,656.00 $175,656.00 $0.00 $0.00$678,120.04 $678,120.04 F3 Roofing LS 1 $283,265.00 $283,265.00 $310,000.00 $310,000.00 $334,425.00 $334,425.00 $349,199.00 $349,199.00$430,529.05 $430,529.05 F4 Fim—pping LS 1 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $10,500.00 $10,500.00 $8,000.00 $8,000.00 $12,199.20 $12,199.20 Sub Totals Bid Tab-RFB 6113 Warte—,Maintenance Building City Projxt N I GI Doors/Frames/Hardware/A--Doors LS 1 $134,684.00 $134,684.00 $112,000.00 $112,000.00 $139,611.00 $139,611.00 $208,310.00 $208,310.00$293,478.07 $293,478.07 G2 Overhead Coiling Doors/Grilles LS 1 $94,225.00 $84,225.00 $95,000.00 $95,000.00 $96,260.00 $96,260.00 $130,893.00 $130,893.00$150,569.22 $150,569.22 G3 Storefronts LS 1 $150,234.00 $150,234.00 $125,000.00 $125,000.00 $201,525.00 $201,525.00 $80,640.00 $80,640.00$142,922.00 $142,922.00 G4 Glazing LS 1 $5,000.00 $5,000.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $78,039.00 $78,039.00 Sub Totals $374,143.00 SIMMIN SEEM $419,943.00 $665,008.29 HI Drywall/Acoustica1 LS 1 $347,033.00 $347,033.00 $375,OD0.00 $375,000.00 $411,217.00 $411,217.00 $335,000.00 $335,000.00$299,000.00 $299,000.00 H2 Tile LS 1 $64,514.00 $64,514.00 $37,500.00 $37,500.00 $48,282.15 $48,282.15 $113,517.00 $113,517.00 $54,995.67 $54,995.67 H3 Carpet/Resilient Flooring LS 1 $40,875.00 $40,875.00 $35,000.00 $35,000.00 $81,543.00 $81,543.00 $33,699.00 $33,699.00 $40,304.00 $40,304.00 H4 Painting/Wal1covecings LS 1 $112,635.00 $112,635.00 $100,000.00 $100,000.00 $91,802.00 $91,802.00 $109,567.00 $109,567.00$110,032.00 $110,032.00 Sub Totals $565,057.00 $547,500.D0 $632,844.15 $591,783.00 $504,331.67 IS Sig-p/Identification D-t— LS 1 $10,743.00 $10,743.00 $10,000.00 $10,000.00 $3,565.00 $3,565.00 $17,700.00 $17,700.00 $15,841.02 $15,841.02 12 Toilet Compartments&Accessories LS 1 $30,730.00 $30,730.00 $20,000.00 $20,OW.00 $22,263.00 $22,263.00 $25,539.00 $25,539.00 $30,903.44 $30,903.44 13 Fire Prot 6-Spmiali— LS 1 $2,145.00 $2,145.00 $2,500.00 $2,500.00 $1,980.00 $1,980.00 $2,041.00 $2,041.00 $2,441.04 $2,441.04 14 Protective Covers/Sunscreens LS 1 $37,456.00 $37,456.00 $25,000.00 $25,000.00 $38,820.00 $38,820.00 $20,000.00 $20,000.00 $28,399.47 $28,399.47 15 Metal Lockers LS 1 $17,385.00 $17,385.00 $15,000.00 $15,000.00 $38,951.00 $38,951.00 $24,320.00 $24,320.00 $29,086.72 $29,086.72 Sub Totals $98,459.00 $72,500.00 $105,579.00 $89,600.00 $106,671.69 11 Roller Window Shades LS 1 $9,827.00 $9,827.00 $0.00 $0.00 $9,450.00 $9,450.00 $32,000.00 $32,DD0.00 $11,960M $11,960M 12 Countertops LS 1 $7,025.00 $7,025.00 $20,000.00 $20,000.00 $6,300.00 $6,300.00 $0.00 $0.00 $8,862.36 $8,862.36 Sub Totals $16,852.00 $20,ODD.00 $15,750.00 $32;0D0.00 $20,822.36 Kl Single Girder Bridge Crane IS 1 $89,895.00 $89,895.00 $85,000.00 $85,000.GO $83,717.00 $83,717.00 $74,798.00 $74,798.00 $74,750.00 $74,750.00 Sub Totals $89,895.00 $85,OD0.00 $83,717.00 $74,798.00 $74,750.00 Ll Fire Suppression Sprinkler Systems LS 1 $57,018.00 $57,018.00 $50,000.00 $50,000.00 $70,905.00 $70,905.00 $49,711.00 $49,711.00 $80,763.49 $80,763.49 Sub Totals $57,018.00 $48,711.00 $80,763.49 MI Plumbing LS 1 $281,380.00 $281,380.00 $790,000.00 $790,000.00 $265,029.00 $265,029.00 $998,936.00 $998,936.00$301,990.00 $301,990.00 M2 Shop-Air Lines LS 1 $28,883.00 $28,883.00 $0.00 $0.00 $27,205.00 $27,205.00 $0.00 $0.00 $7,415.20 $7,415.20 M3 Plumbing Fixtures LS 1 $94,410.00 $84,410.00 $0.00 $0.00 $79,506.00 $79,506.00 $0.00 $0.00$193,752.00 $193,752.00 M4 Water Piping LS 1 $71,562.00 $71,562.00 $0.00 $0.00 $67,404.00 $67,404.00 $0.00 $0.00$124,384.00 $124,384M Sub Totals $466,235.00 $790,000.00 $439,144.00 $998,936.00 $627,541.20 Bid Tab-RED 6113 Wastewater Maintenance Building City Project N Ml Plumbing LS 1 $281,380D0 $281,380.W $J90,DW.00 $J90,000.00 $265,029DG $265,029 D0 $998,936.W $998,936.00$301,990.W $301,990.W M2 Sh.,Air Lines B 1 $28,883.W $28,883.0 $D.W $O.W $2J,205.W $2J,205.00 $O.W $O.W $J,415.20 $7,415.20 M3 Plumbing Fixtures LS 1 $84,410.00 :1411.11 $O.W $O.W $J9,506.W $J9,50AM $O.W $D.W$193,J52.00 $193,J52.00 M4 Water Piping LS 1 $J1,562.00 $71,562.DO $D.DD $D.00 $67,404W $6J,404.D0 $0.Do $DDD$124,384D0 $124,384.DO Sub Totals $466,235.00 $790,0DO.00 $439,144D0 $998,936.W $621,54-O Nl HVAC LS 1 $214,JW.W $214,J90.0D SSW,OW.W $SW,OW.W $336,525.00 $336,525.00 $918,226.0 $918,226.DO$538,JJ8.86 $538,778.86 N2 Testing,Adjusting,&Balancing LS 1 $14,631.0D $14,631.0D $25,OW.W $25,WO.W $21,WO.W $21,WO.W $S,JW.W $8,J00.W $9,568.0 $9,568.0 N3 Controls US 1 $J6,082.W $J6,082.W $25,OW.W $25,000.DID $84,WO.W $84,WO.W 11.1 $O.W$193,154.W $193,154.00 N4 Ductwork and Accessories IS 1 $29J,896.W $29J,896.0D $O.W $0.0D $105,DDO.DO $ID5,ODGDD $O.W $OW'228,792.41 $228,792.41 Sub Totals $546,525DO Ol Electrical IS 1 $620,198.00 $620,198.W $SJS,OW.W $875,000.00 $738,150.00 $J38,150.W $1,116,686.00$1,116,686.W$598,WO.W $598,O0.0 02 Electrical Switchgear and Panels IS 1 $119,860.W $119,8W.W $O.W $O.W $78,75O.0 $78,75O.W $O.W $0.0$1O1,60.0 $301,60.0 03 General G rounding/Bonding IS 1 $23,430.W $23,4LO.W $O.W $O.W $21,00— $21,0W.00 $O.W $D.W $11,9W.W $11,9W.W 04 Light Fi#ores IS 1 $80,29J.W $80,29J.W $O.W $O.W $61,950.W $61,950.W $O.W $O.W$299,OW.W $299,OW.W OS Controls IS 1 :53,551.Dl $53,551.00 $0.00 $0.00 $21,W0.00 $21,OW.00 $O.W $O.W$119,6W.W $119,6W.W 06 Lightning Protection IS 1 $35,506D0 $35,5D6.DO $D.DD $D.DD $32,594.00 :32,594.OD $DDD $DW $62,459.90 $62,459.9D Sub Totals $932,822.00 $87S,OW.W $953,444.00 $1,116,686.00 $t,192,679.90 Pi Communications Cabling and Equipment LS 1 $56,020.DO $56,020.GO $50,0W.W $50,WO.W $78,JJ9.W $J8,T DO $91,483.00 $91,483.W $46,633.24 $46,633.24 P2 Audio-Video Systems B 1 $O.W $O.W Saw $D.W $5, 75D.ED $5,J50D0 $JJ,OJ4.W $JJ,DJ4.OD $53,820.W $53,820.W Sub Totals $50,OW.W $84,529.W $168,557.01) $100,453.24 IT, Security/Access Control/Surveillance LS 1 $O.W $O.W $S,WO.DO $5,W0.W $O.OD $O.W $35,0W.W $35,WO.W $J1,JW.W $71,760.0 Q2 Fire Alarm Systems LS 1 $45,181.DD $45,181.OD $40,D00.00 $40,DDO.W $40,530.DD $40,530.00 $50,114.0D $50,114DG$113,620.W $113,62OD0 Sub Totals $45,181.W "5,OW.W $40,530.00 $&5,114.W $-,380.. Rl Earthwork IS 1 $297,JSSW $297,788.W $455,OW.W $455,OW.DO $31J,1W.00 $31J,1W.W $898,JJ5.W $898,JJ5.DO$542,J4 W $542,)44.80 R2 Erosion Control US 1 $21,500M $21,500- $S,OW.W $S,WO.W $28,S60- $28,5W.W $O.W $0.W $16,799.37 $16,799.37 H3 Termite Control IS 1 $3,675.00 $3,67S.00 $2,OW.W $2,000m $3,318.00 $3,318.00 $5,10D.00 $5,100.W $1,5 it.. $2,511.60 GREATER DEPTH of Drilled Footings Unit Price per linear foot of excavation,steel&concrete in place R4 for 18"diametershaft LF 1 $240.0) $240.0) $D.W $O.W $69,470.0) $69,470.W $140.W $140.0) $167.44 $167.44 Unit price per linear foot of excavation,steel& RI c ein place for 24"diametershaft LF 1 $250.W So-$250. $O $O.W $93,031.W W .W$93,031. $150 $150.W $179.40 $179.40 LESSERtDEPTH of Drilled Footings. Unit price per linear foot of excavation,steel&concrete in R6 place for l8"diametershaft LF 1 ($80.00) ($SDDO) $D.W $O.W $O.W $O.W $80.W $80.00 $95.68 $95.68 Unit price oot per linear f of excavation,steel& RI c ein place for 24"diametershaft LF 1 ($W.00) (Moo) $O.W $O.W $ODD $O.W $9D.00 $90.00 $107.64 $1O7.64 GREATER CA SING DEPTH Unit price for each 5-foot increment in casing depth for 18" diametershaft R8 5LF 1 $O.W So- $O.W $0.W $O.W $O.W $O.W $011 $1,116.1 11,196.1 Unit price for each 5-foot increment in casing depth R9 for 24"diametershaft 5LF 1 $O.W $O.W $O.W $O.W $D.W $O.W $o.W $OLD $1,435.20 $1,435.20 LESSER CASING DEPTH Unit price for each 5-foot increment in casing depth R30 for 18"diamtershaft 5LF 1 $O.W $O.W $O.W $O.W $D.W $O.W $O.W $ODD $956.80 $%6.80 Unit pricefor each 5-toot increment in casing depth R31 for 24"diametershaft 5LF 1 $D.W $D.W $O.W $O.W $O.W $O.W $O.W $0.00 $1,076.40 $1,076.40 DELETION OF CASING Price deduction for each 18"diameter shaft R12 determined not to require casing EA. 1 $O.W $D.W $D.W $O.W $O.W $O.W $O.W $ODO $149.50 $149.50 Price deduction for each 24"diameter shaft R13 d eterm fined not to require casing EA. 1 $D.W $O.W $O.W $O.W $oDD $0.00 $ODD $D.W $215.28 $215.28 Sub Totals 04*0 W', $904,335.W $567,635.11 Bid Tab-RFB 6113 Wartewater Maintenance Building City Project N Sl Taffic Markings/Signage LS 1 $19,998.00 $19,998.00 $12,000.00 $12,000.00 $15,750.00 $15,750.00 $13,205.00 $13,205.00 $9,568.00 $91568.00 S2 Fences/Gates LS 1 $37,108.00 $37,108.00 $130,000.Do $130,000.00 $166,176.00 $166,176.00 $309,250.00 $309,250.00$2fi7,668.39 $267,668.39 S3 Landscaping LS 1 $13,110.00 $13,110.00 $20,100.00 $20,300.00 $8"367.00 $8"367.00 $34,681.00 $34,681.00 :39,086.69 $39,086.69 S4 Irrigation LS 1 $13,110.00 $13,110.00 $0.00 $0.00 $8,400.00 $8,400.00 $13,952.00 $13,952.00 $14,293.54 $14,293.54 Sub Totals $83,326.00 $162,100.00 $198,693.00 $171,089.00 $330,616.62 TI Domestic Water Lines LS 1 $14,667,00 $14,667.00 $0.00 $0.00 $77,916.00 $77,916.00 $34,886.00 $34,886.00$127,481.64 $127,481.64 T2 Fire Water Lines LS 1 $45,392.01 $45:392.00 $0.00 $0.00 $6,300.00 $6,300.00 $75,966.00 $75,966.00 $97,354:40 $97,354.40 T3 Sanitary Sewer Lines LS 1 1211,750.00 $211,750.00 $0.00 $0.00 $210,364.00 $210,364.00 1219,159:01 :219:151:00$368,368M $368,368.00 T4 Storm Drain Lines LS 1 $174,575.00 $174,575.00 $0.00 $0.00 $164,432.00 $164,432.00 $167,179.00 $167,179.00$197,340M $197,340M Sub Totals $446,394.00 $O.OI $459,012.00 $567,190.00 $790,544.04 Ul Epoxy Flooring LS 1 $23,000.00 $23,000.00 $25,500.00 $25,500.00 $10,262A0 $10,26200 ($26,956.00) ($26,956.00) $51,308.40 $51,308.40 Sub Totals $23,000.00 $25,500.00 $10,262:00 ($26,456.00) $51,308.40 VI 0—menta l Fence System' LS 1 $210,000.00 $210,000.00 $99,000.00 $99,000.00 $69,335.00 $69,335.00 $99,618.00 $99,618.00$267,668.39 $267,668.39 Sub Totals $210,OD0.00 $99,OD0.00 $69,335.00 $99,618.00 $267,668.39 Wl Irrigation&Landscape LS 1 $60,600.00 $60,600.00 $29,500.00 $29,500.00 $57,750.00 $57,750.00 $48,633.00 $48,633.00 $39,086.69 $39,086.69 Sub Totals $60,600.00 $29,500.00 $57,750.00 $48,633.00 $39,086.69 XI Mechanical Screens LS 1 $115,800.00 $115,800.00 $28,500.00 $28,500.00 $38,357.00 $38,357.00 $24,320.00 $24,320.00 $83,720.00 $83,720.00 Sub Totals $115,9W.00 $28,500.00 $38,357.00 $24,320.00 $83,720.00 Allowance for unforeseen building—dliti— yl during ronstmction AL 1 $320,OD0.00 $320,OD0.00 $320,000.00 $320,000.00 $320,000.00 $320,000.00 $320,000.00 $320,000.00$382,720.00 $382,720.00 y2 Bonds and ins m— AL 1 $70,230.00 $70,230.00 $0.00 $0.00 $0.00 $0.00 $0.00 $0.00 $8,372.00 $8,372.00 y3 Perm@ting Allowance AL 1 $32,000.00 $32,000.00 $32,OD0.00 $32,000.00 $32,OD0.00 $32,000.00 $32,000.00 $32,000.00 $38,272.00 $38,272.00 Sub Totals $422,230.00 $352,000.00 $352,000.00 $352,000.00 $429,364.00 Grand Total $8,066,893.00 $8,525,000.00 $8,852,663.15 $10,257,014.00 $12,930,027.95 Bid Tab-Ri8 6113 Warte—,Maintenance Building City Project N D Ul Epoxy Fl...ing LS 1 $23,000.00 $23,000.00 $25,500,00 $25,500.00 $10,262.00 $10,262.00 ($26,956.00) ($26,956.00) $51,308.40 $51,308.40 Sub Totals $23,000.00 $25,500.00 $10,262.00 ($26,956.00) $51,308.40 Grand Total $23,000.00 $25,500.00 $10,262.00 (26,956.00) $51,308.40 V1 Ornamental Fence System LS 1 $210,000.00 $210,000.00 $99,000.00 $99,000.00 $69,335.00 $69,335.00 $99,618.00 $99,618.00$267,668.39 $267,668.39 Sub Totals $210,000.00 $99,000.00 $69,335.00 $99,619.00 $267,668.39 Grand Total $210,000.00 $99,000.00 $69,335.00 $99,619.00 $267,668.39 Wl Irrigation&Landscape LS 1 $60,600.00 $60,600.00 $29,500.00 $29,500.00 $57,750A0 $57,750.00 $48,633.00 $48,633.00 $39,086.69 $39,086.69 Sub Totals $60,6V0.00 $29,500.00 $57,750.00 $48,633.00 $39,096.69 Grand Total $60,600.00 $29,500.00 $57,750.00 $48,633.00 $39,086.69 XI Mechanical Screens LS 1 $115,800.00 $115,800.00 $28,500.00 $28,500.00 $38,357A0 $38,357.00 $24,320.00 $24,320.00 $83,720.00 $83,720.00 Sub Totals $115,800.00 $28,500.00 $38,357.00 $24,320.00 $83,720.00 Grand Total $115,800.00 $28,500.00 $38,357.00 $24,320.00 $83,720.00 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 22129 Project Name Wastewater- Maintenance Shop Type Improvement/Additions Department Wastewater Useful Life 35 years Contact Director of Water Utilities Category Wastewater Facilities&Other Priority Priority Level I Council District 3 Status Active Description This project consists of design and construction of a wastewater maintenance shop to use for repair and maintenance of capital equipment;and pre- site assembly of equipment for pending jobs.This location will enable staff to work efficiently prior to site implementation;as well as offer storage for sensitive and other materials for upcoming jobs.The maintenance shop is proposed to be built at Greenwood WWTP. Justification This facility will provide adequate room to conduct maintenance and repair on lift station pumps and other equipment.It will also be a location to store equipment. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 3,000,000 3,000,000 6,000,000 12,000,000 Design 606,500 606,500 Eng,Admin Reimbursements 269,000 300,000 500,000 1,069,000 Total 3,875,500 3,300,000 6,500,000 13,675,500 Funding Sources Prior Years 2025 2026 2027 Total Revenue Bonds 3,875,500 3,300,000 6,500,000 13,675,500 Total 3,875,500 3,300,000 6,500,000 13,675,500 Budget Impact/Other 71 Creating one centralized location for maintenance and pre-site assembly to take place will increase efficiency and productivity.Currently maintenance and pre-site assembly takes place wherever space can be found. 322 w CORPUS CHRISTI BAY AM M, € xi PROJECT LOCATION 6 ,� u SCALE: N.T.S. � F a as,F y Y �G cy � LOCATION MAP N„ NOT TO SCALE y _' " EXISTING - r r GREENWOOD WWTP -4 7 PROJECT LOCATION s s� AERIAL MAP - NOT TO SCALE - PROJECT NUMBER: 22129 CITY COUNCIL EXHIBIT WASTEWA TER MAINTENANCE CITY OF CORPUS CHRISTI, TEXAS ' BUILDING DEPARTMENT OF ENGINEERING SERVICES - OCorppus sti Engineering City of Corpus Christi Wastewater Maintenance Building Council Presentation April 29, 2025 City of Corpus Christi Wastewater Maintenance Building Project Location Corpus Chr sti Engineering SgRgToc �� A�_r ` F,r • �BCLQ GO ,L EXrSTUNG GREENWOOD WWTP sy�9 o�q 4 @CVO 1 d .5 a. PROJECT LOCATION i City of Corpus Christi Wastewater Maintenance Building Conceptual Renderings Corpus Chrsti p g Engmeerng m z: City of Corpus Christi Wastewater Maintenance Building Current Location Corpus*Chrsti Engineering ,�.. 000 F• Welding,Fabrication,Pipefitting,Mechanical Maintenance,and small equipment storage area Break and Lunchroom area for 30 employees `o0.pus eyAs 4 -i • � Ax t P City of Corpus Christi V 1852 Location Wastewater 1,2025 �� Jan 31,2025 at 8: 44 AM Jan 31,2025at 8:34:41 AM 6541 6 hwood Dr 6541 Greenwood Dr Corpus C ist$'1� Corpus y; F __ Corpus Christi TX 78417 United Stales i City of Corpus Christi Wastewater Maintenance Building Scope of Work corpus Ch,sti Engineering • The building area is 16,218 sq. ft. with two truck maintenance bays, with storage, a wash bay 981 sq. ft. at the end of the building. Building office condition space 11 ,524 sq. ft. Warehouse Unconditioned space 4,694 sq. ft. • Office building roof height at low roof 150" A.F.F. and Maintenance building height at low roof 26'-0" A.F.F. • TPO 80 mil roof system to meet category 3 and roof sloping towards the south with through wall scuppers and downspouts. • Clear Anodized Aluminum Entrance Storefront system to meet high wind impact resistant. • Exterior walls are concrete tilt wall panels, painted with elastomeric paint, with pre-finish metal siding and metal canopies City of Corpus Christi Wastewater Maintenance Building j Project Schedule Corpus Cnr sri Engineering 2023-2024 20241 1 Nov - Sept Oct -April May -June Design Bid/Award Construction Projected Schedule reflects City Council award in April 2025, with anticipated construction completion by June 2026. se H U NOORPONPS EO 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of April 29, 2025 DATE: April 29, 2025 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 ernestod2a-cctexas.com (361) 826-1677 Sergio Villasana, CPA, CGFO, CIA, Director of Finance & Procurement sergiov2(a)cctexas.com (361) 826-3227 Construction Contract Award Bonner Drive— Everhart Road to Flynn Parkway (Bond 2022, Proposition A) CAPTION: Resolution awarding a construction contract to Bay Ltd., of Corpus Christi for the reconstruction of Bonner Drive from Everhart Road to Flynn Parkway with new asphalt pavement, sidewalks, curbs and gutters, ADA-compliant curb ramps, signage, pavement markings, upgraded street illumination, and utility improvements in an amount up to $3,618,872.60, located in Council District 3 with FY 2025 funding available from the Street Bond 2022, Storm Water, Water, Wastewater, and Gas Funds. SUMMARY: This resolution awards a construction contract to Bay Ltd. for the complete reconstruction of Bonner Drive from Everhart Road to Flynn Parkway. The existing roadway will be demolished and rebuilt with new asphalt pavement, curbs and gutters, sidewalks, ADA-compliant curb ramps, signage, pavement markings, and streetlight improvements. In addition to surface improvements, the project includes enhancements to storm water, water, wastewater, and gas infrastructure. BACKGOUND AND FINDINGS: On November 8, 2022, voters approved the City of Corpus Christi's Bond 2022 Program for a total of $125 million, encompassing thirty-two projects. All four propositions passed on election day included projects for streets, parks, public safety, and library improvements. Proposition A included $4.2 million for the reconstruction of Bonner Drive between Everhart Road and Flynn Parkway. The project limits are Bonner Drive, between Everhart Road and Flynn Parkway, spanning approximately 2,700 linear feet(equal to 0.51 miles). According to the City's Urban Transportation Plan, this section of Bonner Drive is classified as a C-1 Residential Collector. Bonner Drive is currently a two-lane hot-mix asphalt concrete (HMAC) roadway with one travel lane in each direction and curbs and gutters on either side. Bonner Drive, from Everhart Road to Flynn Parkway, was designed for asphalt pavement only, based on the pavement design recommendations by Engineering Services and Public Works and approved by the City Council on May 21, 2024. The project scope includes the complete reconstruction of the existing roadway with new asphalt pavement, curbs, gutters, and sidewalks. Additionally, the project involves installing ADA- compliant curb ramps, signage, pavement markings, and upgraded street illumination. Alongside the street enhancements, stormwater, water, wastewater, and gas utilities will be improved to align with current city standards. PROJECT TIMELINE: October- December January—April May - December Design Bid/Award Construction Project schedule reflects City Council award in April 2025 with anticipated completion by December 2026. COMPETITIVE SOLICITATION PROCESS On January 20, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6289) for Bonner Drive from Everhart Road to Flynn Parkway. The solicitation contained only an asphalt pavement bid based on the pavement design recommendations authorized by City Council on May 21, 2024, for the Bond 2022 Streets projects. On February 26, 2025, the City received bids from five bidders. The City analyzed the bids in accordance with the contract documents and determined that Bay Ltd. was the lowest responsive and responsible bidder. A summary of the bids is provided below: Bidder Base Bid (Asphalt Pavement) 1 Bay Ltd (Corpus Christi, TX) $3,618,872.60 2 MAX Underground Construction (Corpus Christi, TX) $4,049,612.23 3 JE Construction Services (Corpus Christi, TX) $4,507,175.00 4 Mako Contracting (Corpus Christi, TX) $4,607,724.50 5 Reytec Construction (Houston, TX) $5,609,426.50 Engineer's Opinion of Probable Construction Cost $6,873,438.50 The bid is well below the engineer's estimate, but staff does not have any concerns awarding the contract to the low bidder. Bay is a very experienced contractor and are standing by their bid. The tightness of the grouping of the four lowest bids would also indicate that the engineer likely overestimated the value of the work. Bay Ltd. has successfully completed numerous similar construction projects for the City of Corpus Christi. Some recently completed projects include: • Residential Street Rebuild Program. • Morgan Avenue (Staples to Ocean Drive): Bond 2014. Construction amount: $5,394,047.57 • Holly Road (Rodd Field to Ennis Joslin): Bond 2008. Construction amount $9,077,044.26 • Morgan Avenue (Staples to Crosstown): Bond 2012. Construction amount $6,641,043.52 • South Staples Street (Baldwin to Kostoryz): Bond 2018. Construction amount: $14,156,464.49. • Gollihar Road (Weber to Staples), • Yorktown Blvd (Everhart to Lake Travis): Bond 2014. Construction amount $2,150,466.21 Staff recommends that the City Council award the construction contract to the low bidder — Bay Ltd. ALTERNATIVES: Council could choose not to award the contract to Bay Ltd. This would delay the project and conflict with City Council's goal to expedite street projects with bond funds. FISCAL IMPACT: The proposal is to award a construction contract to Bay Ltd., in an amount not to exceed $3,618,872.60, for the reconstruction of Bonner Drive from Everhart Road to Flynn Parkway. Project Capital funds are available from Street Bond 2022 and FY2025 Storm Water, Wastewater, Water and Gas allocations. Any savings to the Bond 2022 funding will first be utilized to fund shortfalls on other Bond 2022 Proposition A projects. Funding Detail: Fund: 2024 GO Bd22 Prop A- Streets (Fund 3561) Department: Streets (33) Organization: Grants & Capital Projects (89) Project: Bonner Drive (Everhart to Flynn) (Project No. 23158) Account: Construction (550910) Activity: 23158 Amount: $2,043,140.21 Fund: STWCP RR 032950 2023 (Fund 4536) Department: Storm Water (47) Organization: Grants & Capital Projects (89) Project: Bonner Drive (Everhart to Flynn) (Project No. 23158) Account: Construction (550910) Activity: 23158 Amount: $1,052,464.55 Fund: WWWCP RR 032950 2023 (Fund 4260) Department: Wastewater (46) Organization: Grants & Capital Projects (89) Project: Bonner Drive (Everhart to Flynn) (Project No. 23158) Account: Construction (550910) Activity: 23158 Amount: $20,114.96 Fund: WTRCP RR 032950 2023 (Fund 4487) Department: Water (45) Organization: Grants & Capital Projects (89) Project: Bonner Drive (Everhart to Flynn) (Project No. 23158) Account: Construction (550910) Activity: 23158 Amount: $198,331.20 Fund: Water 2024 CIP (Rv Bds) (Fund 4491) Department: Water (45) Organization: Grants & Capital Projects (89) Project: Bonner Drive (Everhart to Flynn) (Project No. 23158) Account: Construction (550910) Activity: 23158 Amount: $288,164.72 Fund: Gas 2023 CIP (Fund 4562) Department: Gas (11) Organization: Grants & Capital Projects (89) Project: Bonner Drive (Everhart to Flynn) (Project No. 23158) Account: Construction (550910) Activity: 23158 Amount: $6,543.46 Fund: Gas 2024 CIP (Fund 4566) Department: Gas (11) Organization: Grants & Capital Projects (89) Project: Bonner Drive (Everhart to Flynn) (Project No. 23158) Account: Construction (550910) Activity: 23158 Amount: $10,113.50 TOTAL $3,618,872.60 RECOMMENDATION: Staff recommends awarding construction contract to Bay Ltd. for the reconstruction of Bonner Drive from Everhart Road to Flynn Parkway in an amount not to exceed $3,618,872.60 with construction duration planned for 19 months from issuance of the Notice to Proceed with construction starting in May 2025 and scheduled completion by December 2026. LIST OF SUPPORTING DOCUMENTS: Resolution Location Map Bid Tabs (Base Bid) CIP Page Power Point Presentation COF Resolution awarding a construction contract to Bay Ltd., of Corpus Christi for the reconstruction of Bonner Drive from Everhart Road to Flynn Parkway with new asphalt pavement, sidewalks, curbs and gutters, ADA-compliant curb ramps, signage, pavement markings, upgraded street illumination, and utility improvements in an amount up to $3,618,872.60, located in Council District 3 with FY 2025 funding available from the Street Bond 2022, Storm Water, Water, Wastewater, and Gas Funds. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: The City Manager or designee is authorized to execute a construction contract with Bay Ltd. for reconstruction of Bonner Drive, from Everhart Road to Flynn Parkway, in the amount of $3,618,872.60. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary TABULATION OF BIDS PaocoamtmHZT-cm of wimuscxainh TLxAs Bay Ltd xundergro lE ConatruRion Servirea Mako C-ft,uai- ReytectfnmtruRion RFB fi289 Project No.23158 Bonner Drive)Everhart to Hy-Parkway)Bond 2022 1414 Valero way const^r_R. a 3J29 7505 Up River Road 3636 S.Alameda 1901 Hollirter Street OPCC Baee Bid-HMAC Corpus O-i,T-1 78409 Coring Ln Corpus M,irti,T-J8409 Corpus OiTi.rti,T-J8411 Houston,T-JJ080 )Munoz Engineering) Cor us Urirti Tercas J8413 ITEM NO. DESCRIPTION am*xa amoa pm.xa nmmwT am.xa amw am.xa amw �w.m� aMa, �w.m� aMa, Al GENERAL-MOBILIZATION(5%MAX) LS 1. $ 2,J00.00 $ 2,700.00 $19,062.50 $ 19,062.5E $10,612.00 $ 10,612.00 $15,000.00 $ 15,000.00 $ 23,000.00 $ 23,000.00 $ 50,420.00 $ 50,420.00 A2 GENERAL-BONDS AND I NSUBANCE E2%MAX) LS 1. $25,600.00 $ 25,600.0E $J0,312.50 $ 70,312.50 $25,842.00 $ 25,842.00 $76,500.00 $ 76,500.00 $ 95,0M.00 $ 95,000.00 $ 20,170.00 $ M,170.00 A3 GENERAL DOOR HANGERS(PRINTED AND DELIVERED)-2 PER ADJACENT EA 120.E$ 10.5E $ 1,260.00 $ 3.85$ 462.00 $ 17.00 $ 2,0M.00 $ 5.00$ 600.0E $ 6.00 $ 720RE $ 6.00 $ 1... A4 GENERAL-CLEARRIGHi-OF-WAY 1.0$ 6,600.0E $ 6,600.00 $ 9,250.0E $ 9,250.0E $11,943.00 $ 11,943.00 $30,000.00 $ ME000.00 $ 6,000.0E $ 6,000.00 $ 65,000.00 $ 65,000.00 AS GENERAL-OZONE ACTION DAY DAY 6. $ 43.00 $ 258.00 $ 927.08 $ 5,562.48 $ 1.0E$ 6.0E $ 1.00$ 6.0E $ 1,500.0E $ 9,000.0E $ 250.00 $ 1,500.00 A6 GENERAL-SURVEYMONUMENT FA 2. $ 420.00 $ MR00 $ 2,812.50 $ 5,625.00 $ 618.00 $ 1,236.00 $ 1,000.00 $ 2,M0.00 $ 1,300.00 $ 2,600.00 $ 1,250.0E $ 2,500.00 AJ TEMPORARY TRAFFIC CONTROL MOBILIZATION,IMPLEMENTATION,AND ADJUSTMENTS EA 1. $20,900.00 $ 20,900.0E $19,052.M $ 19,062.50 $19,466.00 $ 19,466.00 $16,887.00 $ 16,887.00 $ 11,M0.00 $ 11,000.00 $ 8,500.00 $ 8,500.00 M TEMPORARY TRAFFI C CONTROL-ITEMS(SIGNS,BARRICADES,DEVICES,ETC.) MO 7.0$ 3,000.00 $ 21,000.00 $ 1,562.50$ 10,937.50 $ 6,140.00 $ 42,980.00 $ 1,320.00$ 9,240.00 $ 3ROB0.00 $210,000.00 $ 12,000.00 $ 84,000.00 A9 TEMPOMRYT FFICCONTROL-EQUIPMENT-ARROWBOARDS EA 4. $ 6,70T00$ 26,800.00 $ 7,656.25 $ 30,625.00 $ 6,200.0E$ 24,800.00 $ 6,600.00 $ 26,400.00 $ 6,500.00 $ 26,0M.00 $ 8,500.00 $ M,000.00 A10 TEMPORARY TRAFFIC CONTROL-EQUIPMENT-MESSAGE BOARD(FULL MATRIX) EA 4. $2J,000.00 $108,000.0E $28,43J.M $113,750.00 $24,640.00 $ 98,560.00 $23,273.75 $ 93,M5.00 $ 24,MR00 $ 96,000.0E $ 25,000.00 $100,M0.00 All TEMPORARY TRAFFIC CONTROL-LOW PROFILE CONCRETE BARRIERS LF 500. $ 17.75 $ 8,875.00 $ 117.50 $ 58,7500E $ J0.ED $ 35,000.00 $ 85.00 $ 42,500.00 $ 45.00 $ 22,500.0E $ 445.00 $222,500.00 Page t of 12 TABULATION OF BIDS PaocoamEmuaT-cm of wimuscxRinh Turns B,.d t [undergro lE Construction Services Mako Con-,-- Pey[ect Comtrudion RFB-RI Project No.23158 Bonner Driv e(Everhartto Fly-Parkway)Bond 2022 1414 Valero Way Cor s rirti cons ruc U ion a 33- J505 Up River Road 3636 S.Alameda 1901 Hollirter Street DPCC lb.Bid-HMAC Corpus 0,-i,T-J8409 -i.Ln Tercas 78413 0i Corpus rirti,T-J8409 Corpus C,,irti,T-J8411 Houston,T-JJ080 (Mu-Engineering) Al2 STORMWATERPOLLUTION PREVENTION-PERMIT LS I.0 300.W $ MRPR $ 9,062.50 $ 9,062.50 $ 1,160.00 $ 1,160.00 $10,000.00 $ 10,000.00 $ 450.00 $ 450.00 $ 3,500.00 $ 3,500.00 A13 STORMWATER POLLUTION PREVENTION-CONTROL DEVICES LS I.0 29,800.00 $ 29,800.00 $12,375.00 $ 12,375.00 $30,182.00 $ 30,182.00 $25,000.00 $ 25,000.00 $ 46,0W.00 $ 46,000.00 $ 65,000.00 $ 65,000.W A14 STORMWATER POLLUTION PREVENTION-BLOCK SODDING SF 22,85TC$ 1.25$ 28,562.50 $ 2.32 $ 53,012.00 $ 2.00$ 45,J00.00 $ 1.30$ 29,705.00 $ 0.75 $ 17,137.50 $ 18.00 $411,M0.00 A15 ALLOWANCE-UNANTIOPATED GENERAIACTIMFLES AL l.c 10,000.00 $ 10,000.00 $lRoW.R0 $ 10,000.00 $10,000.00 $ lRow.00 $10,0W.00 $ 10,000.00 $ 10,000.00 $ lRR00.00 $ 10,000.00 $ 10,0W.W SUBTOTAL PARTA-GENERAL(It.-Al thru ASS) $ 1 291,495.50 $ 42J,808.98 $ 359,52J.00$ 38fi,933.00 $ 575,407.50 $ I,O]9,130.00 FARES- ELL GENERAL-MOBILIZATION(5MMAX) LS I. $13,350.00 $ 13,350.00 $92,18J.50 $ 92,187.50 $53,322.00 $ 53,322.00 $75,000.00 $ 75,000.00 $100,000.W $100,000.00 $114,050.00 $114,05GW 82 DEMOLITION AND DISPOSAL-SIGN ASSEMBLY EA 19. $ 55.00 $ 1,045.00 $ M4.13 $ 5,398.47 $ 410.00 $ 7,7X.00 $ 100.00 $ 1,900.00 $ W.00 $ 1,140.00 $ 80.00 $ 1,520.00 83 REMOVAL AND DISPOSAL-STREET EXCAVATION SY 13,7..0$ 10.50 $144,795.00 $ 11.10 $153,0fi9.00 $ 12.00 $165,480.00 $ 16.00 $220,MREW $ 19.00 $262,010.00 $ 14.50 $199,955.00 B4 REMOVAL AND DISPOSAL-CONCRETE DRIVEWAY SF 5,800.0$ 4.4C$ 25,520.00 $ 3.92 $ 22,736.00 $ 3.00$ 17,400.00 $ 4.00$ 23,200.00 $ 3.00 $ 17,400.00 $ 5.00 $ 29,000.W BS REMOVE AND DISPOSAL-TREE EA 13C$ 600.00 $ J,800.00 $ 9fi6.35 $ 11561.55 $ 4fi0.00 $ 5,980.00 $ 500.00 $ 6,500.00 $ 1,000.00 $ 13,000.00 $ 1500.00 $ 32,500.00 P.g-12 TABULATION OF BIDS PaocoamtmFTaT-cm of wimuscxRinh TUus B,.d 3 t [undcgro lE Construction Services Mako Co ,uc R Pey[ect Comtrudio RFB fi289 Project No.23158 Bonner Orive(Everhart to Fly-Parkway)Bond 2022 1414 Valero way consMuc ion a J29 7505 Up River Road 3636 S.Alameda 1901 Hollirter Street OPCC lb.Bid-HMAC Corpus Oirirti,Te 78409 Co i L. Corpus Mi i,Te 7- Corpus Oirirti,Te 78411 Houston,Te 77080 (Mun Engineering) Cor us Chrirti Tercas J8413 B6 REMOVE AND RELOCATE-STOP SIGN EA LC 730.00 $ 730.00 $ 812.50 $ 812.50 $ 980.00 $ 980.00$ 720.00 $ 720.00$ 700.00 $ 700.00 $ 600.00 $ 600.00 BJ REMOVE-SLOP BAR LF 20. $ 0.01$ 020 $ 40.63 $ 812.60$ 21.00 $ 420.00 $ 20.00 $ 400.00 $ 11.00 $ 220.00 $ 12.00 $ 240.00 BB PAVEMENT-SUBGRADE UME STABILIL1T1ON-8-INCH SY 13,790.0$ 14.00 $193,060.00 $ 11.00 $151,00.00 $ 14.00 $193,060.00 $ 16.00 $220,640.00 $ 35.00 $482,650.00 $ 15.00 $206,850.00 B9 PAVEMENT-BASE CRUSHED LI MESTONE(TYPE A,GRADE I-2)-12-I1,10H SY 13,790.0$ 41.00 $565,390.00$ 41.41 $571,043.90 $ 41.00 $565,390.00 $ 45.60 $628,824.00 $ 42.00 $SJ9,180.00 $ 45.00 $620,550.00 B10 PAVEMENT-HMAC TYPE D-4-CH(INCLUDES TACK COAT) SY 11,720.0$ 30.00 $351,600.00 $ 56.90 $666,868.00 $ 37.00 $433,640.00 $ 52.00 $EM,440.00 $ 60.00 $703,200.00 $ 60.00 $703,200.00 BIT PAVEMENT-ONECOURSEUNDEBSEAL SY 13,790D$ 2.70$ 37,233.00 $ 6.98$ 96,2 20 $ 5.00$ fi8,950.00 $ 7.00$ 96,530.00 $ 7.00 $ 96,530.00 $ 15.00 $206,850.00 312 PAVEMENT-PRIME COAT(0.15 GAL/SY) 6AT 1,760. $ 4.80$ 8,448.00 $ 8.4fi$ 14,889.60 $ 6.00$ 10,560.00 $ 8.32 $ 14,643.20 $ 3.00 $ 5,ND00 $ 7.00 $ 12,320.00 B13 PAVEMENT-CONCRETTDRIVEWAY-&INCH SY 1,110.0$ 110.00 $122,100.00 $ 113.68 $126,184.80 $ 126.00 $139,860.00 $ 10.00 $ 11,100DO $ 175.00$194,250.00 $ 112.R $124,875.00 B14 PAVEMENT-REPAIR SF M5.0$ 14.25 $ 9,761.25 $ 14.85 $ 10,172.25 $ 35.00 $ 23,975.00 $ M.65 $ 40,175.25 $ 22.00 $ 15,070.00 $ 40.00 $ 27,400.00 315 PAVEMENT MARKING-PAV MKR TY 1(Y)(4-INCH)(RD)R090 MIL) LF 1,580.0$ 1.35$ 2,133.00 $ 1.48$ 2,338.40 $ 1.00$ 1,580.00 $ 1.32$ 2,085.60 $ 1.50 $ 2,370.00 $ 200 $ 3,160.00 B16 PAVEMENT MARKING-REFL PAV MRK TY I RN)(&I NCR)(RD)(090 MI L) LF 52C 2.40$ 124.80$ 3.70$ 19240$ 2.00$ 104.00 $ 2.40$ 124.80$ 3.00 $ 156.00$ 1.25 $ 65.00 B17 PAVEMENT MARKING-REFL PAV MRK TY C HEAT APPLIED PREFAM PREFORMED THERMOPIASII C PN)PV'( D)(125 MI L) LF 80.0$ 6.10$ 4.88.00 $ 7.81$ 624.8C $ 5.00$ 400.00 $ 6.00 $ 480.00$ 6.00 $ MD00 $ 16.00 $ 1,280.00 Page 3 o TABULATION OF BIDS vaocoamtmUaT-cm of wlmuscxRinh Ttxns B,.d t [undergro LE Construction Services Mako Contruci- Pey[ectComtrudi- RFBfi289 Project No.23158 Bonner lhive(Everhartto Bynn Parkway)Bond 2022 1414 Valero way consMuc ion a 3- 7505 Up River Road 36365.Alameda 1901 Hollirter Street CWCC lb.Bid-HMAC Corpus Chrirti,T-J8409 Cor us Urirti-i.Ln Tercas 78413 Corpus Ch-i,T-J8409 Corpus Ch-i,T-J8411 Houston,T-JJ080 (Mu-Engineering) B18 PAVEMENT MARKING-REF PAV MKRTY C HEAT APPLIED PREFAB PREFORMED THEMOPIASTIC(W)(24-INCH)(SLD)(090 MIL) LF 80.0$ 19.50 $ 1,5W.00 $ 21.56 $ 1,724.80 $ 19.W $ 1,520.W $ 19.20 $ 1,536.00 $ 18.00 $ 1,440.00 $ 24.00 $ 1,920.00 B19 PAVEMENT MARKING-REF PAV MKRTY C HEAT APPLIED PREFAB PREFORMED THEMOPLASTIC RN)(-NCN)(SLD)(125 MIL) LF 3FRR$ 19.50 $ 5,850.00 $ 21D4 $ 6,312DD $ 18.00 $ 5,400.00 $ 19.20 $ 5,760.00 $ 18.00 $ 5,400.00 $ 24.00 $ 7,200.00 B20 PAVEMENT MARKING-PREFAB PAV MRK TY C(W)(WORD"ONLY) EA 1R 360.00 $ 360.00 $ 531.25 $ 531.25 $ 340.00 $ 340.00 $ 3W.00 $ 360.00 $ 340.00$ 340.00 $ 340.W $ 340.00 321 PAVEMENT MARKING-PREFAB PAVMRK TY C(W)(LEFT TURN ARROW) EA 1. $ 3W.00 $ 360.00 $ 531.25 $ 531.25 $ 342.00 $ M2.00 $ 3W.00 $ 360.00 $ 340.00$ 340.00$ 225.00 $ 225.00 B22 PAVEMENT MARKING-REFL PAV MRKR TY II-B-B EA 6R 12.00 $ 7200 $ 15.15 $ 90.90 $ ll.00 $ LED. $ 12.00 $ 72.00 $ FFFR $ 66.00 $ 25.00 $ 150.00 B23 PAVEMENT MARKING-FELL PAV MRKR TY II-A-A EA 34. $ 12.00 $ 408.00 $ 17.10 $ 581.40 $ 10.00 $ 340.00$ 12.00 $ 408.00 $ 11.00 $ 374.00$ 12.50 $ 425.00 B24 PAVEMENT MARKING RUMBLE STRIP LF ..E 6.10$ 488.00 $ .-$ 656.00$ 5.00$ 400.00$ 6.00$ 480.00 $ 6.00 $ 4M.00$ 10.. $ 600.00 B25 SI ON ASSEMBLY EA 21.0 950.00 $ 19,950.00 $ %7.02 $ 20,937.42 $ 910.00 $ 19,110.00 $ M2.00 $ 19,782.00 $ 930.00 $ 19,5M.00 $ 1,200.00 $ 25,200.00 B26 RECTANGULAR RAPID FLASHING BEACON(RRUR 9 GN ASSEMBLY EA 1. $15,800.00 $ 15,800.00 $ 3,125.00 $ 3,125.00 $ 1,560.00$ 1,560.00 $15,600.00 $ 15,600.00 $ 12,500.00 $ 12,500.00 $ 24,500.00 $ 24,5CIRM ::"CE-U-NICIP-IIENE-L-111 AL 1. 550,000.00 $ 50,000.00 $50,000.00 $ 50,000.00 $50,000.00 $ 50,000.00 $50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.80 $ 50,000.00 $ 50,000.00 SUBFOTAL PAEFB-STREET IMPROVEMFNIS(Itemse]thry B22) $ ],528,926.25 $ 2,0]2,326.99 $ 1,7bl,%9.00 $ 2,096,160.8.5 $ I,5-1-0 $ Page 4 0112 TABULATION OF BIDS vaocoamEmFRT-cm of wimuscxainh Tuns Bay L[d t [undergro IE Construction Services Mako Contrucion Reytect fomtruRion RFB 8289 Project No.23158 Bonner Drive(Everhart to By-Parkway)Bond 2022 1414 Valero way cons ruc ion a 3111 7505 Up River Road 36365.Alameda 1901 Hollirter Street OPCC Baee Bid-HMAC Corpus tlirirti,Tercas 78409 Corina L. CorWs tlirirti,Tercas J8409 Corpus tlirirti,Tercas 78411 Houston,Tercas JJBBo IMunoz Engineering) Cor sUrirti Tercas J8413 A641MPROVEMENTSEL Cl GENERAL-MOBILI—ON(5%MAX) LS 1. $ 3,500.00 $ 3,50a.00 $15,625.00 $ 15,625.00 $11,761.00 $ 11,761.00 $15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 20,29DW $ 20,290.00 C2 SIDEWALK-DEMOLITION AND DISPOSAL SF 17,8W.0$ 1.40$ 25,004.00 $ 1.61 $ 28,J54.60 $ 2.00$ 35,720.00 $ 3.00$ 53,580.00 $ B.80 $ 1,E.Bo0 $ 4.00 $ 71,440.00 C3 SIDEWALK-441NCH(MIN.)REINFORCED CONCRETE SF 24,015.0$ 6.50$156,097.50$ 10.76 $258,401.40 $ 9.00$216,135.00 $ 8.75$210,131.25 $ 13.00 $312,195.00$ 10.B0 $240,150.00 C4 ADA-CURB RAMP DEMOLITION AND DISPOSAL EA 4.0 1,250.00$ 5,000.00 $ 1,406.25 $ 5,625.00 $ 5W.00 $ 2,240.00 $ 250.00 $ 1,WOBR $ 110.aa$ 440.00 $ 650.00 $ 2,600.00 C5 ADA-CURB RAMP-SINGLE DIRECTION EA 1SC 3,200.00$ 48,0W.00 $ 2,866.67 $ 43,00a.05 $ 4,190.00$ 62,850.00 $ 2,500.00 $ 37,500.00 $ 2,60a.00 $ 39,W0.00 $ 3,850.00 $ 57,750.00 C6 ADA-CURB RAMP-DUAL DIRECTION FA 2. $ 4,500.00$ 9,000.00 $ 3,843.75 $ 7,687.50 $ 8,08a.00$ 16,1W.00 $ 3,500.00 $ 7,000.00 $ 6,000.00 $ 12,WRBB $ 4,500.00 $ 9,00a.00 CJ ALLOWANCE-UNANTICIPATED ADA IMPROVEMENTS LS 1. $25,000.00 $ 25,000.00 $25,000.00 $ 25,000.0a $25,000.00 $ 25,000.00 $25,000.B0 $ 25,000.00 $ 25,000.0a $ 25,000.00 $ 25,000.00 $ 25,000.0a I S(AST0MLPARIC-AM IMPROVEMENTS(Rema[]Thry C]f $ 211,60].50$ 380,093.55 $ 369,866.00$ 309,.1.25 $ 011 92i.00 $ OM,Li- PARTD-STORMWATERIMRPROVFMFNTS D1 GENERAL-MOBILIJATION(5%MA%) LS 1 7,100.00 $ 7,100.00 1$3181250 $ 32,S11.50 $41,283.OB $ 41283.OB $50,a00.00 $ SO,OB0.00 $ 5100a.00 $ SB,B00.00 $ 86,770.00 $ 81770.00 Pa 5ott2 TABULATION OF BIDS PaocoamEmHaT-cm of wimuscxRinh TOvs B,.d 3- t [undergro lE Construction Services Mako C.-u-R Pey[ectComtrudi- RFBfi289 Project No.23168 Bonner Orive(Everhart to By-Parkway)Bond 2022 1414 Valero way cons ruc ion aJ505 Up River Road 36365.Alameda 1901 HollirteT Street OPCC lb.Bid-HMAC Corpus tlirirti,Te 78409 Corina Ln J8413 Corpus M,irti,Te 78409 Corpus tlirirti,Te J8411 Houston,Te 77080 (Mu-Engineering) Cor sUrirti Tercas D2 DEMOLITION-EXISTING INLET EA 5. $ 1,J00.00$ 8,500.00 $ 1,237.50 $ 6,187.50 $ 810.00 $ 4,050.00 $ 632.50 $ 3,162.50 $ 630.00$ 3,150.00 $ 3,000.00 $ 15,000.00 D3 DEMOLITION-CURB LF 6.0 81.00 $ 486.00 $ 62.50 $ 375.00$ 2.00$ 12.00 $ 10.00 $ fi0.W $ 15.00 $ 90.00 $ 5.00 D4 DEMOLITION-CURB AND GUTTER LF 5,6E5.B 5.10 $ 28,891.50 $ 3.41$ 19,317.65 $ 3.00$ 16,995.00 $ 8.00$ 45,320.00 $ 4.00 $ 22,660.00 $ 7.50 $ 42,487.50 D5 DEMOLITION-EXISTING MANHOLE EA 3.0 1,700.00$ 5,100.00 $ 1,583.33 $ 4,749.99 $ 1,370.00$ 4,lETW $ 74J.50 $ 2,242.50 $ 970.00 $ 2,910.00 $ 4,500.00 $ 13,50TDC D6 REMOVAL-REINFORCED CONCRETE PIPE-]5-INCH LF 40.0 23.00 $ 920.00 $ 24.22 $ P..80$ 30.W $ 1,200.00 $ 23.00 $ 920.00$ 10.00 $ 400.00 $ 35DR $ 1,400.00 DJ REMOVAL-REINFORCED CONCRETE PIPE-18-INCH LF .5.R 15.00 $ 1,275.00 $ 24.41 $ 2,074.0 $ 31.00 $ 2,635.00 $ 26.45 $ 2,248.25 $ 11.00 $ 935.00 $ 42.00 $ 3,570.00 D8 REMOVAL-REINFORCED CONCRETE PIPE-21-INCH LF M.0 18.25 $ 547.50 $ 25.63 $ 768.90$ 32.00 $ 960.00 $ 26.45 $ 793.50$ 13.00 $ 390D0$ 49.00 $ 1,470.00 D9 REMOVAL-REINFORCED CONCRETE PIPE-2J-INCH LF 20.0 27.00 $ 540.00 $ 31.25 $ 625.00$ 33.00 $ 660.00 $ 27.60 $ 552.00 $ 16.00 $ 320.00$ 63.00 $ 1,26C.00 D10 REMOVAL-REINFORCED CONCRETE PIPE-30-INCH LF 40.0 13.75 $ 55DER $ 32.19 $ 1,287.60 $ 34.00 $ 1,360.00 $ 28.75 $ 1,150.00 $ 24.00 $ 960.00$ 70.00 $ 2,800.00 Dll REMOVAL-REINFORCED CONCRETE PIPE-36-INCH LF 35.0 15.75 $ 551.25 $ 34.46 $ 1,206.10 $ 35.00 $ 1,225.00 $ 31.05 $ 1,086.75 $ 26.00 $ 910.00$ 84.00 $ 2,940.00 D12 REMOVAL-REINFORCED CONCRETE PIPE--INCH LF 1,015.0 18.00 $ 18,270.00 $ 42.40 $ 43,036.00 $ 35.00 $ 35,525.00 $ 36.80 $ 37,352.00 $ 32.00 $ 32,480.00 $ 98.00 $ 91470.00 D13 CURB AND GUTTER-6-INCH STANDARD LF 5,565.0 26.00 $144,690.00 $ 22.17 $123,376.05 $ 22.00 $122,430.00 $ 28.00 $151820.00 $ 21.00 $116,865.00 $ 30.00 $161950.00 Page 6 oT 12 TABULATION OF BIDS PaocoanU.HaT-cm of wimuscxainh TOvs B,.d 3- t [undergro lE Construction Services Mako Contruci- Pey[ectComtrudi- RFBfi289 Project No.23138 Bonner Drive(Everhart to By-Parkway)Bond 2022 1414 Valero Way cons ruc ion aJ505 Up River Road 3636 S.Alameda 1901 Hollirter Street OPCC lb.Bid-HMAC Corpus 0,r i,Te 78409 Corina L.Cor s J8413 Corpus Qirirti,Tercas J8409 Corpus C,,irti,Te 78411 Houston,Tercas 77080 (Mu-Engineering) Urirti Tercas D14 STORMWATERIUNCTION BOX EA 6.0 13,0W.00 $ 78,000.00 $14,604.17 $ 87,625.02 $18,772.00 $112,632.0E $14,950.W $ 89,700.00 $ 31,WO.00 $186,000.0E $ ROWB0 $ 4%W0B0 D15 STORMWATER CURB INLET EA 15.0 9,100.00$136,500.00 $ 4,50200 $ 67,530.00 $ 5,640.00$ 84,6W.00 $ 5,980.00 $ 89,700.00 $ 7,W0.00 $105,000.00 $ 8,000.00 $120,000.0E D16 STORMWATER-REINFORCED CONCRETE PIPE(REP)CI-III)-1&INCH LF 1,055.0$ 120.00 $126,600.00 $ 54.38 $ 57,3J0.90 $ 140.00 $147,700.00 $ 151.00 $159,305.00 $ 178.00 $187,J90.00$ 225.00 $237,375.00 D17 STORMWATER-REINFORCED CONCRETE PIPE(RCP)PCI_S III)-24-INCH LF 280.0$ 150.00 $ 42,000.00 $ 74.33 $ 20,812.40 $ 174.00 $ 48,720.00 $ 146.05 $ 4Q-00 $ 203.00$ 56,840.00 $ 275.00 $ 77,O00.00 D18 STORMWATER-REINFORCEDCONCRETE PIPE(RCP)'CIT-IIIB-2TINCH LF 12.0 340.00 $ 4,080.00 $ 218.75 $ 2,625.00 $ 229.00 $ 2,748.00 $ 181.70 $ 2,180.40 $ 285.00 $ 3,420.00 $ 320.0E$ 3,840.0E D19 STORMWATER-REINFORCED CONCRETE PIPE(RCP)ICLASS IIIH-3&INCH LF 1,910.0 150.00 $286,500.00 $ 93.92 $179,387.20 $ 257.00 $4%,870.00 $ 166.75 $318,492.50 $ 244.00 $466,040.00$ 400.0E$J64,000.00 D20 STORMWATER-REINFORCED CONCRETE PIPE(RCP)PCLASS III)-36-INCH LF QR 330.00 $ 13,200.00 $ 200.0E $ 8,000.00 $ 320.00 $ 12,800.00 $ 235.75 $ 9,430.00 $ 3620E$ 14,480.00 $ 430.0E $ 17,200.00 D21 STORMWATER-REINFORCED CONCRETE PIPE(RCP)'-III)--INCH LF 31.0 440.00 $ 13,640.00 $ 271.77 $ 8,424.87 $ 391.0E $ 12,121.00 $ 264.50 $ 8,199.5E $ 496.0E$ 15,376.00 $ 475.00 $ 14,725.00 D22 STORMWATER-TRENCH SAFETY PLAN AND EQUIPMENT LF 3,328R 1.95 $ 6,40.60 $ 6.27$ 20,866.56 $ 5.00 $ 16,640.00 $ 5.75$ 19,136.00 $ 3.00 $ 9,9M.00 $ 12.00 $ 39,936.00 D23 STORMWATER-TIE TO EXISTINGSTRUCTURE/PIPE EA 5.0 1,700.00$ 8,500.00 $ 1,96250 $ 9,812.50 $ 3,890.00$ 19,450.00 $ 3,507.50 $ 17,537.50 $ 1,400.00 $ 7,OOO.00 $ 5,500.00 $ 27,50TO0 D24 ALLOWANCE-UNANTICIPATED STORMWATER IMPROVEMENTS LS LC 35,000.00 $ 35,WO.00 $35,000.00 $ 35,000.0E $35,0W.00 $ 35,000.0E $35,000.00 $ 35,00T00 $ 35,000.00 $ 35,000.00 $ 35,000.00 $ 35,....0 IS SUBTOTAL PARTD-STORMWATER IMPROVEMENTS(Items Dl Thru D24) $ 96],930.85$ 134,240.39 $ Page J oT 12 TABULATION OF BIDS PaocoamtmFRT-cm of wimuscxainh Turns Bay L[d t [undergro IE Construction Services Mako Contrucion ReytectCom lion RFB—RI Project No.23158 Bonner Orive(Everhart to By-PerkWey)Bond 2022 1414 Valero way cons ruc ion a 3J29 7505 Up River Road 36365.Alameda 1901 Hollirter Street OPCC Baee Bid-HMAC Corpus tlirirti,T-1 78409 Corina Ln _WS Chrirti,Tercas 7— Corpus 0,-i,Tercas J8411 Houston,Tercas JJ080 (Mu—Engineering) Cor sUrirti Tercas 18413 PAR!E-WASTEWATER UTRRYIMPROVEMENTS El GENERAL-MOBILIZATIONS%MM) LS 1R 800.0E $ 1,062.50$ 1,062.5E $ 633.00 $ 633.00 $ WO.00 $ 800.0E $ 500.0E$ 500.0E $ 1,450.0E $ 1,450.00 E2 AOIUST-WASTEWATER MANHOLE RING AND COVER EA 6R 2,40E.00$ 14,40E.00 $ 3,M5.83 $ 21,874.98 $ 2,440.00$ 14,640.00 $ 2,817.50 $ 16,905.00 $ 2,900.0E $ 17,40E.00 $ 4,500.0E $ 27,0E0.00 E3 ALLOWANCE-UNANTIOPATEOWASTE—FERIMPROVEMENTS LS I.0 2,WO.00 $ 2,000.00 $ 2,000.0E $ 2,000.0E $ 2,000.00 $ 2,000.00 $ 2,OW.00 $ 2,OW.00 $ 2,000.00 $ 2,000.00 $ 2,000.00 $ 2,OW.00 SUBTOTALPARFE-WASTEWATERUTRRYIMPR0VEMFM511hme Fln E3f $ 17,2LtlA0 $ 20,.7. $ 17,223.00 $ l9,RASAO $ iQ!tlO.Ltl $ 30,050.0E PARF F--ER UTRRYBNPROVFMFT2 Fl GENERAL-MOBILIZATIONS%MAXI LS 1.0 5,300.00 $ 5,300.00 $17,812.50 $ 17,81— $23,044.00 $ 23,044.00 $30,000.00 $ M,000.00 $ 20,000.00 $ 20WRD0 $ 48,440.0E $ 48,440.00 F2 SALVAGE-FIRE HYDRANTASSEMBLY EA 5R 520.00 $ 2,6W.00 $ 1,112.50 $ 5,562.50 $ 910.00 $ 4,5%.00 $ 6325E $ 3,162.50 $ 940.E0 $ 4,700.00 $ 1,500.0E $ 7,500.00 F3 REMOVAL-EASTING WATER LINE-6-INCH LF 3,150R 14.75 $ 46,462.50 $ 8.95$ 28,192.5E $ M.00 $ 75,600.0E $ 27.60 $ 86,—.00 $ 11.00 $ 34,650.0E $ 30.0E $ 94,500.0E F4 REMOVAL-EASTING WATER LINE-B-INCH LF 100. $ 14.75 $ 1475.00 $ 9.94$ 994.0E$ 25.0E $ 2,500.0E $ 32.2E $ 3,220.00 $ 35.00 $ 3,500.00 $ 40.00 $ 4,000.0E P.g-12 TABULATION OF BIDS P....U.—c .l.RPUs .P,T,TExnS B,.d 3— t [undergro IE Construction Services Mako C.—u—R Pey[ectComtrudi— RFBfi289 Project No.23138 Bonner Drive(Everhartto Fly-Parkway)Bond 2022 1414 Valero way cons rus ion aJ505 Up River Road 3636 S.Alameda 1901 Hollirter Street OPCC lb.Bid-HMAC Corpus O,r i,Te 78409 Corina L. J8413 Corpus M,irti,Te 78409 Corpus C,,irti,Te J8411 Houston,Te 77080 (Mu—Engineering) Cor sUrirti Tercas F5 WATER UTILITY-C900 PVC-&INCH LF 3,lSD,C 63.00 $200,340.0E $ 30.41 $ 96,703.80 $ 66.00 $209,880.0E $ 79.00 $251,220.0E $ 96.0E $305,280.00 $ 125.00 $397,500.00 F6 WATERUTILITY-C909PVC-&INCH LF ..0 1E0.00 $ 10,000.0E $ 45.31 $ 4,531.00 $ 79.00 $ 7,900.00 $ 828E $ 8,280.0E $ 1W.00 $ 16,E00.00 $ 135.00 $ 13,500.0E FJ WATER UTILITY-TRENCH SAFETY PLAN AND EQUIPMENT LF 3,28RC 2.3E $ 7,544.00 $ 7.37$ 24,173.60 $ 6.M$ 19,680.00 $ 5.75$ 18,860.00 $ 2.00 $ 6,5W.00 $ 1200 $ 39,360.00 FB WATERUDLITY-FITTING(GENERAL) LS 1.0 5,900.00 $ 5,900.00 $11,718.75 $ 11,718.75 $19,228.00 $ 19,228.00 $18,400.E0 $ 18,400.00 $ 20,0E0.00 $ 20,000.00 $ 15,000.00 $ 15,000.0E F9 WATER UD LITY-FITTING-TIE TO EXISTING EA 10.0 2,600.00$ 26,000.0E $ 2,331.25 $ 23,312.50 $ 6,940.00$ 69,400.00 $ 3,MDEO $ 36,800.00 $ 3,200.00 $ 32,000.90 $ 3,500.00 $ 35,000.0E F10 WATER UTILITY GATE VALVE-fi-INCH EA 1SC 1,50T00$ 22,500.0E $ 2,750.00 $ 41,250.00 $ 3,180.00$ 47,700.0E $ 1,955.E0 $ 29,325.00 $ 2,500.0E $ 37,50E.00 $ 2500.0E $ 37,500.0E FIT WATER UTILITY GATT VALVE-B-INCH EA 2.0 2,20T00$ 4,400.0E $ 4,281.25 $ 8,562.50 $ 4,393.00$ 8,786.0E $ 2,530.0E $ 5,MR00 $ 3,150.00 $ 6,30T00 $ 3,000.0E $ 6,000.0E F12 WATER UTILITY-FIRE HYDRANT ASSEMBLY EA 6.0 6,700.00$ 40,200.0E $ 8,125.00 $ 4$750.00 $10,140.00 $ 60,840.00 $ 8,—.50 $ 52,785.00 $ 9,BDE0 $ 54,9E0.00 $ 12,000.00 $ 72,000.00 F13 SEW CE CONNECT ON-RECONNECT ON AND METER ADJUSTMENT EA 46R 780.00 $ 35,880.0E $ 1,013.59 $ 46,625.14 $ 2,455.00 $112,930.00 $ 1,811.25$ 83,317.50 $ 2,100.00 $ 96,600.0E $ 4,500.00 $207,000.00 F14 MISC-ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS LS 1. $40,90E.00 $ 40,000.0E $4C,000.00 $ 40,000.0E I40,E00.00 $ 40,000.0E 1-.00.00 $ 40,000.0E $ 40,090.0E $ 40,000.0E $ 40,000.0E $ 40,000.0E SUBTOTAL PABTF-WATER UTIUTY IMPBOVFMFMS(Items F]Thry Flo/ $ 048,69]50$ 622,9!tl.00 $ ],N1,300.08 Page 9 0112 TABULATION OF BIDS PaocoamtmFRT-cm of wimuscxainh TOvs Bay L[d t [undergro JE Construction Services Mako Contruci- Reytect Com di- RFBfi289 Project No.23168 Bonner Drive(Everhart to Fly-Parkway)Bond 2022 1414 Valero way cons ruc ion a 3111 ORCC 7505 Up River Road 36365.Alameda 1901 Hollirter Street Baee Bid-HMAC Corpus O,-i,T-J8409 Cor s Urirti-i.Ln Tercas 78413 Corals M-i,T-J8409 Corpus Chrirti,T-J8411 Houston,T-JJ080 (Munoz Engineering) PART G-GAS UTILITY- GI GENERAL-MOBILI ATION(5%MAX) LS 1. $ -Loo $ 650.00 $ 562.50 $ 562.50$ 438.00 $ 438.00 $ 1500.00 $ 1,500.00 $ 800.00 $ 800.00 $ 900.00 $ 900.00 G2 ADIUST-LINE(EXCAVATION,BEDDING,BACKFILL,TESTING,INCIDENTALS) LF 4.R$ 22.00 $ 10,120.00 $ 17.32 $ 7,967.20 $ 19.00 $ 8,740.00 $ 50.00 $ 23,000.00 $ 43.00 $ 19,J80.00 $ 29.25 $ 13,455.00 G3 TRENCH SAFETY LF 460. $ 3.20$ 1,472.00 $ 6.36$ 2,925.60 $ 5.00$ 2,300.00 $ 10.00 $ 4,WRW $ 2.00 $ 920.00 $ 6.75 $ 3,105.00 G4 ALLOWANCE FOR UNANTI-ED GAS IMPROVEMENTS AL 1. $ 1,500.00 $ 1,500.00 $ 1.5-.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.W $ 1,500.00 $ 1,500.00 $ 1,500.00 SUBTOTALPAWG-GASUPLTTYIMPROVEMEHTS(RemaMM--) $ ]3,102A0 $ 12,%i30 $ 1I,918.0G $ 30,HtlA0 $ L}LtlG.Ltl $ ]8,960A0 PART H-ELECTRICAL IMPROVEMENTS Hl GENERAL-MOBILU ATION(5%MAX) LS 1.0 1,200.00 $ 1,200.00 $ 1,562.50 $ 1,562.50 $ 1,581.00 $ 1,581.00 $ 500.00 $ 500.00 $ 400.00 $ 400.00$ 3,6M.W $ 3,620.00 H2 DEMOLITION-ROADWAY ILLUM FIXTURE&POLLS LS 1.0 14,100.00 $ 14,100.00 $ 4,062.50 $ 4,M2.50 $19,W0.00 $ 19,0W.00 $ 2,000.00 $ 2,W0.00 $ 400.00$ 400.00 $ 15,000.00 $ 15,000.00 HTREETALIGUT-TYPEI EA 5. $ IT-.00$ 5,500.00 $ 4,625.00 $ 23,125.00 $ 3,820.00$ 19,100.00 $ -R. $ Q620.00 $ 650.00 $ 3,250.00 $ 10,500.00 $ 52,500.00 LLOWANCE FOR UNANTICIPATED IMPROVEMENTS LS 1. $ 5,000.00 $ 5,000.00 $ 5,.-.00 $ 5,000.00 $ 1000.00 $ 1000.00 $ 5,.-.00 $ 5,000.00 1$ 5,000.00 $ 5,000.00 $ 5,000.00 $ 5,000.00 Page 10 of 12 TABULATION OF BIDS Paoc0amtmUaT-cm of wlmuscxalnh Ttx4s B,.d t [undergro IE Cnnatruction 5ervicea Mako Con—ion Pey[ect Comtrudion RFB fi289 Project No.23158 Bonner Drive(Everhartto Rynn Parkway)Bond 2022 1414 Valero Way cons rua ion a 3J29 7505 Up River Road 36365.Alameda 1901 Hollirter Street OPgi Baee Bid-HMAC Corpus Chrirti,Te J8409 Cri Ln Corpus Christi,Te ,J8409 Corpus Chrirti,Te 78411 Houston,Te JJ080 (Munoz Engineering) Cor sUrirti Tercas J8413 SUBTOTAL PABFH-ELECTRICAL IMPROVEMENTS(Itema Hl Thry H4) $ 25A00-0O$ 34na. $ 44,143A0$ i?••12R90& 9,ASOPO $ J8,]2A0O —1-lTINNROVEMENR Il GENERAL-MOBILIZATION IS%MAXI IS 1.0 175.00 $ 175.00 $ 1,020.75 $ 1,020.75 $ 777.00 $ 777.00 $ 200.00 $ 200.00 $ l%.00$ 15C.00 $ 370.00 $ 370.00 12 DEMOLITION-VEHICLE LOOP WIRING LS 1.0 600.00 $ WO.00 $ 5,312.50 $ 5,312.50 $ 4,770.00 $ 4,770.00 $ 1,500.00 $ 1,500.00 $ 400.00$ 400.00 $ 1,—Do $ 1,500.00 13 VEHICLE LOOP WIRING LS 1.0 1,800.00 $ 1,800.00 $13,437.% $ 13,437.50 $LE010.00 $ 10,010.00 $ 1,5-W $ 1,54 M $ 1,000.00 $ 1,000.00 $ 4,500.00 $ 4,500.00 14 WK-ALLOWANCE FOR UNANTICIPATED IMPROVEMENTS LS 1. $ 1,—Do $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,5M.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 1,500.00 $ 4,015A0 $ 21,210.15 $ 11,O51.00 $ 3,050.00 $ l,BID.Ltl SUBTOTAL PARTI-ITIMPROVEMENTS(Itemall Thrv14/ BIDSUMMARY SUBTOTAL PART A-GENERAL(Items Al thru A15) $ 291,495.50 $ 421,11-98 $ 359,521Ao $ 386,933Ao$ 515,401.50$ 1,O79,130. SUBTOTAL PART B-STREET IMPROVEMENTS IItems Bl thru B27I $ 1,578,426.25 $ 2,012,32fi.99 $ 1,J ,%9.00$ 2,.1,7-85 $ 2,Sfi4,1 .0o$ 2,395,175. Page 11 of 12 TABULATION OF BIDS Paocoamtm0aT-cm of wlmuscxainh TOr4s 8yltd t [undergro lE Construction Services Mak.Contrucion Pey[ect Comtrudion RFB fi289 Project No.23158 Bonner Orive lEverhartto Bynn Parkway)Bond 2022 1414 Valero way cons ruc ion a 3J29 J505 Up River Road 36365.Alameda 1901 Hollirter Street CWgi Baee Bid-HMAC Corpus O,rirti,T—J8409 Cri In Corpus O,risti,T—,J8409 Corpus tllrirti,T—J8411 Houston,T—JJ080 IMunoz Engineering) Cor sUrirti Tercas 78413 SUBTOTALPART C-ADA IMPROVEMEMS IItems Clthru CJl $ 273,601.50 $ 384,093.55 $ —,B.- $ 3.,211.25 $ 417,923.00$ 426,230.00 SUBTOTAL PART D-STORM WATER IMPROVEMENTS IItems Dl thru D24I $ 967,930.35 $ 734,240.39 $ 1,215,R6.Oo$ 1,090,282.40 $ 1,319,GW.00$ 1,822,223.50 SUBTOTAL PART E-WASTEWATER IMPROVEMENTS(Items El d,ru E3) 5 17,200.00$ 24,937A8$ 17,2J3.00$ 19,705.00 5 19,... $ 30,450.00 SUBTOTAL PART F-WATFa UTILITY IMPROVEMENTS(Items IT thru F14) 5 448,601.50 $ 398,188.J9 $ 702,038.00 5 667,370.00 $ 677,990.00 5 1,017,300.00 SUBTOTAL PART G-GAS UTILITY I MPROVEMENTS(Items Gl thm G4) $ 13,742.00$ 12,955.30$ 12,978.00$ 30,6W.00 5 23,.0.. $ 18,960.00 SUBTOTAL PART H-ELELTRICPL IMPROVEMENTS IItems Hl thru HIR $ 25,8W.00$ 33,750.00$ 44,741.00$ 12,120.00$ 9,050.00 $ 76,120.00 SUBTOTAL PART I-IT IMPROVEMENTS(Items 11 thru 14) 5 4,OJ5.00$ 21,370.J5$ 17,07.00$ 4,742.00$ 3,050.00$ 7,S70.00 $ 3,619,B72.0$ 4,0t9,612.23 $ 4,507,175,00 $ 4,17,724.50$ 5,19,426,50$ 6,SJ3,438.50 TOTAL BASE BID PARTS A THRU I Page 12 of 12 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 23158 Project Name Bonner Dr(Everhart to Flynn) Type Rehabilitation Department Public Works-Streets Useful Life 25 years Contact Director of Public Works Category Street-Rehabilitation Priority Priority Level 1 Council District 3 Status Active Description This project consists of reconstruction of existing 2-lane roadway with new pavement,curb&gutter,sidewalk,ADA compliant curb ramps, pavement markings,upgrade street illumination,utility improvements and drainage improvements as needed.This project is currently scheduled to begin construction in FY 2025. Justification This project will replace aging utilities where applicable,improve the road to accommodate heavier traffic flows and provide a safer driving experience. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 1,703,100 1,703,100 3,406,200 Design 420,000 420,000 Storm Water-St. 63,140 925,155 925,155 1,913,450 Wastewater-St 8,734 416,320 416,320 841,374 Water-St. 83,035 416,320 416,320 915,675 Gas-St. 4,629 92,515 92,515 189,659 Eng,Admin Reimbursements 59,726 371,491 371,491 802,708 Total 639,264 3,924,901 3,924,901 8,489,066 Funding Sources Prior Years 2025 2026 2027 Total G.O. Bond 2022 462,000 1,869,000 1,869,000 4,200,000 Revenue Bonds 177,264 2,055,901 2,055,901 4,289,066 Total 639,264 3,924,901 3,924,901 8,489,066 Budget Impact/Other 71 There is no projected operational impact with this project,at this time.Once the project is completed it will be added to the Street Preventative Maintenance Program. 216 Bond 2022 Project List Council Project Name Bid CLASSIFICATION District 1 Upper/Middle/Lower Broadway-Coopers Alley to Twigg-Design Only Concrete C-1 1 StarliteLane-ViolettoLeopard HMAC C-1 1 Surfside Blvd-Breakwater to Elm HMAC C-1 1 McCampbell-Agnes to Leopard Concrete LOCAL 2 Alameda Street(Texan to Doddridge)Design Only Concrete/HMAC A-2 2 Alameda Street-Airline to Everhart Concrete/HMAC A-2 3 Carroll Lane-SPID to Holly HMAC C-1 3 Bonner Drive-Everhartto Flvnn HMAC C-1 3 Martin Street-Hollyto Dorado HMAC C-1 4 Flour Bluff Drive-Yorktown to Don Patricio Concrete/HMAC A-1 4 Holly Road-Paul Jones to Ennis Joslin-Design Only Concrete/HMAC A-2 5 Timbergate Drive-Snowgoose to Staples HMAC C-1 5 Aaron Dr-Saratoga Blvd to Summer Winds HMAC C-1 19 yi � y [IiH' IF VOWGITE WAY Li A r! ,� AMY Ir qe h � h f 4f ° r' ,* i C9 04, ' ILI ' � I PROJECT NO. 23158 BONN Eli DRIVE CITY COUNCIL EXHIBIT EVERHART TO FLYNN PKWY OF OOMWCHPA7kT%XA5 :JEFARTMEWOF EM INFFRM 5WVKES (BOND 02 ) OCorppus sti Engineering Bonner Drive (Everhart Road to Flynn Parkway) Council Presentation April 29, 2025 #Agikk Vicinity Map If*Ch, Engineering r s Location Map _m. a BROCNT(RI $ wEa�,wom ft i wu�allo � L•�;+ hYNN WWW SPFN PROJECT NO.28158 BONNER DRIVE CITY COUNCIL EXHIBIT EVERHART TO FLYNN PKWY (BOND 2022) Construction Project Corpus Chr sti Engineering This resolution awards a construction contract to Bay Ltd. for the complete reconstruction of Bonner Drive from Everhart Road to Flynn Parkway. The existing roadway will be demolished and rebuilt with new asphalt pavement, curbs and gutters, sidewalks, ADA-compliant curb ramps, signage, pavement markings, and streetlight improvements. In addition to surface improvements, the project includes stormwater, water, wastewater, and gas infrastructure enhancements. Project Schedule Corpus Chr sti Engineering 2023 -2024 20251 1 October- December January-April May- December Design Bid/Award Construction Projected Schedule reflects City Council award in April 2025 with anticipated completion in December 2026. se o° a 0 A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting April 29, 2025 DATE: April 15, 2025 TO: Peter Zanoni, City Manager FROM: Miles Risley, City Attorney MilesR@cctexas.com (361) 826-3361 Sergio Villasana, Director of Finance SergioV2(a-)_cctexas.com (361) 826-3227 Resolution authorizing the renewal of property insurance, including All Other Perils, Flood, Named Storm, Wind/Hail, Earth Movement, and Equipment Breakdown insurance, through Acrisure, Broker of Record, for the upcoming policy year (May 4, 2025-May 4, 2026), for an annual premium of $3,178,178.61. CAPTION: Resolution authorizing the renewal of property insurance, including All Other Perils (AOP), Flood, Named Storm, Wind/Hail, Earth Movement, and Equipment Breakdown insurance, through Acrisure, Broker of Record, for the upcoming policy year (May 4, 2025-May 4, 2026), for an annual premium of$3,178,178.61. SUMMARY: The current property insurance policy expires May 4, 2025. Limits, coverage and deductible structures are illustrated in the attached graph. This year, due to improving markets the City was able to maintain the total limit of liability of $75,000,000 with a premium cost savings of $576,935.08. Coverage will extend to locations and buildings valued over$1,000,000. If the insurance market continues to stabilize, Risk Management will continue to recommend increased higher total limits of liability when cost feasible. BACKGROUND AND FINDINGS: The City's Property Insurance Program, a Tier I coastal risk, currently carries property insurance coverage which includes: AOP, Flood, Earth Movement, Wind, and Named Storm, with Equipment Breakdown (Boiler/Machinery) included as part of the coverage. The City's property insurance program is a multi- layered program comprised of participating admitted and non-admitted commercial insurance carriers. In addition to traditionally insured property (buildings and contents), the City's schedule of insured property includes other specialty insurance type risks: wharves, baseball stadium, docks, piers, and fine arts. In addition, the City purchases flood insurance through our Broker, for property located in FEMA Special Flood Hazard Areas A and V through the National Flood Insurance Program (NFIP) that is not included in this amount). Over the last seven years, the property insurance market has sustained world-wide catastrophes. Destabilized property insurance markets decreased their capacity to write property insurance, especially in coastal areas, posing incredible challenges for the City to maintain adequate limits and acceptable deductible structure within allotted budget. Two years ago, the City's property insurance program was significantly altered, as policy limits were drastically reduced from $250,000,000 total policy limit to $50,000,000. Deductibles were also significantly increased for AOP, Wind/Hail and Earth Movement from $50,000, $100,000 and $250,000 to the current $500,000 deductible for all property coverage. Last year the City was able to secure an additional $25,000,000 in total policy limits. This year the market continued to slightly improve, which allowed Acrisure to: ➢ maintain $75,000,000 total limit of liability policy. ➢ maintain the current $500,000 deductible structure for property valued at $1,000,000 for AOP, Winds/Hail Flood and Earth movement. The city has more than 600 structures in its inventory that are lower-valued locations for which the city manages its risk internally. ➢ maintain current Named Storm deductible of 3% of total insurable value per building. ALTERNATIVES: An alternate proposal which was submitted but not selected provided an additional $25,000,000 of total limit of liability coverage but with a $68,446.05 increase in premium. However, it is Risk Management's objective to maintain current coverage limits with a significant 15.36 % decrease in a premium savings of $576,935.08. When the market allows Risk Management's goal is to increase total limits of liability policy more aligned with the total insured value property portfolio risk of the city. Another alternative is for the City to fully self-insure property losses. However, such an increase in risk might be considered negative for the City's bond rating agencies. Any decrease in credit rating would quickly absorb any self-insurance savings. Further, the City has not established a property self-insurance fund which is necessary to absorb the risk of a catastrophic event. FISCAL IMPACT: This item is within budget, registering a 15.36% decrease in premium ($576,935.08) from expiring policy year. Risk Management included this expenditure in its FY 2025-2026 budget. The Risk Management fund is an internal operating fund based on departmental property value cost allocation to each department. Approval of this item is an annual reoccurring expenditure to limit the City's financial exposure under its current property insurance program. FUNDING DETAIL: Fund: Fund 5611-Liab/EB Liab; Fund 1030-Business Job Dev; Fund 4710-Visitor Facility Organization/Activity: Org. 40520-Ins Policy Premiums; Org.13826-Baseball Stadium; Org. 13625-Arena Operations; Org. 13600-Convention Center/Auditorium Operations; Departments: 054, 034, & 034 Project # (CIP Only): Account: 537090-Flood Ins., 537095-Windstorm Ins., & 537420-Property Ins. RECOMMENDATION: Staff recommends the City renew its property insurance as illustrated below maintaining its current policy limit and deductible structure. LIST OF SUPPORTING DOCUMENTS: Certification of Funds Resolution Historical Timeline Property Limit Survey Totallnsure&Value$ $761,086,240 $769,065,740 $764,589,621 $674,167,737 $697,790,392 Property Rate(per $0.4598 $0.5107 $0.5175 $0.5570 $0.4555 $100 value) Premium $3,602,050 $3,927,242 $4,515,436 $3,749,609 $3,178,178.61 but reduced to S3,932,135 by removing aquarium, which had reimbursed City in past. Premium+/- $751,633 $345,869 $615,373 $-182,526 $576,935 (26%increase (10%increase (16%increase (4.5%decrease (15.36%decrease from prev.yr) from prev.yr) from prev.yr) from prev.yr) from prev.yr) Limits/All Risk $250,000,000 $250,000,000 $ 50,000,000 $75,000,000 $75,000,000 NamedStorm $150,000,000 $150,000,000 $ 50,000,000 $75,000,000 $75,000,000 Flood/EarthMovement $50,000,000 $50,000,000 $50,000,000 $50,000,000 $50,000,000 CoveragelPerit Deductible Deductible Deductible Deductible Deductible AllOdwrPer&per $50,000 $50,000 $250,000 $500,000 $500,000 occurrence Flood per occur(storm $100,000 $100,000 $250,000 $500,000 $500,000 surge included) Flood per occur(storm $500,000 each $500,000 each $500,000 each $500,000 each $500,000 each surge included) building& building& building& building and building and $500,000 for $500,000 for $500,000 for $500,000 for $500,000 for Locations wholly or contents; contents; contents; contents in each contents in each partially within Special $100,000 Time $100,000 Time $250,000 Time building, building,$500,000 Flood Hazard Areas Element Element Element $500,000 Time Time Element Element NamedStorm 2%of Total 2%of Total 3%of Total 3%of Total 3%of Total Insurable value Insurable value Insurable value Insurable value at Insurable value at at the time of at the time of at the time of the the time of the loss the time of the loss the loss at each the loss at each loss at each at each location at each location location location location involved involved in the loss involved in the loss involved in the involved in the in the loss or or damage arising or damage arising loss or damage loss or damage damage arising out of the named out of the named arising out of arising out of out of the named storm subject to a storm subject to a the named the named storm subject to minimum of minimum of storm subject to storm subject to a minimum of $500,000 any one $500,000 any one a minimum of a minimum of $250,000.No occurrence No occurrence. $100,000 any $100,000 any Max Cap Max.Cap Carriers are not one occurrence one occurrence protection. protection. offering max.cap and max of and max of protection. $4,000,000 any $4,000,000 any one occurrence one occurrence. Wind/Hail-per occur $50,000 $50,000 $250,000 $500,000 $500,000 Earth Movement per $50,000 $50,000 $250,000 $500,000 $500,000 occur Equipment Breakdown $2,500 $2,500 $2,500 $5,000 $5,000 (Boiler&Machinery) Resolution authorizing renewal of property insurance, including All Other Perils, Flood, Named Storm, Wind/Hail, Earth Movement, and Equipment Breakdown insurance, Acrisure, Broker of Record, for upcoming policy year (May 4, 2025 — May 4, 2026) in exchange for annual premium of $3,178,178.61. WHEREAS, the City utilizes its broker of record to obtain property insurance including All Other Perils, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance for protection of the public health or safety of the municipality's residents; WHEREAS, the current coverages are subject to renew as of May 4, 2025; WHEREAS, State law provides that such procurements, as outlined above, are subject to statutory procurement requirements, including competitive bids, unless an exception applies; WHEREAS, the City Council finds that this procurement of property insurance qualifies as an exception to competitive bidding under Texas Local Government Code, Section 252.022(a)(2), as this procurement is necessary to preserve or protect the public health or safety of the municipality's residents; and WHEREAS, the City Council also finds that this procurement is authorized pursuant to Texas Local Government Code Section 252.024, which authorizes a sole broker of record to procure necessary coverages for insurance. Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this procurement. Section 2. The City Manager, or designee, is authorized to execute all documents necessary to renew property insurance, including All Risk, Flood, Named Storm, Wind/Hail, Earthquake, and Equipment Breakdown insurance, through City's Broker of Record Acrisure, for upcoming policy year (May 4, 2025, through May 4, 2026) in exchange for annual premium in the amount of $3,178,178.61. PASSED and APPROVED on the day of 12025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary City of PROPERTY INSURANCE Corpus C hristi HISTORICAL TIMELINE & RATES -TOTAL PROPERTY RATE ❑ $100M Limit Rate Option $0.7000 $0.6000 $0.5570 $0.5107 $0.5175 ❑ $0.5480 $0.5000 $0,4591 .4555 $0.4384 27 separate$1 B+ $0.4029 US weather/climate disasters 000� 2024 Global Insured Losses $0.4000 -$15413 Winter Storms 41042013 LU $0.3115 20 separate$1 B+ Q $0.2875 weather/climate disasters $0.2761 $0.2851 2021 Global Losses:-$130 28 separate$1 B+ $0.3000 Hard Market US weather/climate disaste 2023 Global Losses 4123 Global Pandemic 49%in R urricane Harvey,Irma,Maria-$6 Lossesf om Civil Unrest-$1.5B CA Wildfires-$128 1 2017 Global Losses:-$1506 eco d 30 Named Storms-$766 18 separate JB+ $0.2000 S the CA/COWildfires-$13B weather/climale 20GlobalLosses:-$89.5B 2022GlobalLoss 75%in U. 2016:Spring Texas Hail Storms-$5.5B r 2016:Sateen$1 B+Weather Events in U.S. [2019 Global Losses:-$5761 2016:Global Losses:-$51 B $0.1000 Hurricane Florence& Michael-$15B Dec 2015 Flooding& e r Tornadoes$46 CA Wildfires$11 B 2015 Global Losses:-$32B 2018 Global Losses:... $0.0000 ..............0........................... ...........................V............................V............................0...........................40........................... ............................®............................V...........................y...........................1.............. 2p15.2p16 2p16.2011 2p11.2p1$ 2p18.2p19 2p1g.2p20 202p.2021 2021.2022 2p2�.2p23 202g.2024 202Q_2025 2p25_2026 2015-2023-$250M Named Storm Limit 2023-2024-$50M Named Storm Limit AkACR IS u R E a 2024-2025-$75M Named Storm Limit 2025-2026-$75M and$100M Named Storm Limit Options Shown CITY OF CORPUS CHRISTI PROPERTY INSURANCE SURVEY 2O25 Texas Entities PUBLIC ENTITY POLICY PERIOD ANNUALPREMIUM PROPERTY INSURANCE LIMIT DEDUCTIBLES PREMIUM INCREASE/ TIV COMMENTS/REASON FOR INCREASE/SIGNIFICANT CHANGES DECREASE(%) $1001,AOP;$100k,$250k,$MOk(Named Locationsl Flood;SIMI, Cityof Arlington 10/1/2023-10/1/2024 M76K $500MA0P;$WMH..d Water Damage;$1OOK$200k,$SOOK$1M,$1.25M,$3M(Named 32% $616M 14%IO—ase in Values—Rab,Increase due to market conditions. Locations)Wind/Hail $1B AOP&Named Storm;$100M H..d;$25M High $50K 11P;$500K Flood per location,a pt$100K Flood per Flat renewal rate;I mp d$100K per location flood deductible for CiH of Austin 10/1/2024-10/1/2025 $9.3M Hazard Flood location per appendix;Wind/H ail:2%Real Property Value per 6% M.58 engineered Iota[ions;.25 Otywill get professional appraisals ofscheduled location sublet[to minimum$250K per location locations to ensure appropriateness Fire/AOP MOM Fire/AOP 250K deducible Earthquake/Flood LOOM Wind/Hail 10Mdeductible Rate decreasecf15.1%(negotiation,meetingweh underwriters, Cityof Fort Worth 12/O112O2 12/O112 O $6.6M Wind/Hail MOM 15.1% 3.2B Vucluriro program,marketforcul Terrorism 100M City of Corpus Christi 5/5/2024-5/4/2025 $3.JM $JSM AOP/$JSM Named Storm $500,000 AOPand Flood/Named Storm3%perbuilding Wlh 1% $675M Prepertymarketand13.%decreaseto TIV $500Kminimum Cityof Della. 10/1/2 0 2 410/1/20 2 5 $15.5M $2111;$1 1 Fl.d,$211 xametl storm $'sMw tls arm/Hail Fl gSFH(1;$zspg xametl storm;s%w/ sr $5.5e rket contlnans and claims Ha y City of Houston 4/1/202A-4/1/2025 $25M $200M for both AOP&Flood $2m AOP,$2.SM Min/$2OM M..for Named Storm&Flood,1d $11.2B 4.8%TIV Increase Retention of$MM Prim layer;Flood not to...e$SM Cityoflrving 10/1/2024-30/1/2025 $2.9M $100M $100k H.Od($SOOk perbuilding&SOOI,contents per building in 1% $731M TlV increased.01%07M%propertyrate decrease SFHA)3%TIV Named Storm;3%TIV High Hazard Hail; City of San Antonio 7/1/2024-7/1/2025 $7.11V $25M AOP,$50M H..d,$25M Flood Zone A-V $2M,000 -22% $5.113 TIV increased by 2.Z%and premium decreased by 21.76%due to property d by ca Fort Bend County 4/1/2024-4/1/2025 $4.9M $250M,with SOM Named Storm suNimit $1M,;3%TIV for Named SWor ind Driven Rain;1%TIV All of 2%increase S897M 5.2%TlVlncrease Wind Hail Galveston County 11/1/2024-11/1/2025 $2.57M $50M AOP I$24M Flood I$123.3M Windstorm/Hail $1M AOP I various Flood l Building@ 5%Wind 1.0% 451.8M Rate increase due W market conditions Herri.—ty 6/1/2OM-0/1/2025 $B.B1M $100M AOP,$100M Named Wind Storm/Hail,$SOM $250K AOP,3%Named Storm Flood,2%All other Flood,3% -2% $2.61B 2%TIV Increase Flood Windstorm/Hail&Wind On—Rain Houston ISO 4/1/2023-4/1/2024 $29.6M $250M Deductible Amounts Not Set,in Progress Zfi% $7.68 Increased TIV by 38% .ffe .County 2/1/2025-2/1/2026 $2.4M $50M,$25M FIood,$2M Flood Zone A-V $100K AOP/3%Named Storm -6% $261M No changes in TlV,6 rate decrease $1COKAOP,WS Hail,Flood,EM.Named Storms%ofTIVsbje t. 12%TIVincrease,Ratechangedecreaseovervpiring1% Port of Corpus Christ 4/1/2024-4/01/2025 $5.6M $125M/Named St..$100M AOP,Flood $259K MiNMM max per occ(Flood subje M$1M Min/$4M max 11% $612M 11%rise in premium linked W 12%u Ws gm property value. per ott) NS loss limit of$125M is 20%of TIV. Portof Galverton 3/1/2024-3/1/2025 $3.13M $75M $109K AOP,S%NS 15% $40OM 34%TIV Increase,.M7%Rate Port of Houston 3/1/2025-3/1/2026 $2. $75M $250K AOP/5%Flood w/$2—minimum each 1ocation/5%NIS 1% $204M 11.3%increase in TIV from$1 M to$204M;Prep ate decreased 9%. w/$250K minimum each location Non-Texas Entities&Coastal Cities PUBLIC ENTITY POLICY PERIOD2 ANNUALPREMIUM PROPERTY INSURANCE LIMIT DEDUCTIBLES ' PREMIUM INCREASE/ TIV COMMENTS/REASON FOR INCREASE/SIGNIFICANT CHANGES DECREASE I%I City of Clearwater,FL 4/1/2023-4/1/2024 $4.313 $25M AOP,Named Storm,Flood for Non-U[iliry;$15M Named Windstorm-5%with$lOOKmi.;Flood-5%with$100K $1363M comment Named Storm for Utility Property min;AOP-$109K •AOP-$50,000 The City had a reduction in TIV which reduced our overall premium.The TIV City of Fort Lauderdale,FL Z/1/2(125-2/1/Z(126 $3.19M $25M AOPNamedility Hood for Non-Utility:$15M •NS and Hail-5%wit$1M min -1. $554M reduction was due to elimination d our Pdice Station and City Hall from the Named Storm for U[iliry Property Utilities: -AOP-$SM •Named SOV(we're in temporary quarters. City of lackmnville,D 3/1/2025-3/1/2026 $11.9M $aaq,goq,molimit $100,000 All perils,3%Name Storm$250,000 min.,25,000,000 q,fiOB comment City d Miami Beach,FL 4/1/2024-4/1/2025 $6.2M $150M,$35M Named Storm excluding Flood Named Windstorm-6.5%of TIV with$1M minimum -21% $1.413 TIV Increase d 2.5% City a Miami,FL 4/1/2024-4/1/2025 $6.2M $159M,$35M Named Storm—luding Fbod Named Windstorm-6.5%of TN with s1M minimum -2. $1.40 T1Vlncreased2.5% Insuance Broker 0—riff)coordinated"In-person"m stings with multiple City of New Orleans 1/1/2025-1/1/26 $4.4M Named Storm-$30M;Flood-$25M Named St.rm&Flood-$10M;A0P-$100K -6% $1.1B (14)L.;B.'London Underwriter.These meetings allowed me(Risk Manager)10",di"the Cltys Property Pregam. City Penvcola 5/1/25-5/1/26 5—m $100M AOP,Named Storm&Flood IN--125M for Named Windstorm-5%;Flood-$109K vicep[for NFlP limits in 10% $4— 10%increase due W.—mg—to catchup with illation. SFHA FIood.$100M Earth Movement. SFHA AOP-$109K Water Resources Progam Water Reources: •Named Windstorm-$100M •Named Windstorm-5%of bcati.with minimum d$1M •Flood Zone V&A-$20M •Flood-5%dlocations TlV with minimum d$1M Our fNree different On our •Flood Al Other Zones-$50M -ADP-$25K property insurance progam consirtso programs. General Property: General Property: General Property program had an ovemll rate decrease from 6,181 ro 5,797 •Named Srorm and Flood-$100M combined with NS per•Named Windstorm-5%of bcations TlV wiM minimum of$1M per Mll of—Which comesoutro a 6.21%d--.Other programs werea City of R.Petersbur&FL 4/1/Z(124-4./1/2025 $9.1M a and Flmd Annual A. •Flood-5%d bc.ti-11V with minimum d$tm 4% $1.&B 10.6%increase for Water Resources and J.15%for Highly Protected Risk oBaseball$tadium sublimit on NS and Flood of$25M •AOP-$100K Decreased on our GP program wire duero more players willing to underwrite Highly Protected Risk Highly Pretecrod Risk the risk.Additional savings from adding a sublimit to one of our properties m •Named Srorm-$50M •Named Windstorm-5%of 11V the GP program on rop of what was pruemed ro us initialH. •Flood-$5M •Flood-$500K Five Individual NFIP policies •AOP-$100K i m-$1apM�� windstorm-s%min$woK Cityof Tampa,FL 4/15/2024-4/15/2025 $12M lootl dap er-$1ppK$590e 15% $xse increae of J.a% m-$15pM r _ min$SppK V m-$spM _ mbt$sWK r$1pM s% Zone a er-$25M se G� 0 �Va. v NOORPORASEO AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting April 29, 2025 DATE: March 31, 2025 TO: Peter Zanoni, City Manager FROM: George Holland, City Auditor Georgeh3a_cctexas.com (361) 826-360 Motion to approve the 2025 Annual Audit Plan CAPTION: Motion to approve the 2025 Annual Audit Plan for the calendar year to be implemented by the City Auditor's Office. SUMMARY: Following the Code of Ordinance Chapter 12'/ City Auditor, this request is to approve the 2025 Annual Audit Plan. BACKGROUND AND FINDINGS: This plan was developed based on areas considered high-risk to the City of Corpus Christi with input from the Mayor, City Council, and City Management. Chapter 12'/ 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 before submitting it to the full City Council for approval. The 2025 Proposed Annual Audit Plan was unanimously approved in the March 19, 2025,Audit Committee meeting. The Audit Plan was initially scheduled to be on the January 14, 2025, City Council agenda but was postponed by leadership. ALTERNATIVES: The City Council could revise this plan by adding or removing audit projects. FUNDING DETAIL: N/A RECOMMENDATION: Staff recommends approval of the 2025 Annual Audit Plan as presented. LIST OF SUPPORTING DOCUMENTS: 0 2025 Proposed Annual Audit Plan City Auditor's Office 2025 Proposed Annual Audit Plan Item No. Department Audit Objective Audit Area Approved Audits Al Corpus Christi International Airport Terminal Building Phase 3 Rehabilitation A2 Public Health&Safety Water Garden Talson Solutions,LLC-Audit construction project internal controls from a process and A3 Wastewater cost viewpoint at a given point in the construction project life cycle(i.e.planning,design, Oso WRP Process Upgrade pre-construction,construction,and completion). A4 Streets Alameda St. AS Streets Waldron Rd. Proposed Audits A6 Finance Evaluate the third-party management,Oak View Group,and compliance effectiveness American Bank Center regarding City contributions. Follow-Up Reviews F1 Parks and Recreation Evaluate the status of prior audit recommendations. Phase 2A Community Enrichment Fee Follow-Up Corpus Christi International Airport F2 Evaluate the status of prior audit recommendations. Rental Car Concessions Follow-Up Municipal Solid Waste System(MSWSSC) F3 Evaluate the status of prior audit recommendations. Service Charges Follow-Up Project Carryovers Police Department AU17-A9 Are sufficient controls in place over the evidence and property room function? Property Room Human Resources AU22-A4 Are ineligible recipients receiving City health insurance benefits? Employee Beneficiary Verification Corpus Christi AU23-A6 Environmental Protection Agency(EPA)Consent Does Wastewater's CIP projects align with the EPA Consent Decree? Decree AU 24-A8 Visit Corpus Christi Evaluate funding and objectives for Visit Corpus Christi.Focus will be on TPID(Tourism Tourism Public Improvement District Public Improvement District). AU24-A9 Downtown Management District(DMD) Is TIRZ funding spent appropriately?TIRZ#3 service contract. TIRZ#3 AU24-All Procurement Is Procurement of City Services following appropriate Request for Quote/Request for Proposal P&P Proposal policies and procedures? AU24-SP1 Water Department Check to ensure that financial records match the inventory records and that those Asset Management records align with a physical inventory count. Human Resources AU24-SP2 Evaluate the timeliness and efficiency of the hiring and onboarding process. Recruiting&Onboarding Finance Determine if procurement card charges and spending for meals are in compliance with AU24-SP3 Procurement Card Expenses and Spending City Policy. Engineering and Utilities AU24-1`2 Greenwood Wastewater Treatment Plant(WWTP) Evaluate status of prior audit recommendations. Electrical Improvements Follow-Up — Other Projects/Continuous Auditing AU Performance Audits Evaluate the efficiency,effectiveness,and compliance of government programs or operations to identify areas for improvement and ensure resources are used wisely. FU Follow-Up Reviews Ensure that audit recommendations are implemented and corrective actions are taken to address the identified issues. AL Hotline Investigations&Allegations Investigate allegations of fraud,waste,or abuse. SP Special Requests Allow time for special requests approved by the Audit Committee. ADM Administrative Projects Evaluate the efficiency and effectiveness of administrative procedures,policies,and functions to ensure compliance and improve overall performance. CA Unannounced Cash Counts Are cash funds intact? PC Procurement Card Reviews Are procurement card purchases made in accordance with procurement policies and procedures? Projects will be identified with a two-digit project code,followed by two-digit calendar year,followed by a dash,followed by a three-digit sequential number.The sequence number is a unique series for each project type. For example,the initial 2018 performance audit would have the following project number,AU18-001,and the second project would be AU18-002. In progress Completed 3/28/2025 se GO � O� A H AGENDA MEMORANDUM 'NCORPOP Action Item for the City Council Meeting of April 29, 2025 1852 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police MM ikema�cctexas.com (361) 886-2603 Acceptance of a Grant for the Operation Stonegarden Program for the Corpus Christi Police Department CAPTION: Ordinance authorizing the acceptance of a grant totaling $247,669.00 from the State of Texas Governor's Homeland Security Grants Division for Operation Stonegarden (drug and human trafficking) for overtime, fringe benefits, one replacement Chevy Tahoe police vehicle, and fuel/maintenance; and appropriating $247,669.00 in the Police Grants Fund. SUMMARY The State of Texas Governor's Homeland Security Grants Division is awarding the City grant funds for overtime, fringe benefits, one replacement Chevy Tahoe police vehicle, and fuel/maintenance for Operation Stonegarden. Funding is available and eligible for Operation Stonegarden under the Department of Homeland Security Grant Program. BACKGROUND AND FINDINGS: Corpus Christi was identified as an integral part of the U.S. Border Patrol's strategy to enhance cooperation and coordination among numerous agencies in a joint mission to combat drug and human trafficking. This grant's funding will be used to enhance law enforcement efforts along routes of ingress and egress, including coastal waterways, in the Corpus Christi region. The Corpus Christi Police Department's (CCPD) participation in Operation Stonegarden (OPSG) will consist of combating drug and human trafficking. This will be achieved by establishing a substantial probability of apprehension through improved enforcement, improved rapid mobility, and intelligence-driven resource deployments. Additionally, CCPD will promote an environment of collaborative enforcement efforts with multiple agencies to assist in the stated mission of OPSG. More specifically, CCPD will conduct interdiction operations individually and in conjunction with federal, state, and local partners. The operations will be focused along routes of ingress and egress, both on state and local highways, to include SH44, SH77, SH181. The operations also will take place along routes of ingress and egress from the extensive coastal waterways surrounding Corpus Christi The OPSG grant will pay for overtime, fringe benefits, one replacement Chevy Tahoe police vehicle, and fuel/maintenance. As part of the OPSG, CCPD's tactical operations teams will conduct approximately 1,780 hours of overtime. The replacement Chevy Tahoe police vehicle will be purchased to replace a Chevy Tahoe police vehicle that was previously used for the OPSG but had to be sent to auction for rust damage. The replacement Chevy Tahoe policy vehicle will also be used for OPSG. The grant period for this grant is from March 1, 2025 through February 28, 2026. The City has received this grant for 13 years. Last year, the City received $228,898 from this grant. ALTERNATIVES: The alternative is not to accept the grant, thereby providing less funds for overtime and fringe benefits for CCPD officers to be involved with the OPSG operations. However, this will prevent CCPD from launching operations and collaborating with other law enforcement agencies in order to combat drug and human trafficking in the region. FISCAL IMPACT: The fiscal impact for FY 2025 is accepting funds and appropriating $247,669.00 into the Police Grants Fund. Funding Detail: Fund: Police Grants Fund 1061 Activity: TBD Dept: 29 Org: 89 Project # (CIP Only): N/A Account: 510200 Overtime $100,500.00 511000 Retirement $31,769.00 520050 Fuel $32,400.00 520090 Minor Tools $28,000.00 550020 Vehicles $55,000.00 RECOMMENDATION: Staff recommends accepting a grant from the State of Texas Governor's Homeland Security Grants Division for Operation Stonegarden (drug and human trafficking) for overtime, fringe benefits, one replacement Chevy Tahoe, and fuel/maintenance in the amount of $247,669.00; and appropriating $247,669.00 in the Police Grants Fund, as presented. LIST OF SUPPORTING DOCUMENTS: Grant award document Ordinance accepting a grant totaling $247,669.00 from the State of Texas Governor's Homeland Security Grants Division for Operation Stonegarden (drug and human trafficking) for overtime, fringe benefits, one replacement Chevy Tahoe police vehicle, and fuel/maintenance; and appropriating $247,669.00 in the Police Grants Fund. WHEREAS, the Operation Stonegarden Grant provides funding to enhance cooperation and coordination among state, local, tribal, territorial, and federal law enforcement agencies to jointly enhance security along the United States land and water borders.; and WHEREAS, for the thirteenth year, the State of Texas Governor's Homeland Security Grants Division is awarding the City grant funds for overtime, fringe benefits, one replacement Chevy Tahoe police vehicle, and fuel/maintenance for Operation Stonegarden; and WHEREAS, Corpus Christi was identified as an integral part of the U.S. Border Patrol's strategy to enhance cooperation and coordination among numerous agencies in a joint mission to combat drug and human trafficking. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager or designee is authorized to execute all documents necessary to accept a grant from the State of Texas Governor's Homeland Security Grant Division in the amount of $247,669.00 for Operation Stonegarden. SECTION 2. Grant funds in the amount of $247,669.00 from the State of Texas Homeland Security Grants Division is appropriated in the Police Grants Fund and may be used for the purposes stated. SECTION 3. There is no City cash match or in-kind services for acceptance of the grant. SECTION 4. In the event of the loss or misuse of these funds, the City assures that the funds will be returned to the State of Texas, Office of the Governor, in full. SECTION 5. The operating budget approved by Ordinance No. be amended to increase revenues and expenditures by $247,669.00. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. 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: 3173710 Award Amount: $247,669.00 Date Awarded: PREVIEW-AWARD NOT ACTIVE Grantee Cash Match: $0.00 Grant Period: 03/01/2025 -02/28/2026 Grantee In Kind $0.00 Match: Liquidation Date: 05/29/2026 Grantee GPI: $0.00 Program Fund: HS-Homeland Security Grant Program Total Project Cost: $247,669.00 (HSGP) Grantee Name: Corpus Christi, City of Project Title: Nueces-2024 OPSG Grant Manager: Caroline Butler Unique Entity Identifier XETBTPKCL895 (UEI): CFDA: 97.067 -Homeland Security Grant Program(HSGP) Federal Awarding U.S. Department of Homeland Security,Federal Emergency Management Agency Agency: Federal Award 9/19/2024 Date: Federal/State Award ID EMW-2024-SS-05096 Number: Total Federal Award/State $92,871,592.00 Funds Appropriated: i c Pass Thru Entity Texas Office of the Governor—Homeland Security Grants Division(HSGD) Name: Is the Award No R&D: The propose of the HSGP is to support state and local efforts to prevent terrorism and other catastrophic events and to prepare the Nation for the threats and hazards that pose the greatest risk to the security of Federal/State the United States. The HSGP provides funding to implement investments that build, sustain,and Award deliver the 31 core capabilities essential to achieving the National Preparedness Goal (the Goal)of a Description: secure and resilient Nation. The building,sustainment, and delivery of these core capabilities are not exclusive to any single level of government, organization, or community,but rather,require the combined effort of the whole community. tot t t State of Texas, Office of the Governor Operation Stonegarden Ordinance Authorizing Acceptance of Grant Award Police Department Mike Markle,Chief of Police . April 29, 2025 Background Information The State of Texas Governor's Homeland Security Grants Division is awarding grant funds for the Corpus Christi Police Department's (CCPD) participation in Operation Stonegarden (OPSG) which will consist of combating drug and human trafficking. The City of Corpus Christi has been awarded $247,669.00. Background Information This grant will provide funding for: Overtime, fringe benefits, one replacement Chevy Tahoe police vehicle, and fuel/maintenance for Operation Stonegarden. The grant period for this grant is from March 1, 2025 through February 28, 2026. The City has received this grant for 13 years. Last year, the City received $228,898 from this grant. State of Texas, Office of the Governor Operation Stonegarden Questions ? se GO � O� A H AGENDA MEMORANDUM 'NCORPOP First Reading for Ordinance for the City Council Meeting April 29, 2025 1852 Second Reading Ordinance for the City Council Meeting May 6, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Brandon Wade, Fire Chief brandonw@cctexas.com (361) 826-3900 Acceptance of a grant totaling $30,734.00 from Firehouse Subs Public Safety Foundation for critical lifesaving equipment for the Corpus Christi Fire Department CAPTION: Ordinance authorizing the acceptance of a grant totaling $30,734.00 from the Firehouse Subs Public Safety Foundation for funding to purchase two replacement Paratech lifting bags, two replacement Paratech lifting cushions, and one additional Multiforce bag used for rescue operations for the Corpus Christi Fire Department; and appropriating $30,734.00 in the FY 2025 Fire Grants Fund. SUMMARY: This ordinance authorizes accepting and appropriation of a grant totaling $30,734.00 from the Firehouse Subs Public Safety Foundation for the purchase of critical lifesaving equipment for the Corpus Christi Fire Department (CCFD). The proposed grant will provide funding for the Corpus Christi Fire Department (CCFD) to purchase two replacement Paratech Lifting Bags, two replacement Paratech Lifting Cushions, and one additional Multiforce Bag. BACKGROUND AND FINDINGS: The Firehouse Subs Public Safety Foundation was established in 2005. The Foundation's purpose is to provide fire departments and their communities with funding to be used for lifesaving equipment, prevention education, scholarships and continued education, and disaster relief. The Foundation's grants are eligible for public safety and non-profit organizations. For the past 19 years, charitable donations have been the driving force behind Firehouse Subs Public Safety Foundation supporting first responders and public safety organizations nationwide. The Firehouse Subs Public Safety Foundation has awarded 6,841 grants valued at over $96 million to public safety organizations since 2005. This grant is one of 87 the Foundation awarded during the most recent grant cycle. The 87 grants will provide critical lifesaving equipment valued at more than $2.1 million across the U.S. The funding from this grant will purchase two replacement Paratech Lifting Bags, two replacement Paratech Lifting Cushions, and one additional Multiforce Bag. Currently, CCFD utilizes Paratech lifting bags and cushions as well as Multiforce bags as part of its rescue operations. Specifically, this equipment is used to lift heavy items or equipment during rescue operations involving vehicle extrications, structural collapses, and heavy equipment accidents. Paratech lifting bags and cushions are critical for technical rescue scenarios where precise and controlled lifting of heavy loads is required. The Multiforce bag allows rescue teams the ability to handle dynamic loads safely and efficiently in complex emergencies. Both the Paratech and Multiforce systems are designed for rapid deployment, minimizing response times and mitigating risks to both victims and rescuers. This equipment also reduces operational delays by providing sufficient tools for concurrent rescue operations at multiple sites. Furthermore, the investment in these new tools will reduce potential downtime caused by equipment malfunctions and ensure that CCFD is well- equipped for future challenges. CCFD uses this lifting equipment approximately 20 times per year for emergency call responses and frequently uses this lifting equipment for firefighting training. CCFD's current supply of lifting equipment is approximately 20 years old. The age and wear on CCFD's existing equipment has highlighted the need for upgrades to sustain and improve operational capacity with regard to rescue operations. The City has received this grant one time before in 2021. That year, the City received $32,965.90 from this grant. The grants funds were used to purchase a cardiac monitor for CCFD. It is important to note that after being awarded grant funding from the Firehouse Subs Public Safety Foundation Grant,the Foundation requires a three-year waiting period before awardees can apply for this grant again. ALTERNATIVES: The alternative is to not accept the grant award and instead seek alternative funding. However, this funding was not included in the FY 2025 General Fund Budget. If the funding is not awarded through this grant, the City will need to identify alternate funding in order to provide the necessary critical lifesaving equipment for the Corpus Christi Fire Department (CCFD). FISCAL IMPACT: The FY 2025 fiscal impact is the acceptance of funding in the amount of $30,734.00 and appropriating $30,734.00 into the Fire Grants fund. Funding Detail: Fund: 1062 Fire Grants Organization/Activity: Department#: 10 Fire Department Project # (CIP Only): N/A Account: 520090 Minor Tools and Equipment Amount: $30,734.00 RECOMMENDATION: Staff recommends the approval of this ordinance to accept and appropriate a grant totaling $30,734.00 for funding to purchase two replacement Paratech lifting bags, two replacement Paratech lifting cushions, and one additional Multiforce bag used for rescue operations for the Corpus Christi Fire Department, as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance PPT COF Ordinance accepting a grant totaling $30,734.00 from the Firehouse Subs Public Safety Foundation for the purchase of new critical lifesaving equipment for the Corpus Christi Fire Department; and appropriating $30,734.00 in the Fire Grants Fund. WHEREAS, the Firehouse Subs Public Safety Foundation was established in 2005 for the purpose of providing fire departments and their communities with funding to be used for lifesaving equipment, prevention education, scholarships, continued education, and disaster relief; and WHEREAS, this grant is one of 87 the Foundation awarded during the most recent grant cycle, providing critical lifesaving equipment valued at more than $2.1 million across the U.S.; and WHEREAS, the funding from this grant will purchase two replacement Paratech Lifting Bags, two replacement Paratech Lifting Cushions, and one additional Multiforce Bag. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. Funding in the amount of $30,734.00 is accepted by the City of Corpus Christi ("City") from Firehouse Subs Public Safety Foundation for the purchase of new critical lifesaving equipment for the Corpus Christi Fire Department. SECTION 2. The City Manager, or his designee ("City Manager"), is authorized to execute all documents necessary to accept the funding indicated in Section 1 of this ordinance. SECTION 3. No cash match is required. SECTION 4. The City Manager is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry-over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e)to comply with applicable State or federal laws and regulations; and f)for matters which do not change the essential purpose of the grant. SECTION 5. The Fire Chief is designated as the City's authorized official to administer this grant. The authorized official is empowered to apply for, accept, reject or terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 6. In the event of the loss or misuse of these grant funds, the City assures that the funds will be returned to Firehouse Subs Public Safety Foundation, in full. 2 SECTION 7. Grants funds in the amount of$30,734.00 are appropriated in the Fire Grants Fund, and the FY 2024-25 Operating Budget approved by Ordinance No. 033451 , is amended by increasing revenues and expenditures. Introduced and voted on the day of April, 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Paratech Lifting Cushion/Bag Multiforce Bag Firehouse Subs Grant Ordinance Authorizing Acceptance of Grant Award Fire Department Brandon Wade,Fire Chief April 29, 2025 Background Information The Firehouse Subs Public Safety Foundation was established in 2005. The Foundation's purpose is to provide fire departments and their communities with funding to be used for lifesaving equipment, prevention education, scholarships and continued education, and disaster relief. The City of Corpus Christi has been awarded $30,734.00. Background Information This grant will provide funding for: The purchase two replacement Paratech Lifting Bags, two replacement Paratech Lifting Cushions, and one additional Multiforce Bag. Currently, CCFD utilizes Paratech lifting bags and cushions as well as Multiforce bags as part of its rescue operations. Paratech Lifting Cushion/Bag Multiforce Bag Firehouse Subs Grant Questions ? .bus c� 00 0k � F U 'NOgPO RPSf 1852 AGENDA MEMORANDUM First Reading at City Council Meeting of April 29, 2025 Second Reading at the City Council Meeting of May 06, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Wesley Nebgen, Director of Water System Infrastructure Wes IeyN(o-)-cctexas.com 361-826-1200 Jeff H. Edmonds, P. E., Director of Engineering Services JeffreyE(a)cctexas.com (361) 826-3851 Ordinance authorizing the acceptance and appropriation of $15,092,700.00 from the Texas General Land office, under the FY 2024 Regional Mitigation Grant to improve operational resiliency at the Greenwood and Oso Wastewater Treatment Plants. CAPTION: Ordinance authorizing the acceptance and appropriation of $15,092,700.00 from the Texas General Land Office, Community Development Block Grant — Mitigation Program, under the FY 2024 Regional Mitigation Grant to improve operational resiliency at the Greenwood and Oso Wastewater Treatment Plants; and amending the Water Grant Fund and FY 2025 Capital Budget. SUMMARY: This Ordinance authorizes Corpus Christi Water to accept funding from the Texas General Land Office. The proposed grant will provide additional funding for CIP Project 18070 — Greenwood WWTP Flood Mitigation & Backup Generator and CIP Project 22108 — Wastewater — Backup Generators. The Community Development Block Grant Mitigation (CDBG-MIT) Program funds pose a unique opportunity for eligible grantees to use this assistance in areas impacted by recent disasters to carry out strategic and high-impact activities to mitigate disaster risks and reduce future losses. CDBG-MIT defines mitigation as activities that increase resilience to disasters and reduce or eliminate the long-term risk of loss of life, injury, damage to and loss of property, and suffering and hardship by lessening the impact of future disasters. No cash or in-kind match is required for the grant. The total cost for the projects is below: 18070 — Greenwood 22108—Wastewater— Funding WWTP Flood Mitigation Backup Generators Total & Backup Generator Revenue Bonds $7,467,166.00 $3,062,302.00 $10,529,468.00 CDBG-MIT Grant $8,432,420.00 $6,660,280.00 $15,092,700.00 Total $15,899,586.00 $9,722,582.00 $257622,168.00 The City Manager or designee is authorized to execute contract amendments pertaining to these funds in the following instances: a) carry-over funds, when ascertained and approved by the funding agency through a revised notice of award; b) no cost extension; c) amendments which will provide supplemental grant funds in amount not to exceed 20% of the original grant; d) reimbursement increases of administration funds for each participant served; e) amendments to comply with applicable State or Federal laws and regulations; and f) amendments which do not change the essential purpose of the grant. BACKGROUND AND PURPOSE: The City of Corpus Christi owns and operates six (6) wastewater treatment plants (WWTPs) throughout the City. Most of the City's WWTP infrastructures have been in service for 50 — 70 years. Various treatment units and equipment have exceeded their designed service lives and been impacting on the treatment abilities to meet the City's Texas Pollution Discharge Elimination System (TPDES) permits as well as resulting in excessively higher operational and maintenance costs to taxpayers. While implementing a variety of capital improvement planning (CIP) projects to rehabilitate and upgrade the aged and deteriorated wastewater infrastructures, the City has been proactively seeking federal and state funds to support these projects. In October 2020, the CCW staff submitted two project proposals to compete in two grant competitions of the Community Development Block Grant (CDBG) -MIT program through the Texas General Land Office: one for 2015 Floods State Mitigation Competition and the other for Hurricane Harvey State Mitigation Competition. In March 2025, the City received the award notification and contract for the CDBG — Regional Mitigation Grant with an amount of $15,092,700.00 for the City's Wastewater Infrastructure Improvements with CDBG-MIT Funds Project. This project consists of three components: Greenwood WWTP Flooding Mitigation, Greenwood WWTP Emergency Generator, and Oso WWTP Emergency Generator. The implementation of this project with the CDBG — Regional Mitigation Grant will improve operational resiliency at the Greenwood and Oso Wastewater Treatment Plants. PROJECT TIMELINE: 1 12026-2027 Design I Bid/Award Construction The projected schedule reflects City Council award in April 2025 and AE design contract in July 2025, with anticipated construction completion by December 2027. ALTERNATIVES: Not amending FY 2025 CIP Plan and appropriating the funds would delay resiliency projects at Greenwood and Oso Wastewater Treatment Plants. FISCAL IMPACT: There is no fiscal impact to accept the grant. Capital Budget will be amended to reflect the $1,041,491.00 increase in the grant award beyond what was budgeted in FY25. FUNDING DETAIL: Fund: 1052 Water Grant Fund Organization: 89 Grants & CIP Projects Department: 45 Water Activity: 180701052F Amount: $8,432,420.00 Fund: 1052 Water Grant Fund Organization: 89 Grants & CIP Projects Department: 45 Water Activity: 221081052F Amount: $6,660,280.00 Total Amount: $15,092,700.00 RECOMMENDATION: Staff recommends authorizing the acceptance of the grant funds from the Texas General Land Office, for funding in the amount of $15,092,700.00 and amending the Water Grants Fund and FY 2025 Capital Budget. LIST OF SUPPORTING DOCUMENTS: Ordinance Grant Agreement—GLO Contract 24-065-091-E767 Presentation CIP Project Page— 18070—Greenwood WWTP Flood Mitigation & Backup Generator CIP Project Page—22108 —Wastewater— Backup Generators Certificate of Funds Ordinance authorizing the acceptance and appropriation of $15,092,700.00 from the Texas General Land office, Community Development Block Grant — Mitigation Program, under the FY 2024 Regional Mitigation Grant to improve operational resiliency at the Greenwood and Oso Wastewater Treatment Plants; and amending the FY 2025 Capital Budget. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: SECTION 1. Funding in the amount of $15,092,700.00 is accepted by the City of Corpus Christi ("City") from the Texas General Land Office ("GLO"), Community Development Block Grant — Mitigation Program, under the FY 2024 Regional Mitigation Grant to improve operational resiliency at the Greenwood and Oso Wastewater Treatment Plants; and the funds are appropriated into the Water Grants Fund. SECTION 2. The FY 2024-2025 Capital Budget, adopted by Ordinance No. 033468, is amended by increasing revenue and expenditures by $1,041,941.00. SECTION 3. The City Manager, or his designee ("City Manager"), is authorized to execute all documents necessary to accept the funding indicated in Section 1 of this ordinance. SECTION 4. No cash match nor in-kind services are required for this grant. SECTION 5. The City Manager may reject or terminate this grant. Furthermore, the City Manager is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry-over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e) to comply with applicable State or federal laws and regulations; and f)for matters which do not change the essential purpose of the grant. SECTION 6. The Director of Water Systems and Support Services is designated as the City's authorized official to administer this grant. The authorized official is empowered to apply for, accept, reject or terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 7. In the event of the loss or misuse of these GLO grant funds, the City assures that the funds will be returned to the GLO in full. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 LANIj b 00 09 W t a •A��S�ATE OF����• GLO CONTRACT No. 24-065-091-E767 COMMUNITY DEVELOPMENT BLOCK GRANT MITIGATION PROGRAM—REGIONAL MITIGATION PROGRAM PROJECTS NON-RESEARCH&DEVELOPMENT MITIGATION FUNDING The GENERAL LAND OFFICE (the "GLO"), a Texas state agency, and CITY OF CORPUS CHRISTI, Texas Identification Number (TIN) 17460005741 ("Subrecipient"), each a "Party" and collectively the "Parties," enter into this Subrecipient agreement (the "Contract") under the U.S. Department of Housing and Urban Development's Community Development Block Grant Mitigation ("CDBG-MIT") program to provide financial assistance with funds appropriated under the Further Additional Supplemental Appropriations for Disaster Relief Requirements Act, 2018 (Public Law 115-123), enacted on February 9, 2018, for necessary expenses for Activities authorized under Title I of the Housing and Community Development Act of 1974 (42 U.S.C. § 5301 et seq.) related to disaster relief, long-term recovery, restoration of infrastructure and housing, economic revitalization, mitigation, and affirmatively furthering fair housing, in accordance with Executive Order 12892, in the most impacted and distressed areas resulting from major declared disasters that occurred in 2015, 2016, or 2017 pursuant to the Robert T. Stafford Disaster Relief and Emergency Assistance Act(42 U.S.C. § 5121 et seq.). Through CDBG-MIT Federal Award Number B-18-DP-48-0002, awarded January 12, 2021, as may be amended from time to time, the GLO administers grant funds as Community Development Block Grants (Catalog of Federal Domestic Assistance Number 14.228, "Community Development Block Grants/State's program and Non-Entitlement Grants in Hawaii"), as approved by the Texas Land Commissioner and limited to use for facilitating recovery efforts in Presidentially-declared major disaster areas. ARTICLE I-GENERAL PROVISIONS 1.01 SCOPE OF PROJECT AND SUBAWARD (a) Scope of Project The purpose of this Contract is to set forth the terms and conditions of Subrecipient's participation in the CDBG-MIT program. In strict conformance with the terms and conditions of this Contract, Subrecipient shall perform, or cause to be performed, the Activities defined in Attachment A (the "Project"). Subrecipient shall conduct the Project in strict accordance with this Contract, including all Contract Documents listed in Section 1.02, below, and any Amendments, Revisions, or Technical Guidance Letters issued by the GLO. GLO Contract No.24-065-091-E767 Page 1 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 (b) Subaward Subrecipient submitted a Grant Application under the Program. The GLO enters into this Contract based on Subrecipient's approved Grant Application. Subject to the terms and conditions of this Contract and Subrecipient's approved Grant Application, the GLO shall issue a subaward to Subrecipient in an amount not to exceed $15,092,700.00, payable as reimbursement of Subrecipient's allowable expenses, to be used in strict conformance with the terms of this Contract and the Performance Statement, Budget, and Benchmarks in Attachment A. The GLO is not liable to Subrecipient for any costs Subrecipient incurs before the effective date of this Contract or after the expiration or termination of this Contract. The GLO, in its sole discretion, may reimburse Subrecipient for allowable costs incurred before the effective date of this Contract, in accordance with federal law. 1.02 CONTRACT DOCUMENTS This Contract and the following Attachments, attached hereto and incorporated herein in their entirety for all purposes, shall govern this Contract: ATTACHMENT A: Performance Statement, Budget, and Benchmarks ATTACHMENT B: Federal Assurances and Certifications ATTACHMENT C: General Affirmations ATTACHMENT D: Nonexclusive List of Applicable Laws, Rules, and Regulations ATTACHMENT E: Special Conditions ATTACHMENT F: Monthly Activity Status Report ATTACHMENT G: GLO Information Security Appendix ATTACHMENT H: Contract Reporting Template 1.03 GUIDANCE DOCUMENTS Subrecipient is deemed to have read and understood, and shall abide by, all Guidance Documents applicable to the CDBG-MIT program, including, without limitation, the following: (a) 2 C.F.R. Part 200 — Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards; (b) the relevant Federal Register publications; (c) the Action Plan; (d) the Method of Distribution (as applicable); (e) Other guidance posted at: hitps://recovery.texas.gov/action- plans/mitigation/index.html; and GLO Contract No.24-065-091-E767 Page 2 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 (f) Other guidance posted at: hgps://www.hudexchan eg info/. All Guidance Documents identified herein are incorporated herein in their entirety for all purposes. 1.04 DEFINITIONS "Acquisition" means the purchase by Subrecipient of residential real property in a floodplain or Disaster Risk Reduction Area for any public purpose, as further defined in 42 U.S.C. § 5305(a)(1). Subrecipient may acquire property through the property owner's voluntary relinquishment of the property upon Subrecipient's purchase of it or through Subrecipient's eminent domain authority. "Act" means Title I of the Housing and Community Development Act of 1974, as amended (42 U.S.C. § 5301, et seq.). "Action Plan" means the State of Texas CDBG Mitigation (CDBG-MIT) Action Plan, as amended, found at https://recovery.texas.gov/action-plans/mitigation/index.html. "Activi " means a defined class of works or services eligible to be accomplished using CDBG-MIT funds. Activities are specified in Subrecipient's Performance Statement and Budget in Attachment A. "Administrative and Audit Regulations" means all applicable statutes, regulations, and other laws governing administration or audit of this Contract, including Title 2, Part 200, of the Code of Federal Regulations and Chapters 321 and 2155 of the Texas Government Code. "Advance Pam" means any payment issued by the GLO to Subrecipient before Subrecipient disburses awarded funds for Program purposes, as further defined at 2 C.F.R. § 200.1 and 2 C.F.R. § 200.305. "Amendment" means a written agreement, signed by the Parties hereto, that documents alterations to the Contract other than those permitted by Technical Guidance Letters or Revisions, as herein defined. "Application" or"Grant Application" means the information Subrecipient provided to the GLO that is the basis for the award of funding under this Contract. "As-Built Plans" means the revised set of drawings submitted by a contractor upon completion of a project or a particular job that reflects all changes made in the specifications and working drawings during the construction process and show the exact dimensions, geometry, and location of all elements of the work completed under the proj ect. "Attachment" means documents, terms, conditions, or additional information physically added to this Contract following the execution page or included by reference. "Audit Certification Form" means the form, as specified in the GLO Guidance Documents, that Subrecipient will complete and submit to the GLO annually, in accordance with Section 4.01 of this Contract, to identify Subrecipient's fiscal year expenditures. "AUGF" means HUD Form 7015.16,Authority to Use Grant Funds. GLO Contract No.24-065-091-E767 Page 3 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 "Benchmark" means the milestones identified in Attachment A that define actions and Deliverables required to be completed by Subrecipient for release of funding by the GLO throughout the life of the Contract. "Buffet" means the budget for the Activities funded by the Contract, a copy of which is included in Attachment A. `Bum" means an Acquisition of real property in a floodplain or Disaster Risk Reduction Area that Subrecipient makes with the intent to reduce risk of real and personal property damage from future flooding events. Real property purchased under a local Buyout program is subject to post-acquisition land-use restrictions, which require that any structures on the property be demolished or relocated and the land be reverted to a natural floodplain, converted into a retention area, or retained as green space for recreational purposes. "CDBG-MIT" means the Community Development Block Grant Mitigation Program administered by the U.S. Department of Housing and Urban Development, in cooperation with the GLO. "Certificate of Construction Completion" or "COCC" means a document to be executed by Subrecipient, Subrecipient's construction contractor, and Subrecipient's engineer for each construction project that, when fully executed, provides final performance measures for the project and indicates acceptance of the completed project. "C.F.R." means the United States Code of Federal Regulations, the codification of the general and permanent rules and regulations (sometimes called administrative law) published in the Federal Register by the executive departments and agencies of the federal government of the United States. "COG" means Council of Governments, a political subdivision responsible for representing member local governments, mainly cities and counties, seeking to provide cooperative planning, coordination, and technical assistance on issues of mutual concern crossing jurisdictional lines. "Contract" means this entire document; any Attachments, both physical and incorporated by reference; and any Amendments, Revisions, or Technical Guidance Letters the GLO may issue, to be incorporated by reference herein for all purposes as they are issued. "Contract Documents" means the documents listed in Section 1.02. "Contract Period" means the period of time between the effective date of the Contract and its expiration or termination date. "Deliverable" means a work product required to be submitted to the GLO as set forth in the Performance Statement and Benchmarks,which are included in Attachment A. "Disaster Risk Reduction Area" means a clearly delineated area established by Subrecipient in which real property suffered damage from a disaster for which CDBG- MIT funding has been awarded to Subrecipient and in which the safety and well-being of area residents are at risk from future flooding events. "DRGR" means the U.S. Department of Housing and Urban Development's Disaster Recovery and Grant Reporting System. GLO Contract No.24-065-091-E767 Page 4 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 "Environmental Review Record" or "ERR" means the cumulative documentation required for each Activity or project to certify whether or not the Activity or project was found to have significant impacts on the environment and certify that, in order to reach said conclusion, the required environmental review process was completed in accordance with HUD's environmental regulations. "Equipment" means tangible personal property (including information technology systems) having a useful life of more than one year and a per-unit acquisition cost that equals or exceeds the lesser of the capitalization level established by Subrecipient for financial statement purposes or $10,000, as defined at 2 C.F.R. § 200.1. "Event of Default" means the occurrence of any of the events set forth in Section 3.03, herein. "Federal Assurances" means Standard Form 424B (for non-construction projects) or Standard Form 424D (for construction projects), as applicable, in Attachment B, attached hereto and incorporated herein for all purposes. "Federal Certifications" means the document titled "Certification Regarding Lobbying — Compliant with Appendix A to 24 C.F.R. Part 87" and Standard Form LLL, "Disclosure of Lobbying Activities," also in Attachment B, attached hereto and incorporated herein for all purposes. "Federal Register" means the official journal of the federal government of the United States that contains government agency rules, proposed rules, and public notices, including U.S. Department of Housing and Urban Development's Federal Register Notice 84 Fed. Reg. 45838 (August 30, 2019) and any other publication affecting CDBG- MIT allocations funding this Contract. "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. "FWCR" means Final Wage Compliance Report, a report Subrecipient will prepare at the completion of each federally funded project to certify that all workers on the project have been paid contract-specified prevailing wages and that any restitution owed to workers has been paid. "GAAP" means "generally accepted accounting principles." "GASB" means accounting principles as defined by the Governmental Accounting Standards Board. "General Affirmations" means the affirmations in Attachment C, which Subrecipient certifies by signing this Contract. "GLO" means the Texas General Land Office and its officers, employees, and designees, acting in their official capacities. "GLO Implementation Manual" means the manual created by the GLO for subrecipients of CDBG-MIT grant allocations to provide guidance and training on the policies and procedures required so that subrecipients can effectively implement CDBG-MIT programs and timely spend grant funds. GLO Contract No.24-065-091-E767 Page 5 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 "Grant Completion Report" or "GCR" means a report containing an as-built accounting of all Activities completed under the Project and all information required for final acceptance of Deliverables and Contract closeout. "Grant Manager" means the authorized representative of the GLO responsible for the day-to-day management of the Project and the direction of staff and independent contractors in the performance of work relating thereto. "Guidance Documents" means the documents referenced in Section 1.03. "HUD" means the United States Department of Housing and Urban Development. "Implementation Schedule" means the schedule that establishes the Project milestones Subrecipient will utilize to ensure timely expenditures and Project completion. "Infrastructure" means a project involving the creation of, repairs to, or replacement of public-works facilities and systems, including roads, bridges, dams, water and sewer systems, railways, subways, airports, and harbors. The term "Infrastructure" may also include a Planning Study project that relates to or affects Infrastructure facilities or systems. "Intellectual Property" means patents, rights to apply for patents, trademarks, trade names, service marks, domain names, copyrights and all applications and worldwide registration of such, schematics, industrial models, inventions, know-how, trade secrets, computer software programs, other intangible proprietary information, and all federal, state, or international registrations or applications for any of the foregoing. "Low- and Moderate-Income" or "LMI" means a family or individual household whose annual income does not exceed eighty percent (80%) of the median family income or such other income limits as determined by HUD. This definition includes Very-Low-, Low-, and Moderate-Income households. "LMISD" means low-and moderate-income summary data as published by HUD which assists CDBG-MIT grantees in determining whether or not a CDBG-funded activity qualifies as a LMA activity. "Method of Distribution" or "MOD" means a document developed for a specific region that outlines the distribution of CDBG-MIT funding to counties, cities, and local government entities in the region. "MID" means "most impacted and distressed," referencing a geographical area identified by the State of Texas or HUD as an area that sustained significant damage from a major disaster. "Monthly Activity Status Report" means a monthly Project Benchmark status report, as required under Section 4.02, for which a template is included as Attachment F of this Contract. "NTP" means "notice to proceed," a written authorization from the GLO to Subrecipient that allows Subrecipient to commence the work described in the NTP. "Performance Statement" means the statement of work for the Project in Attachment A, which includes specific Benchmarks and Activities, provides specific Project details and location(s), and lists Project beneficiaries. GLO Contract No.24-065-091-E767 Page 6 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 "Planning" means an Activity performed to assist in determining community disaster recovery needs such as urban environmental design, flood control, drainage improvements, surge protection, or other recovery responses. Planning services cannot include engineering design. "Program" means the CDBG-MIT program, administered by HUD and the GLO. "Project" means the work to be performed under this Contract, as described in Section 1.01(a) and Attachment A. "Public Information Act" or"PIA" means Chapter 552 of the Texas Government Code. "Regional Mitigation Program" means the CDBG-MIT program implemented by the GLO under which COGS develop and implement Methods of Distribution allocating CDBG-MIT funds to local entities to reduce future impacts from major disasters in the region, as outlined in the Action Plan. "Revision" means the GLO's written approval of changes to Deliverable due dates, movement of funds among budget categories, and other Contract adjustments the GLO may approve without a formal Amendment. "Start-Up Documentation" means the documents identified in Section 2.8.1 of the GLO Implementation Manual that must be completed and/or submitted to the GLO as specified in Section 4.01, below, before the GLO may reimburse Subrecipient for any invoiced expenses. "Subrecipient" means City of Corpus Christi, a recipient of federal CDBG-MIT funds through the GLO as the pass-through funding agency. "Technical Guidance Letter" or "TGL" means an instruction, clarification, or interpretation of the requirements of this Contract or the CDBG-MIT Program that is issued by the GLO and provided to Subrecipient, applicable to specific subject matters pertaining to this Contract, and to which Subrecipient shall be subject as of a specific date. "Texas Integrated Grant Reporting System" or "TIGR" means the GLO system of record for documenting and reporting the use of grant funding. "U.S.C." means the United States Code. 1.05 INTERPRETIVE PROVISIONS (a) The meaning of a defined term applies to its singular and plural forms. (b) The words "hereof," "herein," "hereunder," and similar words refer to this Contract as a whole and not to any particular provision, section, Attachment, or schedule of this Contract unless otherwise specified. (c) The term "including" means "including, without limitation." (d) Unless otherwise expressly provided, a reference to a contract includes subsequent amendments and other modifications thereto that were executed according to the contract's terms and a reference to a statute, regulation, ordinance, or other law includes subsequent amendments, renumbering, recodification, and other modifications thereto made by the enacting authority. GLO Contract No.24-065-091-E767 Page 7 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 (e) The captions and headings of this Contract are for convenience of reference only and shall not affect the interpretation of this Contract. (f) The limitations, regulations, and policies contained herein are cumulative and each must be performed in accordance with its terms without regard to other limitations, regulations, and policies affecting the same matter. (g) Unless otherwise expressly provided, reference to any GLO action by way of consent, approval, or waiver is deemed modified by the phrase "in its sole discretion." Notwithstanding the preceding, the GLO shall not unreasonably withhold or delay any consent, approval, or waiver required or requested of it. (h) All due dates and/or deadlines referenced in this Contract that occur on a weekend or holiday shall be considered as if occurring on the next business day. (i) All time periods in this Contract shall commence on the day after the date on which the applicable event occurred, report is submitted, or request is received. (j) Time is of the essence in this Contract. (k) In the event of conflicts or inconsistencies between this Contract, its Attachments, federal and state requirements, and any documents incorporated herein by reference, such conflicts or inconsistencies shall be resolved by reference to the documents in the following order of priority: all applicable laws, rules, and regulations, including, but not limited to, those included in Attachment D; the Contract; Attachment A; Attachment E; Attachment B; Attachment C; Attachment F; Attachment G; Attachment H; applicable Guidance Documents; and the GLO Implementation Manual. Conflicts or inconsistencies between GLO Implementation Manual and this Contract; any laws, rules, or regulations; or any of the Guidance Documents should be reported to the GLO for clarification of the GLO Implementation Manual. ARTICLE 11—REIMBURSEMENT,ADVANCE PAYMENT,AND INCOME 2.01 REIMBURSEMENT REQUESTS Each invoice submitted by Subrecipient shall be supported by actual receipts, cancelled checks, and/or such other documentation that, in the judgment of the GLO, allows for full substantiation of the costs incurred. Requests for payment must be submitted via the GLO's Texas Integrated Grant Reporting (TIGR) system of record or as otherwise specified in a Technical Guidance Letter issued under this Contract. Subrecipient will be paid in accordance with the Contract Budget and the Benchmarks described in Attachment A. Failure by Subrecipient to perform any action or submit any Deliverable as described in Attachment A could result in the GLO placing a hold on further Subrecipient draws, conducting an official monitoring risk assessment, or requiring repayment, in part or in full, by Subrecipient of drawn funds in addition to other remedies provided to the GLO under this Contract. A draw request for an Advance Payment must be supported with documentation clearly demonstrating that the Advance Payment is required by Subrecipient in order for Subrecipient to continue carrying out the purpose of the Project. GLO Contract No.24-065-091-E767 Page 8 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 2.02 TIMELY EXPENDITURES In accordance with the Federal Register and to ensure timely expenditure of grant funds, Subrecipient shall submit reimbursement requests under this Contract, at a minimum, quarterly. THE GLO MUST RECEIVE A REIMBURSEMENT REQUEST FOR AN INCURRED EXPENSE NOT LATER THAN ONE HUNDRED TWENTY (120) DAYS FROM THE DATE SUBRECIPIENT OR ANY OF ITS SUBCONTRACTORS INCUR THE EXPENSE. THE GLO MAY, IN ITS SOLE DISCRETION, DENY REIMBURSEMENT REQUESTS THAT DO NOT MEET THIS REQUIREMENT, ISSUE DELINQUENCY NOTICES, WITHHOLD CAPACITY POINTS ON FUTURE FUNDING COMPETITIONS, IMPOSE A MONITORING REVIEW OF SUBRECIPIENT'S ACTIVITIES,OR IMPLEMENT OTHER CORRECTIVE ACTIONS. Unless otherwise instructed in this Section, Subrecipient shall submit final reimbursement requests to the GLO prior to Contract expiration or within thirty (30) days after the date of Contract termination. The GLO, in its sole discretion, may deny payment and de-obligate remaining funds from the Contract upon expiration or termination of the Contract. The GLO's ability to de-obligate funds under this Section 2.02 notwithstanding, the GLO shall pay all eligible reimbursement requests that are timely submitted. 2.03 PROGRAM INCOME In accordance with 24 C.F.R. § 570.489(e), Subrecipient shall maintain records of the receipt and accrual of all program income, as "program income" is defined in that section. Subrecipient shall report program income to the GLO in accordance with Article IV of this Contract. Subrecipient shall return all program income to the GLO at least quarterly unless otherwise authorized by the GLO in writing. Any GLO-authorized use of Program Income by Subrecipient shall be subject to GLO, HUD, and statutory restrictions and requirements. ARTICLE III-DURATION,EXTENSION,AND TERMINATION OF CONTRACT 3.01 DURATION OF CONTRACT AND EXTENSION OF TERM This Contract shall become effective on the date on which it is signed by the last Party and shall terminate on January 31, 2028, or upon the completion of all Benchmarks listed in Attachment A and required closeout procedures, whichever occurs first. Subrecipient must meet all Proiect Benchmarks identified in Attachment A. Subrecipient's failure to meet any Benchmark may result in suspension of payment or termination under Sections 3.02,3.03,or 3.04,below. Upon receipt of a written request and acceptable justification from Subrecipient, the GLO, at its discretion, may agree to amend this Contract to extend the Contract Period two (2) times for a period of up to one (1) year each. ANY REQUEST FOR EXTENSION MUST BE RECEIVED BY THE GLO AT LEAST SIXTY (60) DAYS BEFORE THE ORIGINAL TERMINATION DATE OF THIS CONTRACT AND,IF APPROVED,SUCH EXTENSION SHALL BE DOCUMENTED IN A WRITTEN AMENDMENT. GLO Contract No.24-065-091-E767 Page 9 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 3.02 EARLY TERMINATION The GLO may terminate this Contract by giving written notice specifying a termination date at least thirty (30) days after the date of the notice. Upon receipt of such notice, Subrecipient shall cease work, terminate any subcontracts, and incur no further expense related to this Contract_ Such early termination shall be subject to the equitable settlement of the respective interests of the Parties, accrued up to the date of termination. 3.03 EVENTS OF DEFAULT Each of the following events shall constitute an Event of Default under this Contract: (a) Subrecipient fails to comply with any term, covenant, or provision contained in this Contract; (b) Subrecipient makes a general assignment for the benefit of creditors or takes any similar action for the protection or benefit of creditors; or (c) Subrecipient makes a materially incorrect representation or warranty in a Performance Statement, a reimbursement request for payment, or any report submitted to the GLO under the Contract. Prior to a determination of an Event of Default, the GLO shall allow a thirty (30) day period to cure any deficiency or potential cause of an Event of Default. The GLO may extend the time allowed to cure any deficiency or potential cause of an Event of Default. The GLO shall not arbitrarily withhold approval of an extension of the time allowed to cure a deficiency or potential cause of an Event of Default. In no event shall the amount of time allowed to cure a deficiency or potential cause of an Event of Default extend beyond the Contract Period. 3.04 REMEDIES;NO WAIVER Upon the occurrence of any Event of Default, the GLO may avail itself of any equitable or legal remedy available to it, including without limitation, withholding payment, disallowing all or part of noncompliant Activities, or suspending or terminating the Contract. The Parties' rights or remedies under this Contract are not intended to be exclusive of any other right or remedy, and each and every right and remedy shall be cumulative and in addition to any other right or remedy given under this Contract, or hereafter legally existing, upon the occurrence of an Event of Default. The GLO's failure to insist upon the strict observance or performance of any of the provisions of this Contract or to exercise any right or remedy provided in this Contract shall not impair, waive, or relinquish any such right or remedy with respect to another Event of Default. 3.05 REVERSION OF ASSETS Upon expiration or termination of the Contract and subject to this Article: (a) If applicable, Subrecipient shall transfer to the GLO any CDBG-MIT funds Subrecipient has in its possession at the time of expiration or termination that are not attributable to work performed on the Project and any accounts receivable attributable to the use of CDBG-MIT funds awarded under this Contract; and (b) If applicable, real property under Subrecipient's control that was acquired or improved, in whole or in part, with funds in excess of$25,000 under this Contract shall be used to meet one of the CDBG-MIT National Objectives pursuant to 24 GLO Contract No.24-065-091-E767 Page 10 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 C.F.R. § 570.208, as identified in the Action Plan, until five (5) years after the expiration of this Contract or such longer period of time as the GLO deems appropriate. If Subrecipient fails to use the CDBG-MIT funded real property in a manner that meets a CDBG-MIT National Objective for the prescribed period of time, Subrecipient shall pay the GLO an amount equal to the current fair market value of the property less any portion of the value attributable to expenditures of non-CDBG-MIT funds for acquisition of, or improvement to, the property. Subrecipient may retain real property acquired or improved under this Contract after the expiration of the five-year period or such longer period of time as the GLO deems appropriate. ARTICLE IV-CONTRACT ADMINISTRATION 4.01 SUBMISSIONS—GENERALLY Except for legal notices that must be sent by specific instructions pursuant to Section 8.12 of the Contract, any report, form, document, or request required to be submitted to the GLO under this Contract shall be sent in the format prescribed by the GLO. If Subrecipient fails to submit to the GLO any required Program documentation in a timely and satisfactory manner as required under this Contract, the GLO, in its sole discretion, may issue a delinquency notification and withhold any payments, pending Subrecipient's correction of the deficiency. (a) Start-Up Documentation Not later than the close of business sixty (60) calendar days after the effective date of this Contract, Subrecipient must submit its Start-Up Documentation to the GLO. (b) Audit Certification Form Not later than the close of business sixty (60) calendar days after the end of Subrecipient's fiscal year for each year during the Contract term, Subrecipient must submit a completed Audit Certification Form to the GLO. (c) Other Forms In conformance with required state and federal laws applicable to the Contract: (i) Subrecipient certifies, by the execution of this Contract, all applicable statements in Attachment C, General Affirmations; (ii) Subrecipient must execute Standard Form 424D, Federal Assurances for Construction Programs, found at Page 1 of Attachment B; (iii) Subrecipient must execute the "Certification Regarding Lobbying Compliant with Appendix A to 24 C.F.R. Part 87," found at Page 3 of Attachment B; and (iv) If any funds granted under this Contract have been used for lobbying purposes, Subrecipient must complete and execute Standard Form LLL, "Disclosure of Lobbying Activities," found at Page 4 of Attachment B. GLO Contract No.24-065-091-E767 Page 11 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 4.02 MONTHLY ACTIVITY STATUS REPORTS Subrecipient must provide monthly Activity status reporting, in the format prescribed in Attachment F (Monthly Activity Status Report) or as otherwise instructed by the GLO Grant Manager, for each individual Activity identified in Attachment A. The Monthly Activity Status Report is due on the fifth day of the month following the month in which the reported Activities were performed for the duration of the Contract. Subrecipient shall submit the Monthly Activity Status Reports to the GLO through the TIGR system as prescribed in Attachment F or as specified by the GLO Grant Manager. 4.03 HUD CONTRACT REPORTING REQUIREMENT HUD requires the GLO to maintain a public website that accounts for the use and administration of all GLO-administered CDBG-MIT grant funds. To assist the GLO in meeting this requirement, Subrecipient must prepare and submit monthly to the GLO a written summary of all contracts procured by Subrecipient using grant funds awarded under this Contract. Subrecipient shall only report contracts as defined in 2 C.F.R. § 200.1. Subrecipient must use the template in Attachment H to prepare the monthly reports. On or before the fifth day of each month during the Contract Period, reports summarizing required information for the preceding month shall be submitted through the TIGR system as prescribed in Attachment H or as specified by the GLO Grant Manager. Additional information about this reporting requirement is available in published HUD guidance and Federal Register publications governing the CDBG-MIT funding allocation. 4.04 SECTION 3 REPORTING REQUIREMENTS In accordance with 24 C.F.R. § 75.25, Subrecipient is required to submit to the GLO quarterly reports documenting actions taken to comply with the employment, training, and contracting requirements of Section 3 of the Housing and Urban Development Act of 1968, as amended (12 U.S.C. § 1701u), the results of such actions taken, and impediments encountered (if any) to such actions. Subrecipient should maintain records of job vacancies, solicitations of bids or proposals, selection materials and contracting documents (including scopes of work and contract amounts), in accordance with procurement laws and regulations. Records should demonstrate Subrecipient's efforts to achieve the Section 3 numerical goals. Section 3 quarterly reports are due on the 10t' of the month following the quarter's close. The schedule is as follows: Quarter 1 (Sept-Nov): Due December loth Quarter 2 (Dec-Feb): Due March loth Quarter 3 (Mar-May): Due June loth Quarter 4 (Jun-Aug): Due September loth Subrecipient is also required to submit an annual report, due on September 30 of each year during the Contract Period. Forms for the Section 3 quarterly and annual reports may be found at s3-section-3-quarterly-report.xlsx (live.com) and s7-section-3-annual- summary-report.xlsx (live.com). Subrecipient must submit completed forms to the GLO through the TIGR system, as instructed by the GLO Grant Manager. GLO Contract No.24-065-091-E767 Page 12 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 If Subrecipient conducts no hiring or contracting efforts during a quarter, Subrecipient must report zeros in the quarterly report fields for such and add a note in the "other efforts, see remarks below" field that states that fact. Subrecipient is not required to develop and implement a Section 3 Plan and assign a Section 3 Coordinator,but these actions are considered best practices. ARTICLE V-FEDERAL AND STATE FUNDING,RECAPTURE OF FUNDS,AND OVERPAYMENT 5.01 FEDERAL FUNDING (a) Funding for this Contract is appropriated by the Congress of the United States under the act(s) listed in the table below and allocated to the State of Texas by HUD in accordance with Executive Order 12892, to fund disaster relief and recovery efforts in presidentially declared major disaster areas, as defined in Title IV of the Robert T. Stafford Disaster Relief and Emergency Assistance Act (42 U.S.C. § 5121 et seq.). Federal Award Congressional Act Identification Number(FAIN) Further Additional Supplemental Appropriations for Disaster Relief Requirements Act,2018 (Public Law 115-123),enacted February 9,2018,for necessary expenses for activities authorized under title I of the Housing and Community Development Act of 1974(42 U.S.C. 5301 et seq.)related to B-18-DP-48-0002 disaster relief, long-term recovery,restoration of infrastructure and housing,economic revitalization, and mitigation in the most impacted and distressed areas resulting from a major declared disaster that occurred in 2015,2016,or 2017 The fulfillment of this Contract is based on those funds being made available under Catalog of Federal Domestic Assistance (CFDA)No. 14.228 to the GLO as the lead administrative state agency. All expenditures under this Contract must be made in accordance with this Contract, the rules and regulations promulgated under the CDBG-MIT Program, and any other applicable laws. Further, Subrecipient acknowledges that all funds are subject to recapture and repayment for noncompliance. (b) Subrecipient must have an assigned Unique Entity Identifier (UEID). Subrecipient must report its UEID to the GLO for use in various reporting documents. A UEID may be obtained by visiting the System for Award Management website at https://www.sam.gov. Subrecipient is responsible for renewing its registration with the System for Award Management annually and maintaining an active registration status throughout the Contract Period. 5.02 STATE FUNDING (a) This Contract shall not be construed as creating any debt on behalf of the State of Texas or the GLO in violation of Article III, Section 49, of the Texas GLO Contract No.24-065-091-E767 Page 13 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Constitution. The GLO's obligations hereunder are subject to the availability of state funds. If adequate funds are not appropriated or become unavailable, the GLO may terminate this Contract. In that event, the Parties shall be discharged from further obligations, subject to the equitable settlement of their interests accrued up to the date of termination. (b) Any claim by Subrecipient for damages under this Contract may not exceed the amount of payment due and owing Subrecipient or the amount of funds appropriated for payment but not yet paid to Subrecipient under this Contract. Nothing in this provision shall be construed as a waiver of the GLO's sovereign immunity. 5.03 RECAPTURE OF FUNDS Subrecipient shall conduct, in a satisfactory manner as determined by the GLO, the Activities as set forth in the Contract. The discretionary right of the GLO to terminate for convenience under Section 3.02 notwithstanding, the GLO may terminate the Contract and recapture, and be reimbursed by Subrecipient for, any payments made by the GLO (a) that exceed the maximum allowable HUD rate; (b) that are not allowed under applicable laws, rules, and regulations; or (c) that are otherwise inconsistent with this Contract, including any unapproved expenditures. This recapture provision applies to any funds expended for the Proiect or any Activity that does not meet a CDBG-MIT Program National Obiective as specified in the Performance Statement in Attachment A or that is not otherwise eligible under CDBG-MIT regulations. 5.04 OVERPAYMENT AND DISALLOWED COSTS Subrecipient shall be liable to the GLO for any costs disallowed pursuant to financial and/or compliance audit(s) of funds Subrecipient received under this Contract. Subrecipient shall reimburse the GLO for such disallowed costs from funds that were not provided or otherwise made available to Subrecipient under this Contract. Subrecipient must refund disallowed costs and overpayments of funds received under this Contract to the GLO within 30 days after the GLO issues notice of overpayment to Subrecipient. 5.05 FINAL BENCHMARK (a) Construction Activities To ensure full performance of each construction Activity and the Project, the GLO will set aside an amount equal to five percent (5%) of Subrecipient's construction budget per Activity until completion and acceptance by the GLO of all actions and Deliverables for the Activity, as identified in Attachment A. The GLO shall make the final disbursement to Subrecipient only upon the GLO's receipt and acceptance of the Deliverables identified in Attachment A as required for the completion of construction phase. If Subrecipient has multiple construction subcontracts, an amount equal to five percent (5%) of Subrecipient's construction budget per construction subcontract shall be withheld by the GLO until completion and acceptance by the GLO of all actions and Deliverables identified in Attachment A for the particular project. GLO Contract No.24-065-091-E767 Page 14 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Separate Deliverables are required per construction subcontract, and associated costs are pro-rated in accordance with budget details in the final GLO-approved Application. If a project includes more than one Environmental Review Record, associated costs are pro-rated in accordance with budget details in the final GLO- approved Application. (b) Project Delivery— Grant Administration To ensure full performance of this Contract, the GLO will set aside an amount equal to five percent (5%) of Subrecipient's project delivery — grant administration budget until completion and acceptance by the GLO of all actions and Deliverables identified in Attachment A. ARTICLE VI-INTELLECTUAL PROPERTY 6.01 OWNERSHIP AND USE (a) The Parties shall jointly own all right, title, and interest in and to all reports, drafts of reports, or other material, data, drawings, computer programs and codes associated with this Contract, and/or any copyright or other intellectual property rights, and any material or information developed and/or required to be delivered under this Contract, with each Party having the right to use, reproduce, or publish any or all of such information and other materials without obtaining permission from the other Party, subject to any other restrictions on publication outlined in this Contract, and without expense or charge. (b) Subrecipient grants the GLO and HUD a royalty-free, non-exclusive, and irrevocable license to reproduce, publish, or otherwise use, and to authorize others to use, for U.S. Government purposes, all reports, drafts of reports, or other material, data, drawings, computer programs, and codes associated with this Contract, and/or any copyright or other intellectual property rights, and any material or information developed and/or required to be delivered under this Contract. 6.02 NON-ENDORSEMENT BY STATE AND THE UNITED STATES Subrecipient shall not publicize or otherwise circulate promotional material (such as advertisements, sales brochures, press releases, speeches, still or motion pictures, articles, manuscripts, or other publications) that states or implies the GLO, the State of Texas, U.S. Government, or any government employee, endorses a product, service, or position Subrecipient represents. Subrecipient may not release information relating to this Contract or state or imply that the GLO, the State of Texas, or the U.S. Government approves of Subrecipient's work products or considers Subrecipient's work product to be superior to other products or services. 6.03 DISCLAIMER REQUIRED On all public information releases issued pursuant to this Contract, Subrecipient shall include a disclaimer stating that the funds for this Project are provided by Subrecipient and the Texas General Land Office through HUD's CDBG-MIT Program. GLO Contract No.24-065-091-E767 Page 15 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 ARTICLE VII-RECORDS,AUDIT,AND RETENTION 7.01 BOOKS AND RECORDS Subrecipient shall keep and maintain under GAAP or GASB, as applicable, full, true, and complete records necessary for fully disclosing to the GLO, the Texas State Auditor's Office, the United States Government, and/or their authorized representatives sufficient information to determine Subrecipient's compliance with this Contract and all applicable laws, statutes, rules, and regulations, including the applicable laws and regulations provided in Attachment D and Attachment E. 7.02 INSPECTION AND AUDIT (a) All records related to this Contract, including records of Subrecipient and its subcontractors, shall be subject to the Administrative and Audit Regulations. Accordingly, such records and work product shall be subject, at any time, to inspection, examination, audit, and copying at Subrecipient's primary location or any location where such records and work product may be found, with or without notice from the GLO or other government entity with necessary legal authority. Subrecipient shall cooperate fully with any federal or state entity in the conduct of inspection, examination, audit, and copying, including providing all information requested. Subrecipient will ensure that this clause concerning federal and state entities' authority to inspect, examine, audit, and copy records and work product, and the requirement to fully cooperate with the federal and state entities, is included in any subcontract it awards. (b) 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. 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. The Office of the Comptroller General of the United States, the Government Accountability Office, the Office of Inspector General, or any authorized representative of the U.S. Government shall also have this right of inspection. Subrecipient shall ensure that this clause concerning the authority to audit funds received indirectly by subcontractors through Subrecipient and the requirement to cooperate is included in any subcontract it awards. (c) Subrecipient will be deemed to have read and know of all applicable federal, state, and local laws, regulations, and rules pertaining to the Project, including those identified in Attachment D, governing audit requirements. (d) At any time, the GLO may perform, or instruct a for-profit Subrecipient to perform, an annual Program-specific, fiscal, special, or targeted audit of any aspect of Subrecipient's operation. Subrecipient shall maintain financial and other GLO Contract No.24-065-091-E767 Page 16 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 records prescribed by the GLO or by applicable federal or state laws, rules, and regulations. 7.03 PERIOD OF RETENTION In accordance with federal regulations, all records relevant to this Contract shall be retained for a period of three (3) years subsequent to the final closeout of the overall State of Texas CDBG-MIT grant, in accordance with federal regulations. The GLO will notify all Program participants of the date upon which local records may be destroyed. ARTICLE VIII-MISCELLANEOUS PROVISIONS 8.01 LEGAL OBLIGATIONS For the duration of this Contract, Subrecipient shall procure and maintain any license, authorization, insurance, waiver, permit, qualification, or certification required by federal, state, county, or city statute, ordinance, law, or regulation to be held by Subrecipient to provide the goods or services required by this Contract. Subrecipient shall pay all costs associated with all taxes, assessments, fees,premiums, permits, and licenses required by law. Subrecipient shall pay any such government obligations not paid by its subcontractors during performance of this Contract. Subrecipient shall maintain copies of such licenses and permits as a part of its local records in accordance with Section 7.01 of this Contract or as otherwise specifically directed by the GLO. Subrecipient shall provide Monthly Activity Status Reports via the GLO system of record in accordance with Section 4.02 of this Contract. 8.02 INDEMNITY As required under the Constitution and laws of the State of Texas, each Party understands that it is solely liable for any liability resulting from its acts or omissions. No act or omission of a Party shall be imputed to the other Party. Neither Party shall indemnify or defend the other Party. 8.03 INSURANCE AND BOND REQUIREMENTS (a) Unless Subrecipient is authorized by Chapter 2259 of the Texas Government Code to self-insure, Subrecipient shall carry insurance for the duration of this Contract in types and amounts necessary and appropriate for the Project. (b) Subrecipient shall require all contractors, subcontractors, vendors, service providers, or any other person or entity performing work described in Attachment A to carry insurance for the duration of the Project in the types and amounts customarily carried by a person or entity providing such goods or services. Subrecipient shall require any person or entity required to obtain insurance under this section to complete and file the declaration pages from the insurance policies with Subrecipient whenever a previously identified policy period expires during the term of Subrecipient's contract with the person or entity, as proof of continuing coverage. Subrecipient's contract with any such person or entity shall clearly state that acceptance of the insurance policy declaration pages by Subrecipient shall not relieve or decrease the liability of the person or entity. GLO Contract No.24-065-091-E767 Page 17 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Persons or entities shall be required to update all expired policies before Subrecipient's acceptance of an invoice for monthly payment from such parties. (c) Subrecipient shall require performance and payment bonds to the extent they are required under Chapter 2253 of the Texas Government Code. (d) Subrecipient shall require any person or entity performing work on any construction Activity under the Contract to complete form SF-424D, entitled "Assurances — Construction Programs," and Subrecipient shall maintain such documentation. 8.04 ASSIGNMENT AND SUBCONTRACTS Subrecipient must not assign, transfer, or delegate any rights, obligations, or duties under this Contract without the GLO's prior written consent. Any attempted assignment, transfer, or delegation in violation of this provision is void and without effect. Notwithstanding this provision, it is mutually understood and agreed that Subrecipient may subcontract with others for some or all of the services to be performed under this Contract. In any approved subcontracts, Subrecipient must legally bind the subcontractor to perform and make such subcontractor subject to all the duties, requirements, and obligations of Subrecipient as specified in this Contract. Nothing in this Contract shall be construed to relieve Subrecipient of the responsibility for ensuring that the goods delivered and/or the services rendered by Subrecipient and/or any of its subcontractors comply with all the terms and provisions of this Contract. For subcontracts to which Federal Labor Standards requirements apply, Subrecipient shall submit to the GLO all documentation required to ensure compliance. Subrecipient shall retain five percent (5%) of the payment due under each of Subrecipient's construction or rehabilitation subcontracts until the GLO determines that the Federal Labor Standards requirements applicable to each such subcontract have been satisfied. 8.05 PROCUREMENT Subrecipient must comply with the procurement procedures stated at 2 C.F.R. §§ 200.318 through 200.327 and all other applicable federal, state, and local procurement procedures and laws, regulations, and rules. Failure to comply with 2 C.F.R. §§ 200.318 through 200.327 and all other applicable federal, state, and local procurement procedures and laws, regulations, and rules could result in recapture of funds. Subrecipient must confirm that its vendors and subcontractors are not debarred from receiving state or federal funds at each of the following web addresses: (a) the Texas Comptroller's Vendor Performance Program at https://comptroller.texas.gov/purchasing/; and (b) the U.S. General Services Administration's System for Award Management at hLtps://www.sam.gov/. GLO Contract No.24-065-091-E767 Page 18 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 8.06 CHILD SUPPORT OBLIGATION Subrecipient represents and warrants that it will include the following clause in the award and contract documents for every subaward and subcontract and will require subawardees and subcontractors to certify accordingly: "Under Section 231.006 of the Texas Family Code, the vendor or applicant certifies that the individual or business entity named in this contract, bid, or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this contract may be terminated and payment may be withheld if this certification is inaccurate. A bid or an application for a contract, grant, or loan paid from state funds must include the name and social security number of the individual or sole proprietor and each partner, shareholder, or owner with an ownership interest of at least 25 percent of the business entity submitting the bid or application." 8.07 SUBAWARD AND SUBCONTRACT MONITORING Subrecipient represents and warrants that it will monitor the activities of any subawardee 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. Subrecipient represents and warrants that it will monitor the activities of any subcontractor as necessary to ensure that subcontract funds are used for authorized purposes, in compliance with applicable statutes, regulations, and the terms and conditions of the subcontract, and that subcontract performance goals are achieved. 8.08 EQUIPMENT AND COMPUTER SOFTWARE Any purchase of Equipment or computer software made pursuant to this Contract shall be made in accordance with all applicable laws, regulations, and rules, including those defined in 2 C.F.R. § 200.313. In accordance with 24 C.F.R. § 570.502(a), if Equipment is acquired, in whole or in part, with funds under this Contract and is then sold, the proceeds shall be considered program income, as defined in Section 2.03 above. Equipment not needed by Subrecipient for Activities under this Contract shall be (a) transferred to the GLO for the CDBG-MIT Program or (b) retained by Subrecipient after compensating the GLO an amount equal to the current fair market value of the Equipment less the percentage of non-CDBG-MIT funds used to acquire the Equipment. 8.09 COMMUNICATION WITH THIRD PARTIES The GLO and the authorities named in Article VII, above, may initiate communications with any subcontractor of Subrecipient, and may request access to any books, documents, personnel, papers, and records of a subcontractor which are pertinent to this Contract. Such communications may be required to conduct audits, examinations, Davis-Bacon Labor Standards interviews, and gather additional information as provided in Article VII herein. GLO Contract No.24-065-091-E767 Page 19 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 8.10 RELATIONSHIP OF THE PARTIES Subrecipient is associated with the GLO only for the purposes and to the extent specified in this Contract. Subrecipient is and shall be an independent contractor and, subject only to the terms of this Contract, shall have the sole right to supervise, manage, operate, control, and direct performance of the details incident to its duties under this Contract. Nothing contained in this Contract creates a partnership or joint venture, an employer- employee or principal-agent relationship, or any liability whatsoever with respect to the indebtedness, liabilities, or obligations of Subrecipient or any other party. Subrecipient shall be solely responsible for, and the GLO shall have no obligation with respect to, the following: the withholding of income taxes, FICA, or any other taxes or fees; industrial or workers' compensation insurance coverage; participation in any group insurance plans available to employees of the State of Texas;participation or contributions by the State of Texas to the State Employees Retirement System; accumulation of vacation leave or sick leave; or unemployment compensation coverage provided by the State of Texas. 8.11 COMPLIANCE WITH OTHER LAWS hi the performance of this Contract, Subrecipient must comply, and must ensure the compliance of its subawardees and contracts, with all applicable federal, state, and local laws, statutes, ordinances, and regulations, including those listed in Attachments B, C, D, and E, and policies in effect or hereafter established. Subrecipient is deemed to know of and understand all applicable laws, statutes, ordinances, and regulations affecting its performance under this Contract. In addition, Subrecipient represents and warrants that it will comply with all requirements imposed by the awarding agency concerning special requirements of law, program requirements, and other administrative requirements. In instances where multiple requirements apply to Subrecipient, the more restrictive requirement applies. 8.12 NOTICES Any notices required under this Contract shall be deemed delivered when deposited either in the United States mail (certified, postage paid, return receipt requested) or with a common carrier(overnight, signature required)to the appropriate address below. GLO Texas General Land Office 1700 North Congress Avenue, 71h Floor Austin, Texas 78701 Attention: Contract Management Department Subrecipient City of Corpus Christi 1201 Leopard Street Corpus Christi, Texas 78401 Attention: Paulette Guajardo Notice given in any other manner shall be deemed effective only if and when received by the Party to be notified. Either Party may change its address for notice by written notice to the other Party sent in accordance with this section. GLO Contract No.24-065-091-E767 Page 20 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 8.13 GOVERNING LAW AND VENUE This Contract and the rights and obligations of the Parties hereto shall be governed by, and construed according to, the laws of the State of Texas, exclusive of conflicts of law provisions. Venue of any suit brought under this Contract shall be in a court of competent jurisdiction in Travis County, Texas. Subrecipient irrevocably waives any objection, including any objection to personal jurisdiction or the laying of venue or based on the grounds of forum non conveniens, that it may now or hereafter have to the bringing of any action or proceeding in such jurisdiction with respect to this Contract or any related document. NOTHING IN THIS CONTRACT SHALL BE CONSTRUED AS A WAIVER OF SOVEREIGN IMMUNITY BY THE GLO. 8.14 SEVERABILITY If a court of competent jurisdiction determines any provision of this Contract is invalid, void, or unenforceable, the remaining terms, provisions, covenants, and conditions of this Contract shall remain in full force and effect and shall in no way be affected, impaired, or invalidated. 8.15 DISPUTE RESOLUTION Except as otherwise provided by statute, rule or regulation, Subrecipient shall use the dispute resolution process established in Chapter 2260 of the Texas Government Code and related rules to attempt to resolve any dispute under this Contract, including a claim for breach of contract by the GLO, that the Parties cannot resolve in the ordinary course of business. Neither the occurrence of an event giving rise to a breach of contract claim nor the pendency of such a claim constitutes grounds for Subrecipient to suspend performance of this Contract. Notwithstanding this provision, the GLO reserves all legal and equitable rights and remedies available to it. NOTHING IN THIS SECTION SHALL BE CONSTRUED AS A WAIVER OF THE GLO'S SOVEREIGN IMMUNITY. 8.16 CONFIDENTIALITY To the extent permitted by law, Subrecipient and the GLO shall keep all information, in whatever form produced, prepared, observed, or received by Subrecipient or the GLO, confidential to the extent that such information is: (a) confidential by law; (b) marked or designated "confidential" (or words to that effect) by Subrecipient or the GLO; or (c) information that Subrecipient or the GLO is otherwise required to keep confidential by this Contract. Subrecipient must not make any communications or announcements relating to this Contract through press releases, social media, or other public relations efforts without the prior written consent of the GLO. 8.17 PUBLIC RECORDS The GLO shall post this Contract to the GLO's website. Subrecipient understands that the GLO will comply with the Texas Public Information Act (Texas Government Code Chapter 552, the "PIA"), as interpreted by judicial rulings and opinions of the Attorney General of the State of Texas (the "Attorney General"). Information, documentation, and other material in connection with this Contract may be subject to public disclosure pursuant to the PIA. Subrecipient is required to make any information created or GLO Contract No.24-065-091-E767 Page 21 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 exchanged with the GLO or the State of Texas pursuant to the Contract, and not otherwise excepted from disclosure under the PIA, available to the GLO in portable document file (".pdf') format or any other format agreed upon between the Parties that is accessible by the public at no additional charge to the GLO or the State of Texas. By failing to mark any information that Subrecipient believes to be excepted from disclosure as "confidential" or a "trade secret," Subrecipient waives any and all claims it may make against the GLO for releasing such information without prior notice to Subrecipient. The Attorney General will ultimately determine whether any information may be withheld from release under the PIA. Subrecipient shall notify the GLO's Office of General Counsel within twenty-four (24) hours of receipt of any third-party written requests for information and forward a copy of said written requests to PIALegalkglo.texas.gov. If a request for information was not written, Subrecipient shall forward the third party's contact information to the above-designated e-mail address. 8.18 AMENDMENTS TO THE CONTRACT Amendments to decrease or increase the subaward, to add or delete an Activity as allowed by the Guidance Documents, to extend the term of the Contract, and/or to make other substantial changes to the Contract may be made only by written agreement of the Parties under the formal Amendment process outlined below, except that, upon completion of the Project, the GLO shall formally close out the Project by issuing a closeout letter pursuant to Section 8.23. The formal Amendment process requires official request documentation from Subrecipient detailing all provisions to be amended and supporting documentation as required. The GLO Grant Manager will confirm and review the request and, as appropriate, submit the proposed amended language or amount to the GLO's Contract Management Department for the preparation of a formal Amendment and circulation for necessary GLO and Subrecipient signatures. In the sole discretion of the GLO and in conformance with federal law, the GLO may approve other adjustments required by the GLO during Project performance through a Revision or Technical Guidance Letter unilaterally issued by the GLO and acknowledged by Subrecipient. Such GLO approvals must be in writing and may be delivered b mail or electronic mail. 8.19 ENTIRE CONTRACT AND MODIFICATIONS This Contract, its Attachments, and any Amendment(s), Technical Guidance Letter(s), and/or Revision(s) issued in conjunction with this Contract, if any, constitute the entire agreement of the Parties and are intended as a complete and exclusive statement of the promises, representations, negotiations, discussions, and other agreements made in connection with the subject matter hereof. Any additional or conflicting terms in issued Attachments, Technical Guidance Letters, and/or Revisions shall be harmonized with this Contract to the extent possible. Unless an Attachment, Technical Guidance Letter, or Revision specifically displays a mutual intent to amend a particular part of this Contract, general conflicts in language shall be construed consistently with the Contract. GLO Contract No.24-065-091-E767 Page 22 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 8.20 PROPER AUTHORITY Each Party hereto represents and warrants that the person executing this Contract on its behalf has full power and authority to legally bind its respective entity. If applicable, a resolution, motion, or similar action has been duly adopted or passed as an official act of Subrecipient's governing body, authorizing the filing of the grant Application, 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 Application and to provide such additional information as may be required. 8.21 COUNTERPARTS This Contract may be executed in any number of counterparts, each of which shall be an original, and all such counterparts shall together constitute but one and the same Contract. 8.22 SURVIVAL The provisions of Articles V,VI,and VII and Sections 1.01, 1.03,3.02,3.04,3.05, 8.02, 8.03,8.09,8.10,8.11,8.12,8.13,8.15,8.16,8.17,8.18,8.23,and 8.32 of this Contract and any other continuing obligations of Subrecipient shall survive the termination or expiration of this Contract. 8.23 CONTRACT CLOSEOUT Subrecipient shall prepare and submit to the GLO for approval a final Grant Completion Report confirming final performance measures, budgets, and expenses for all Project Activities within thirty (30) days following the completion of all Activities required under the Contract; however, in no event shall Subrecipient submit the Grant Completion Report later than the date of expiration of the Contract. The GLO will close the Contract in accordance with 2 C.F.R. §§ 200.344 through 200.346 and GLO CDBG-MIT guidelines consistent therewith. Subrecipient shall submit a final Budget and actual expenditures to the GLO as part of the Grant Completion Report. The Grant Completion Report shall be in a format prescribed by the GLO and shall confirm eligibility and completion of all Activities performed under this Contract. FAILURE TO SUBMIT TO THE GLO THE FINAL BUDGET AND ACTUAL EXPENDITURES AS PART OF THE GRANT COMPLETION REPORT PRIOR TO CONTRACT EXPIRATION WILL RESULT IN FORFEITURE AND DE-OBLIGATION OF ALL REMAINING,UNREQUESTED FUNDS. The GLO will notify Subrecipient via official closeout letter upon review and approval of the final Grant Completion Report. 8.24 INDIRECT COST RATES Unless, under the terms of 2 C.F.R. Part 200, Appendix V, Subrecipient has negotiated or does negotiate an indirect cost rate with the federal government, subject to periodic renegotiations of the rate during the Contract Period, or is exempt from such negotiations and has developed and maintains an auditable central service cost allocation plan, GLO Contract No.24-065-091-E767 Page 23 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Subrecipient's de minimis indirect cost rate shall be set according to 2 C.F.R. § 200.414(f). 8.25 CONFLICT OF INTEREST (a) Subrecipient shall abide by the provisions of this section and include the provisions in all subcontracts. Subrecipient shall comply with all conflict-of- interest laws and regulations applicable to the Program. (b) Subrecipient shall maintain written standards of conduct covering conflicts of interest and governing the actions of its employees engaged in the selection, award, and administration of contracts. (c) 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 applicable. If circumstances change during the course of the Contract, Subrecipient shall promptly notify the GLO. 8.26 FORCE MAJEURE Except with respect to the obligation of payments under this Contract, if either of the Parties, after a good faith effort, is prevented from complying with any express or implied covenant of this Contract by reason of war; terrorism; rebellion; riots; strikes; acts of God; any valid order, rule, or regulation of governmental authority; or similar events that are beyond the control of the affected Party (collectively referred to as "Force Majeure"), then, while compliance is so prevented, the affected Party's obligation to comply with such covenant shall be suspended, and the affected Party shall not be liable for damages for failure to comply with such covenant. In any such event, the Party claiming Force Majeure must promptly notify the other Party of the Force Majeure event in writing, and, if possible, such notice must set forth the extent and duration of the Force Majeure. The Party claiming Force Majeure must exercise due diligence to prevent, eliminate, or overcome such Force Majeure event when it is possible to do so and must resume performance at the earliest possible date. However, if nonperformance continues for more than thirty (30) days, the GLO may terminate this Contract immediately upon written notification to Subrecipient. 8.27 ENVIRONMENTAL CLEARANCE REQUIREMENTS (a) Subrecipient is the responsible entity, as "responsible entity" is defined under 24 C.F.R. Part 58, and is accountable for conducting environmental reviews and for obtaining any environmental clearance necessary for successful completion of an Activity or the Project. Subrecipient shall prepare an environmental review or assessment of each Activity or the Project in accordance with applicable laws, regulations, rules, and guidance. Subrecipient shall maintain a written Environmental Review Record ("ERR") for each Activity or the Project, including all supporting source documentation and documentation to support any GLO Contract No.24-065-091-E767 Page 24 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 project mitigation. Subrecipient shall provide a copy of the ERR and all related source documentation to the GLO. (b) Subrecipient shall address inquiries and complaints and shall provide appropriate redress related to environmental Activities. Subrecipient shall document each communication issued or received hereunder in the related ERR. (c) The GLO may, in its sole discretion, reimburse Subrecipient for certain exempt environmental Activities, as defined in federal regulations. Reimbursement requests for exempt environmental Activities must be supported by the proper HUD-prescribed form. (d) The Parties acknowledge and understand that the GLO may enter into interagency agreements with the Texas Historical Commission and other entities in order to facilitate any necessary environmental or historic review. The GLO may incorporate one or more interagency agreements into this Contract via a Technical Guidance Letter. 8.28 CITIZEN PARTICIPATION AND ALTERNATIVE REQUIREMENTS (a) Subrecipient must ensure that all citizens have equal and ongoing access to information about an Activity or the Project, including ensuring that Activity or Project information is available in the appropriate languages for the geographical area served by Subrecipient. Information furnished to citizens shall include, without limitation: (i) The amount of CDBG-MIT funds expected to be made available; (ii) The range of Activities or projects that may be undertaken with the CDBG-MIT funds; (iii) The estimated amount of the CDBG-MIT funds proposed to be used for Activities or projects meeting the national objective of benefiting low-to- moderate income persons; and (iv) A clear statement of such and the entity's anti-displacement and relocation plan if any proposed CDBG-MIT Activities or projects are likely to result in displacement. (b) Complaint Procedures: Subrecipient must have written citizen-complaint procedures for providing a timely written response (within fifteen [15] working days) to complaints and grievances. Subrecipient shall notify citizens of the location and the days and hours when the location is open for business so they may obtain a copy of these written procedures. (c) Technical Assistance: If requested, Subrecipient shall provide technical assistance in completing applications under the Project to persons of low and moderate income. (d) Subrecipient shall maintain a citizen participation file that includes a copy of Subrecipient's complaint procedures, documentation and evidence of opportunities provided for citizen participation (e.g., public notices, advertisements, flyers, etc.), documentation of citizen participation events (e.g., GLO Contract No.24-065-091-E767 Page 25 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 meeting minutes, attendance lists, sign-in sheets, news reports, etc.), and documentation of any technical assistance requested and/or provided. 8.29 SIGNAGE REQUIREMENTS On any public building or facility funded under this Contract, Subrecipient shall place permanent signage. Signs shall be placed in a prominent, visible public location. Subrecipient shall format each sign to best fit the architectural design of the building or facility but the sign should be legible from a distance of at least three (3)feet. For other construction projects (e.g., water transmission lines, sewer collection lines, drainage, roadways, housing rehabilitation) funded under this Contract, Subrecipient shall place temporary signage erected in a prominent location at the construction project site or along a major thoroughfare within the locality. All signage required under this section shall contain the following: "This project is funded by the Texas General Land Office of the State of Texas to provide for mitigation activities to reduce disaster risks in communities impacted by Hurricane Harvey. The funds have been allocated by the United States Department of Housing and Urban Development through the Community Development Block Grant — Mitigation Program." 8.30 PREFERENCE AND PROCUREMENT OF MATERIALS (a) To the extent applicable, Subrecipient shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired in the following manner: (i) competitively within a timeframe allowing compliance with the Contract's performance schedule; (ii) in a way that meets the Contract's performance requirements; or (iii) at a reasonable price. (b) To ensure maximum use of recovered/recycled materials pursuant to 2 C.F.R. § 200.323, information about this requirement, along with the list of EPA- designated items, is available at the EPA's Comprehensive Procurement Guideline Program website, hM2s://www.epa.gov/smm/comprehensive- procurement-guideline-camprogram. 8.31 EQUAL OPPORTUNITY CLAUSE Subrecipient hereby agrees that it will incorporate or cause to be incorporated into any contract for construction work, or modification thereof, as defined in the regulations of the Secretary of Labor at 41 C.F.R. Chapter 60, which is paid for in whole or in part with funds obtained from the Federal Government or borrowed on the credit of the Federal Government pursuant to a grant, contract, loan, insurance, or guarantee, or undertaken pursuant to any Federal program involving such grant, contract, loan, insurance, or guarantee, the following equal opportunity clause: "During the performance of this contract,the contractor agrees as follows: GLO Contract No.24-065-091-E767 Page 26 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will,in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the contractor's legal duty to furnish information. (4) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (6) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the GLO Contract No.24-065-091-E767 Page 27 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (8) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions,including sanctions for noncompliance: Provided, however, that in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the contractor may request the United States to enter into such litigation to protect the interests of the United States." Subrecipient further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided, That if Subrecipient so participating is a State or local government, the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the contract. Subrecipient agrees that it will assist and cooperate actively with the GLO and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor, that it will furnish the GLO and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will otherwise assist the GLO in the discharge of the GLO's primary responsibility for securing compliance. Subrecipient further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24, 1965, with a contractor debarred from, or who has not demonstrated eligibility for, Government contracts, as defined in 41 C.F.R. § 60-1.3, and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, Subrecipient agrees that if it fails or refuses to comply with these undertakings, the GLO may take any or all of the following actions: Cancel, terminate, or suspend in whole or in part this Contract; refrain from extending any further assistance to Subrecipient under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from Subrecipient; and refer the case to the Department of Justice for appropriate legal proceedings. GLO Contract No.24-065-091-E767 Page 28 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 8.32 INFORMATION AND DATA SECURITY STANDARDS Subrecipient shall comply with all terms specified in the GLO Information Security Appendix, incorporated herein for all purposes as Attachment G. 8.33 CYBERSECURITY TRAINING PROGRAM(LOCAL GOVERNMENT SYSTEM If Subrecipient is a local government as defined in Chapter 2054 of the Texas Government Code, 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. 8.34 DISCLOSURE PROTECTIONS FOR CERTAIN CHARITABLE ORGANIZATIONS, CHARITABLE TRUSTS,AND PRIVATE FOUNDATIONS If Subrecipient is a governmental entity as defined in Chapter 2252 of the Texas Government Code, 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. 8.35 LIMITATIONS ON GRANT EXPENDITURE Subrecipient shall expend funds received under the grant or contract subject to the limitations and reporting requirements similar to those provided by the following: (a) Parts 2, 3, and 5 of the Texas General Appropriations Act, Article IX, except there is no requirement for increased salaries for local government employees; (b) Sections 556.004, 556.005, and 556.006 of the Texas Government Code; and (c) Sections 2113.012 and 2113.101 of the Texas Government Code. 8.36 LOBBYING EXPENDITURE RESTRICTION Subrecipient represents and warrants that the GLO'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. 8.37 OPEN MEETINGS If 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. 8.38 POLITICAL POLLING PROHIBITION Subrecipient represents and warrants that it does not perform political polling and acknowledges that appropriated funds may not be granted to, or expended by, any entity that performs political polling, except that this prohibition does not apply to a poll GLO Contract No.24-065-091-E767 Page 29 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 conducted by an academic institution as a part of the institution's academic mission that is not conducted for the benefit of a particular candidate or party. 8.39 REPORTING COMPLIANCE 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. 8.40 REPORTING SUSPECTED 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. Subrecipient represents and warrants its compliance with 2 C.F.R. § 200.113, which requires the disclosure in writing of credible evidence of violations of federal criminal law involving fraud, conflict of interest, bribery, and gratuity and the reporting of matters related to recipient integrity and performance. 8.41 STATEMENTS OR ENTRIES WARNING: ANY PERSON WHO KNOWINGLY MAKES A FALSE CLAIM OR STATEMENT TO HUD MAY BE SUBJECT TO CIVIL OR CRIMINAL PENALTIES UNDER 18 U.S.C.§ 287,18 U.S.C.§ 1001,AND 31 U.S.C.§ 3729. Except as otherwise provided under federal law, any person who knowingly and willfully falsifies, conceals, or covers up a material fact by any trick, scheme, or device or who makes any materially false, fictitious, or fraudulent statement or representation or who makes or uses any false writing or document despite knowing the writing or document to contain any materially false, fictitious, or fraudulent statement or entry shall be prosecuted under Title 18, United States Code, § 1001. Under penalties of 18 U.S.C. § 287, 18 U.S.C. § 1001, and 31 U.S.C. § 3729, the undersigned Subrecipient representative hereby declares that he/she has examined this Contract and Attachments, and, to the best of his/her knowledge and belief, any statements, entries, or claims made by Subrecipient are true, accurate, and complete. SIGNATURE PAGE FOLLOWS GLO Contract No.24-065-091-E767 Page 30 of 30 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 SIGNATURE PAGE FOR GLO CONTRACT NO.24-065-091-E767 REGIONAL MITIGATION PROGRAM PROJECTS CONTRACT AGREEMENT CDBG-MIT—HURRICANE HARVEY HUD MID GENERAL LAND OFFICE CITY OF CORPUS CHRISTI Jennifer G. Jones By: Chief Clerk and Deputy Land Commissioner Title: Date of execution: Date of execution: DS OGC PM SDD DGC DS GC �G DS DCC ATTACHED TO THIS CONTRACT: ATTACHMENT A Performance Statement, Budget, and Benchmarks ATTACHMENT B Federal Assurances and Certifications ATTACHMENT C General Affirmations ATTACHMENT D Nonexclusive List of Applicable Laws, Rules, and Regulations ATTACHMENT E Special Conditions ATTACHMENT F Monthly Activity Status Report ATTACHMENT G GLO Information Security Appendix ATTACHMENT H Contract Reporting Template ATTACHMENTS FOLLOW Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment A GLO Contract No.24-065-091-E767 Page 1 of 6 CITY OF CORPUS CHRISTI 24-065-091-E767 PERFORMANCE STATEMENT The GLO awards City of Corpus Christi (Subrecipient) this Contract under HUD's Community Development Block Grant Mitigation (CDBG-MIT)program to provide financial assistance with funds appropriated to facilitate Activities related to disaster relief, long-term recovery, restoration of infrastructure and housing, economic revitalization,mitigation, and affirmatively furthering fair housing, in accordance with Executive Order 12892, in the most impacted and distressed areas resulting from a major declared disaster that occurred in 2015, 2016, or 2017. In strict conformance with the terms and conditions of the CDBG-MIT—Hurricane Harvey HUD MID and pursuant to the GLO's Regional Mitigation Program and this Contract, Subrecipient shall perform, or cause to be performed, the Infrastructure Activities identified below to increase its resilience to disasters and reduce or eliminate long-term risk of disaster-related loss of life, injury, damage to and loss of property, and suffering and hardship by lessening the impact of future disasters. Subrecipient shall perform the Activities identified herein for the service area specified in its approved Texas Community Development Block Grant Mitigation Grant Application to provide a long-lasting investment that increases resiliency in the community. The persons to benefit from the Activities described herein must receive the prescribed service or benefit, and all eligibility requirements must be met to fulfill contractual obligations. The grant total is $15,092,700.00. Subrecipient will be required to maintain a detailed Budget breakdown in the official system of record (TIGR) of the GLO's Community Development and Revitalization division. Subrecipient must ensure expenditures for individual projects do not exceed the amounts for detailed funding categories in the project budget of the approved Grant Application, as may be revised in writing upon mutual agreement of the Parties. If it becomes necessary to redistribute Budget line-item amounts between Activities, Subrecipient must seek a Contract Amendment prior to performing any work. DRGR Activity: MIT- Public Facilities and Improvements-Non-Covered Projects- LMI Activity Type: Sewer Improvements Project Title: Greenwood WWTP Flood Mitigation and Generator Improvements Subrecipient shall improve site grade, paving, flooding way, and influent lift station and access; install effluent pump station; install generator and controls; and complete associated appurtenances. Construction shall take place at the following location: Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment A GLO Contract No.24-065-091-E767 Page 2 of 6 Defining Project Location Proposed HUD Location Coordinates Performance Measures Greenwood 6541 Greenwood, Corpus Christi, TX 1 Public Facility WWTP 27.71948, -97.45744 PF Total LMI LMI % Census Tract Block Group Beneficiaries Beneficiaries 0007.00 1,2,3 0008.00 1,2 0015.00 1,2,3 0016.01 3,4 0016.02 1,2,3 0017.01 1,2,3,4,5,6 0017.02 1,2 0018.01 1,2,3,4,5 62,230 37,183 59.75 0018.02 1,2 0019.02 1,2,3 0019.03 2 0020.01 1,2,3,4 0020.02 1 0023.03 1 0023.04 1,2,3,4 0035.00 2 0054.06 1,2 9800.00 1 Beneficiaries were identified using Census Tract/Block Group LMISD, and the above project meets the LMI national objective. LMI based on FY-21 LMISD with State Median Income waiver applied. DRGR Activity: MIT- Public Facilities and Improvements-Non-Covered Projects-UNM Activity Type: Sewer Improvements Project Title: Oso WWTP Generator Improvements Subrecipient shall install a generator and complete associated appurtenances. Construction shall take place at the following location: Defining Project Location Proposed HUD Location Coordinates Performance Measures Oso WWTP 501 Nile Drive, Corpus Christi, TX I Public Facility 27.71052, -97.33978 (PF) Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment A GLO Contract No.24-065-091-E767 Page 3 of 6 Total LMI LMI Beneficiaries Beneficiaries Census Tract Block Group 0014.00 3,4 0015.00 1 0018.01 3 0019.03 1,2,3 0019.04 1,2,3 0020.01 1,2,3 0020.02 1,2,3 0021.01 1,2,3,4 0021.02 1,2,3 0022.00 1,2,3,4,5 0023.01 1,2,3 0023.03 1,2,3 0023.04 1,2,3,4 0024.00 1,2,3,4,5 0025.00 1,2,3,4 0026.01 1,2 0026.02 1,2 0026.03 1,2,3 0027.03 1,2,3,4,5 0027.04 1,2,3,4 0027.05 1,2,3,4 180,090 76,786 42.64 0027.06 1 0032.02 1,2,3 0032.03 1,2,3 0032.04 1,2 0033.03 1,2 0033.04 1,2,3 0033.05 1,2 0033.06 1,2 0034.01 1,2,3 0034.02 1,2,3,4,5 0054.04 1,2 0054.06 2 0054.07 1,2 0054.08 1,2 0054.09 1,2 0054.10 1,2 0054.11 1,2 0054.12 1,2 0054.13 1,2 0054.14 1,2 0054.15 1,2 0054.16 1,2 0054.17 1,2 Beneficiaries were identified using Census Tract/Block Group LMISD, and the above project meets the UNM national objective. UNM based on FY-21 LMISD with State Median Income waiver applied. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment A GLO Contract No.24-065-091-E767 Page 4 of 6 BUDGET DRGR Activity Grant Award Other Funds Total MIT—Public Facilities and $8,432,420.00 $0.00 $8,432,420.00 Improvements-Non-Covered Projects- LMI MIT—Public Facilities and $6,660,280.00 $0.00 $6,660,280.00 Improvements-Non-Covered Projects-UNM TOTAL $15,092,700.00 $0.00 $15,092,700.00 BENCHMARKS Single Deliverable Multiple Not-To-Exceed Budget Gate Milestones Deliverable Percentages by Budget Milestones by Budget Category Category (Subrecipient may (Subrecipient may draw up to, (Subrecipient draw up to, but not but not exceed the identified may draw up to exceed the percentage of the Budget 100% of Budget percentage stated category until stated category after after submittal to Deliverable(s) are submitted to submittal to and and approval by the and approved by the GLO.) approval by the GLO of the stated GLO of the Deliverable.) stated Deliverable.) Project Delivery Planning/ Special Studies Grant Environ- Engineering Environ- Acquisition Construction (not related Administration mental Funds mental Funds Funds to Project Phase Funds Funds Funds engineering Actions and Deliverables design) Action: Start-up Phase Deliverable: Contract kick- off meeting sign-in sheet;all required Start-Up Documentation reviewed 0-15% and accepted by the GLO; executed grant administration service provider contract in PDF format. Action: Commencement of Engineering Phase Deliverable:Executed engineering service provider 0-30% contract in PDF format provided during start-up phase as applicable Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment A GLO Contract No.24-065-091-E767 Page 5 of 6 Action: Commencement of Environmental Phase Deliverable: Executed 15.01-30% environmental service 0-30% provider contract in PDF format provided during start-up phase as applicable. Action: Completion of Design Phase Deliverable: Complete 30.01- signed and sealed 100% 60% construction plans in PDF format.* Action: Completion of Special Environmental Services Deliverable: GLO 100% approval of required documentation,dependent upon additional environmental requirements Action: Completion of Environmental Record 30.01- Review 30.01-50% 100% Deliverable: GLO-signed AUGF** Action:Acquisition Phase Deliverable: Acquisition Detailed Report and o supporting documentation 100/o per parcel accepted by the GLO* Action: Commencement of Bid Phase 60.01- Deliverable: First 50.01-60% 70% published bid notice and publisher's affidavit* Action: Commencement of 7 Construction Phase 60.01-85% 0-95% Deliverable: Signed NTP* 85% Action: Completion of Construction Phase Deliverable: Signed and sealed complete As-Built o 85.01- 95.01- Plans in PDF format; 85.01-95/0 100% 100% executed COCC accepted by the GLO; signed FWCR accepted by the GLO* Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment A GLO Contract No.24-065-091-E767 Page 6 of 6 Action: Commencement of Planning/Study Phase Deliverable: Signed NTP or similar document from Subrecipient,initiating the 15.01-60%^ 0-85% Planning/study Activity and describing the work to be performed ^for Planning/Study only Action: Completion of Planning/Study Phase Deliverable: Final Planning/study report and 60.01-95%^ 85.00- proof of acceptance by 100/o Subrecipient 'for Planning/Study only Action: Grant Completion Report Approval 95.01-100% Deliverable: GCR approved by the GLO Failure to provide any Deliverable identified above could result in Subrecipient's repayment of drawn funds,in part or in full,in addition to other remedies provided to the GLO under this Contract. Providing the Deliverables identified in this table will allow Subrecipient to draw the identified funding percentage per Budget category, contingent upon Subrecipient's compliance with associated Program guidance. *If Subrecipient executes multiple construction contracts, this Deliverable (or Deliverables, as applicable)will be required for each contract,and associated costs will be pro-rated in accordance with the Budget details in the final GLO-approved Application. **If the Project includes more than one ERR,associated costs will be pro-rated in accordance with the Budget details in the final GLO-approved Application. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment B GLO Contract No.24-065-091-E767 Page 1 of 6 ASSURANCES -CONSTRUCTION PROGRAMS OMB Approval No.4040-0009 Expiration Date: 02/28/2025 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(0348-0042),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 assistance 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, and 8. Will comply with the Intergovernmental Personnel Act of the institutional, managerial and financial capability 1970 (42 U.S.C. §§4728-4763) relating to prescribed (including funds sufficient to pay the non-Federal share of standards of merit systems for programs funded under one of project costs)to ensure proper planning, management and the 19 statutes or regulations specified in Appendix A of completion of the project described in this application. OPM's Standards for a Merit System of Personnel Administration(5 C.F.R. 900, Subpart F). 2. Will give the awarding agency, the Comptroller General of the United States and, if appropriate, the State, the right to 9. Will comply with the Lead-Based Paint Poisoning Prevention examine all records, books, papers, or documents related Act (42 U.S.C. §§4801 et seq.) which prohibits the use of to the assistance; and will establish a proper accounting lead-based paint in construction or rehabilitation of residence system in accordance with generally accepted accounting structures. standards or agency directives. 10. Will comply with all Federal statutes relating to 3. Will not dispose of, modify the use of, or change the terms non-discrimination. These include but are not limited to: (a) of the real property title, or other interest in the site and Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which facilities without permission and instructions from the prohibits discrimination on the basis of race, color or national awarding agency. Will record the Federal awarding agency origin; (b) Title IX of the Education Amendments of 1972, as directives and will include a covenant in the title of real amended (20 U.S.C. §§1681-1683, and 1685-1686), which property acquired in whole or in part with Federal prohibits discrimination on the basis of sex; (c)Section 504 of assistance funds to assure non-discrimination during the the Rehabilitation Act of 1973, as amended (29 useful life of the project. U.S.C.§794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as 4. Will comply with the requirements of the assistance amended (42 U.S.C. §§6101-6107), which prohibits awarding agency with regard to the drafting, review and discrimination on the basis of age; (e)the Drug Abuse Office approval of construction plans and specifications. and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) 5. Will provide and maintain competent and adequate the Comprehensive Alcohol Abuse and Alcoholism engineering supervision at the construction site to ensure Prevention, Treatment and Rehabilitation Act of 1970 (P.L. that the complete work conforms with the approved plans 91-616), as amended, relating to nondiscrimination on the and specifications and will furnish progressive reports and basis of alcohol abuse or alcoholism; (g) §§523 and 527 of such other information as may be required by the the Public Health Service Act of 1912 (42 U.S.C. §§290 dd-3 assistance awarding agency or State. and 290 ee-3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the 6. Will initiate and complete the work within the applicable Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as time frame after receipt of approval of the awarding agency. amended, relating to nondiscrimination in the sale, rental or financing of housing; (i) any other nondiscrimination 7. Will establish safeguards to prohibit employees from using provisions in the specific statute(s) under which application their positions for a purpose that constitutes or presents the for Federal assistance is being made; and, 0) the appearance of personal or organizational conflict of requirements of any other nondiscrimination statute(s)which interest, or personal gain. may apply to the application. Standard Form 424D(Rev.7-97) Previous Edition Usable Authorized for Local Reproduction Prescribed by OMB Circular A-1 02 Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment B GLO Contract No.24-065-091-E767 Page 2 of 6 11. Will comply, or has already complied,with the requirements Federal actions to State (Clean Air) Implementation Plans of Titles II and III of the Uniform Relocation Assistance and under Section 176(c) of the Clean Air Act of 1955, as Real Property Acquisition Policies Act of 1970 (P.L. 91-646) amended (42 U.S.C. §§7401 et seq.); (g) protection of which provide for fair and equitable treatment of persons underground sources of drinking water under the Safe displaced or whose property is acquired as a result of Drinking Water Act of 1974, as amended (P.L. 93-523); Federal and federally-assisted programs. These and, (h) protection of endangered species under the requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in Endangered Species Act of 1973, as amended (P.L. 93- purchases. 205). 12. Will comply with the provisions of the Hatch Act (5 U.S.C. 16. Will comply with the Wild and Scenic Rivers Act of 1968 (16 §§1501-1508 and 7324-7328) which limit the political U.S.C. §§1271 et seq.) related to protecting components or activities of employees whose principal employment potential components of the national wild and scenic rivers activities are funded in whole or in part with Federal funds. system. 13. Will comply, as applicable, with the provisions of the Davis- 17. Will assist the awarding agency in assuring compliance with Bacon Act(40 U.S.C. §§276a to 276a-7), the Copeland Act Section 106 of the National Historic Preservation Act of (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract 1966, as amended (16 U.S.C. §470), EO 11593 Work Hours and Safety Standards Act (40 U.S.C. (identification and protection of historic properties), and the §§327-333) regarding labor standards for federally-assisted Archaeological and Historic Preservation Act of 1974 (16 construction subagreements. U.S.C. §§469a-1 et seq.). 14. Will comply with flood insurance purchase requirements of 18. Will cause to be performed the required financial and Section 102(a) of the Flood Disaster Protection Act of 1973 compliance audits in accordance with the Single Audit Act (P.L. 93-234) which requires recipients in a special flood Amendments of 1996 and OMB Circular No. A-133, "Audits hazard area to participate in the program and to purchase of States, Local Governments, and Non-Profit flood insurance if the total cost of insurable construction Organizations." and acquisition is$10,000 or more. 19. Will comply with all applicable requirements of all other 15. Will comply with environmental standards which may be Federal laws, executive orders, regulations, and policies prescribed pursuant to the following: (a) institution of governing this program. environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91-190) and 20. Will comply with the requirements of Section 106(g) of the Executive Order (EO) 11514; (b) notification of violating Trafficking Victims Protection Act (TVPA) of 2000, as facilities pursuant to EO 11738; (c) protection of wetlands amended (22 U.S.C. 7104) which prohibits grant award pursuant to EO 11990; (d) evaluation of flood hazards in recipients or a sub-recipient from (1) Engaging in severe floodplains in accordance with EO 11988; (e) assurance of forms of trafficking in persons during the period of time that project consistency with the approved State management the award is in effect (2) Procuring a commercial sex act program developed under the Coastal Zone Management during the period of time that the award is in effect or (3) Act of 1972 (16 U.S.C. §§1451 et seq.); (f) conformity of Using forced labor in the performance of the award or subawards under the award. SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TITLE APPLICANT ORGANIZATION DATE SUBMITTED City of Corpus Christi SF-424D(Rev.7-97)Back THIS FORM MUST BE EXECUTED Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment B GLO Contract No.24-065-091-E767 Page 3 of 6 CERTIFICATION REGARDING LOBBYING COMPLIANT WITH APPENDIX A TO 24 C.F.R.PART 871 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 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 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 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. As the duly authorized representative of the applicant,I hereby certify that the applicant will comply with the above applicable certification. NAME OF APPLICANT AWARD NUMBER AND/OR PROJECT NAME City of Corpus Christi 24-065-091-E767 PRINTED NAME AND TITLE OF AUTHORIZED REPRESENTATIVE SIGNATURE DATE 1 24 C.F.R. 87 App. A, available at https://www.gpo.gov/fdsys/granule/CFR-2011-title24-voll/CFR-2011-title24-voll-part87- appA.Published Apr. 1,2011.Accessed Aug. 1,2018. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment B GLO Contract No.24-065-091-E767 Page 4 of 6 Disclosure of Lobbying Activities Complete this form to disclose lobbying activities pursuant to 31 U.S.C. 1352 OMB Number:4040-0013 (See reverse for public burden disclosure) Expiration Date:02/28/2025 1. *Type of Federal Action: 2. *Status of Federal Action: 3. *Report Type: a.contract a.bid/offer/application a. initial filing b.grant b. initial award b.material change c.cooperative agreement c.post-award d.loan e.loan guarantee f.loan insurance 4. Name and Address of Reporting Entity: Prime Subawardee *Name: *Street 1: Street 2: *City: State: Zip: 5. If Reporting Entity in No.4 is Sub awardee,Enter Name and Address of Prime: 6. Federal Department/Agency: 7. Federal Program Name/Description: CFDA Number, ifapplicable: 8. Federal Action Number,ifknown: 9. Award Amount, ifknown: 10. a.Name and Address of Lobbying Registrant Prefix *First Name Middle Name *Last Name Suffix *Street 1: Street 2: *City: State: Zip: b.Individuals Performing Services (including address if d�erent from No. IOa) Prefix *First Name Middle Name *Last Name Suffix *Street 1: Street 2: *City: State: Zip: 11.Information requested through this form is authorized by title 31 U.S.C.section 1352.This disclosure of lobbying activities is a material representation of fact upon which reliance was placed by the tier above when this transaction was made or entered into.This disclosure is required pursuant to 31 U.S.C.1352.This information will be reported to the Congress semi-annually and will be available for public inspection.Any person who fails to file the required disclosure shall be subject to a civil penalty of not lessthan$10,000 and not more than$100,000 for each such failure. *Signature: *Name: Prefix *First Name Middle Name *Last Name Suffix Title: Telephone No.: Date: Federal Use Only: Authorized for Local Reproduction Standard Form-LLL(Rev.7-97) Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment B GLO Contract No.24-065-091-E767 Page 5 of 6 INSTRUCTIONS FOR COMPLETION OF SF-LLL,DISCLOSURE OF LOBBYING ACTIVITIES This disclosure form shall be completed by the reporting entity,whether subawardee or prime Federal recipient, at the initiation or receipt of a covered Federal action, or a material change to a previous filing,pursuant to title 31 U.S.C. section 1352. The filing of a form is required for each payment or agreement to make payment to any lobbying entity 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 a covered Federal action.Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published by the Office of Management and Budget for additional information. Federal Agency Form Instructions Form Identifiers Information Agency Owner Grants.gov Form Name Disclosure of Lobbying Activities(SF-LLL) Form Version Number 2.0 OMB Number 4040-0013 OMB Expiration Date 02/28/2025 Field Field Name Required or Information Number Optional 1. *Type of Federal Required Identify the type of covered Federal action for which lobbying activity is and/or has been Action: secured to influence the outcome of a covered Federal action.This field is required. 2. *Status of Federal Required Identify the status of the covered Federal action.This field is required. Action 2-a. a. Check if Click if the Status of Federal Action is a bid,an offer or an application. Bid/Offer/ applicable Application 2-b. b.Initial Check if Click if the Status of Federal Action is an initial award. Award applicable 2-c. c.Post- Check if Click if the Status of Federal Action is a post-award. Award applicable 3.0 *Report Type Required Identify the appropriate classification of this report. 3-a. a.Initial Check if Check if Initial filing. filing applicable 3-b. b. Check if If this is a follow up report caused by a material change to the information previously reported, Material change applicable enter the year and quarter in which the change occurred.Enter the date of the previously submitted report by this reporting entity for this covered Federal action.This field is required. Material Change Conditionally If this is a follow up report caused by a material change to the information previously Year Required reported,enter the year in which the change occurred. Material Change Conditionally If this is a follow up report caused by a material change to the information previously Quarter Required reported,enter the quarter in which the change occurred. Material Change Conditionally Enter the date of the previously submitted report by this reporting entity for this covered Date of Last Required Federal action. Report 4. Name and Address Required Provide the information for Name and Address of Reporting Entity. of Reporting Entity Prime Check if Click to designate the organization filing the report as the Prime Federal recipient. applicable Subawardee Check if Click to designate the organization filing the report as the SubAwardee Federal recipient.Sub- applicable awards include but are not limited to subcontracts,subgrants and contract awards under grants. Tier if known: Optional Identify the tier of the subawardee,e.g.,the first subawardee of the prime is the 1st tier. Name Required Enter the name of reporting entity.This field is required Street 1 Required Enter Street 1 of the reporting entity.This field is required. Street 2 Optional Enter Street 2 of the reporting entity. City Required Enter City of the reporting entity This field is required. State Required Enter the state of the reporting entity.This field is required ZIP Required Enter the ZIP of the reporting entity.This field is required Congressional Optional Enter the primary Congressional District of the reporting entity.Enter in the following format: District,if known 2 character state abbreviation—3 characters district number,e.g.,CA-005 for California 5th district,CA-012 for California 12th district,NC-103 for North Carolina's 103rd district. 5. If Reporting Entity in Conditionally If Reporting Entity in No.4 is Subawardee,provide the information for the Name and Address No.4 is Subawardee, Required of Prime Enter Name and Address of Prime Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment B GLO Contract No.24-065-091-E767 Page 6 of 6 Name Required If the organization filing the report in item 4,checks"Subawardee",enter the full name of the prime Federal recipient. Street 1 Required If the organization filing the report in item 4,checks"Subawardee",enter the address of the prime Federal recipient. Street 2 Optional If the organization filing the report in item 4,checks"Subawardee",enter the address of the prime Federal recipient. City Required If the organization filing the report in item 4,checks"Subawardee",enter the city of the prime Federal recipient. State Required If the organization filing the report in item 4,checks"Subawardee",select the appropriate statefrom this pull down menu. ZIP Required Enterthe ZIP of Prime.This field is required Congressional Optional Enter the Congressional District of Prime.Enter in the following format:2 character state District,if known abbreviation—3 characters district number,e.g.,CA-005 for California 5th district,CA-012 for California 12th district,NC-103 for North Carolina's 103rd district. 6. Federal Department Required Enter the name of the Federal Department or Agency making the award or loan commitment. /Agency This field is required. 7. CFDA Number: Required Enter the full Catalog of Federal Domestic Assistance(CFDA)number for grants,cooperative agreements,loans and loan commitments.Pre-populated from SF-424 if using Grants.gov. CFDA Title: Required Enter the Federal program name or description for the covered Federal action.Pre-populated from SF-424 if using Grants.gov. 8. Federal Action Optional Enter the most appropriate Federal identifying number available for the Federal action, Number identified in item 1(e.g.,Request for Proposal(RFP)number,invitation for Bid(IFB)number, grant announcement number,the contract,grant,or loan award number,the application/ proposal control number assigned by the Federal agency).Include prefixes,e.g.,"RFP-DE-90- 001". 9. Award Amount Optional For a covered Federal action where there has been an award or loan commitment by the Federal agency,enter the Federal amount of the award/loan commitment of the prime entity identified in item 4 or 5. 10.a. Name And Address Required Provide the information for the Name and Address of Lobbying Registrant. of Lobbying Registrant Prefix Optional Enter the prefix(e.g.,Mr.,Mrs.,Miss),if appropriate,for the Lobbying Registrant. First Name Required Enter the first name of Lobbying Registrant.This field is required. Middle Name Optional Enter the middle name of Lobbying Registrant. Last Name Required Enter the last name of Lobbying Registrant.This field is required. Suffix Optional Enter the suffix(e.g.,Jr.Sr.,PhD),if appropriate,for the Lobbying Registrant. Street 1 Required Enter the first line of street address for the Lobbying Registrant. Street 2 Optional Enter the second line of street address for the Lobbying Registrant. City Required Enter the city of the Lobbying Registrant. State Required Select the appropriate state of the Lobbying Registrant. ZIP Code Required Enter the Zip Code(or ZIP+4)of the Lobbying Registrant. 10.b. Individual Required Provide the information for Individual Performing Services Performing Services Prefix Optional Enter the prefix(e.g.,Mr.,Mrs.,Miss),if appropriate,for the Individual Performing Services. First Name Required Enter the first name of the Individual Performing Services.This field is required. Middle Name Optional Enter the middle name of the Individual Performing Services. Last Name Required Enter the last name of the Individual Performing Services.This field is required. Suffix Optional Enter the suffix(e.g.,Jr.Sr.,PhD),if appropriate,for the Individual Performing Services. Street 1 Required Enter the first line of street address for the Individual Performing Services. Street 2 Optional Enter the second line of street address for the Individual Performing Services. City Required Enter the city of the Individual Performing Services. State Required Select the state for the address of the Individual Performing Services from this pull down menu. ZIP Code Required Enter the Zip Code(or ZIP+4)of the Individual Performing Services. According to the Paperwork Reduction Act,as amended,no persons are required to respond to a collection of information unless it displays a valid OMB control Number. The valid OMB control number for this information collection is OMB No. 4040-0013. Public reporting burden for this collection of information is estimated to average 10 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,Washington,DC 20503. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 1 of 9 GENERAL AFFIRMATIONS TO THE EXTENT APPLICABLE, Subrecipient affirms and agrees to the following, without exception: 1. Subrecipient represents and warrants that, in accordance with Section 2155.005 of the Texas Government Code, neither Subrecipient nor the firm, corporation, partnership, or institution represented by Subrecipient, or anyone acting for such a firm, corporation, partnership, or institution has (1) violated any provision of the Texas Free Enterprise and Antitrust Act of 1983, Chapter 15 of the Texas Business and Commerce Code, or the federal antitrust laws, or (2) communicated directly or indirectly the contents of this Contract or any solicitation response upon which this Contract is based to any competitor or any other person engaged in the same line of business as Subrecipient.* 2. Subrecipient shall not assign its rights under the Contract or delegate the performance of its duties under the Contract without prior written approval from the GLO. Any attempted assignment or delegation in violation of this provision is void and without effect. This provision does not apply to subcontracting. 3. If the Contract is for services, Subrecipient shall 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, but for contracts subject to 2 C.F.R. 200, only to the extent such compliance is consistent with 2 C.F.R. 200.319. 4. Under Section 231.006 of the Family Code, the vendor or applicant [Subrecipient] certifies that the individual or business entity named in this Contract, bid or application is not ineligible to receive the specified grant, loan, or payment and acknowledges that this Contract may be terminated and payment may be withheld if this certification is inaccurate, in addition to other remedies set out in Section 231.006(f) of the Family Code.* 5. A bid or an application for a contract, grant, or loan paid from state funds must include the name and social security number of the individual or sole proprietor and each partner, shareholder, or owner with an ownership interest of at least 25 percent of the business entity submitting the bid or application. Subrecipient certifies it has submitted this information to the GLO.* 6. If the Contract is for a "cloud computing service" as defined by Texas Government Code Section 2157.007, then pursuant to Section 2054.0593(d)-(f) of the Texas Government Code, relating to cloud computing state risk and authorization management program, Subrecipient represents and warrants that it complies with the requirements of the state risk and authorization management program and Subrecipient agrees that throughout the term of the Contract it shall maintain its certifications and comply with the program requirements in the performance of the Contract. 7. If the Contract is for the purchase or lease of computer equipment, as defined by Texas Health and Safety Code Section 361.952(2), Subrecipient 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 Title 30 Texas Administrative Code Chapter 328. 8. If the Contract authorizes Subrecipient to access, transmit, use, or store data for the GLO, then in accordance with Section 2054.138 of the Texas Government Code, Subrecipient certifies that it will comply with the security controls required under this Contract and will *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 2 of 9 maintain records and make them available to the GLO as evidence of Subrecipient's compliance with the required controls. 9. Subrecipient represents and warrants that it has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with the Contract. 10. Subrecipient agrees that any payments due under the Contract shall be applied towards any debt or delinquency that is owed by Subrecipient to the State of Texas. 11. Upon request of the GLO, Subrecipient shall provide copies of its most recent business continuity and disaster recovery plans. 12. If the Contract is for consulting services governed by Texas Government Code Chapter 2254, Subchapter B, in accordance with Section 2254.033 of the Texas Government Code, relating to consulting services, Subrecipient certifies that it does not employ an individual who has been employed by the GLO or another agency at any time during the two years preceding the Subrecipient's submission of its offer to provide consulting services to the GLO or, in the alternative Subrecipient, in its offer to provide consulting services to the GLO, disclosed the following: (i) the nature of the previous employment with the GLO or other state agency; (ii) the date the employment was terminated; and (iii) the annual rate of compensation for the employment at the time of its termination. 13. If the Contract is not for architecture, engineering, or construction services, then except as otherwise provided by statute, rule, or regulation, Subrecipient must use the dispute resolution process provided for in Chapter 2260 of the Texas Government Code to attempt to resolve any dispute arising under the Contract. NOTHING IN THIS SECTION SHALL BE CONSTRUED AS A WAIVER OF SOVEREIGN IMMUNITY BY THE GLO OR, IF APPLICABLE, OF GOVERNMENTAL IMMUNITY BY SUBRECIPIENT. 14. If the Contract is for architecture, engineering, or construction services, then subject to Texas Government Code Section 2260.002 and Texas Civil Practice and Remedies Code Chapter 114, and except as otherwise provided by statute, rule, or regulation, Subrecipient shall use the dispute resolution process provided for in Chapter 2260 of the Texas Government Code to attempt to resolve all disputes arising under this Contract. Except as otherwise provided by statute, rule, or regulation, in accordance with the Texas Civil Practice and Remedies Code, Section 114.005, claims encompassed by Texas Government Code, Section 2260.002(3) and Texas Civil Practice and Remedies Code Section 114.002 shall be governed by the dispute resolution process set forth below in subsections (a)-(d). NOTHING IN THIS SECTION SHALL BE CONSTRUED AS A WAIVER OF SOVEREIGN IMMUNITY BY THE GLO OR, IF APPLICABLE, OF GOVERNMENTAL IMMUNITY BY SUBRECIPIENT. a. Notwithstanding Texas Government Code, Chapter 2260.002(3) and Chapter 114.012 and any other statute or applicable law, if Subrecipient's claim for breach of contract cannot be resolved by the Parties in the ordinary course of business, Subrecipient may make a claim against the GLO for breach of contract and the GLO may assert a counterclaim against Subrecipient as is contemplated by Texas Government Code, Chapter 2260, Subchapter B. In such event, Subrecipient must provide written notice to the GLO of a claim for breach of the Contract not later than the 180th day after the date *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 3 of 9 of the event giving rise to the claim. The notice must state with particularity: (1) the nature of the alleged breach; (2) the amount Subrecipient seeks as damages; and (3) the legal theory of recovery. b. The chief administrative officer, or if designated in the Contract, another officer of the GLO, shall examine the claim and any counterclaim and negotiate with Subrecipient in an effort to resolve them. The negotiation must begin no later than the 120th day after the date the claim is received, as is contemplated by Texas Government Code, Chapter 2260, Section 2260.052. c. If the negotiation under paragraph (b) above results in the resolution of some disputed issues by agreement or in a settlement, the Parties shall reduce the agreement or settlement to writing and each Party shall sign the agreement or settlement. A partial settlement or resolution of a claim does not waive a Party's rights under this Contract as to the parts of the claim that are not resolved. d. If a claim is not entirely resolved under paragraph (b) above, on or before the 270th day after the date the claim is filed with the GLO, unless the Parties agree in writing to an extension of time, the Parties may agree to mediate a claim made under this dispute resolution procedure. This dispute resolution procedure is Subrecipient's sole and exclusive process for seeking a remedy for an alleged breach of contract by the GLO if the Parties are unable to resolve their disputes as described in this section_ e. Nothing in the Contract shall be construed as a waiver of the state's or the GLO's sovereign immunity, or, if applicable, the governmental immunity of Subrecipient. This Contract shall not constitute or be construed as a waiver of any of the privileges, rights, defenses, remedies, or immunities available to the State of Texas or Subrecipient. The failure to enforce, or any delay in the enforcement, of any privileges, rights, defenses, remedies, or immunities available to the State of Texas or, if applicable, of Subrecipient under this Contract 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. The GLO does not waive any privileges, rights, defenses, or immunities available to it by entering into this Contract or by its conduct, or by the conduct of any representative of the GLO, prior to or subsequent to entering into this Contract. Subrecipient does not waive any privileges, rights, defenses, or immunities available to it by entering into this Contract or by its conduct, or by the conduct of any representative of the Subrecipient, prior to or subsequent to entering into this Contract. f. Except as otherwise provided by statute, rule, or regulation, compliance with the dispute resolution process provided for in Texas Government Code, Chapter 2260, subchapter B and incorporated by reference in subsection (a)-(d) above is a condition precedent to the Subrecipient: (1) filing suit pursuant to Chapter 114 of the Civil Practices and Remedies Code; or (2) initiating a contested case hearing pursuant to Subchapter C of Chapter 2260 of the Texas Government Code. 15. If Chapter 2271 of the Texas Government Code applies to this Contract, Subrecipient verifies that it does not boycott Israel and will not boycott Israel during the term of the Contract.` 16. This Contract is contingent upon the continued availability of lawful appropriations by the Texas Legislature. Subrecipient understands that all obligations of the GLO under this *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 4 of 9 Contract are subject to the availability of funds. If such funds are not appropriated or become unavailable, the GLO may terminate the Contract. The Contract shall not be construed as creating a debt on behalf of the GLO in violation of Article III, Section 49a of the Texas Constitution. 17. Subrecipient 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. 18. 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 GLO, (2) a person who at any time during the four years before the effective date of the Contract was the executive head of the GLO, or(3) a person who employs a current or former executive head of the GLO. 19. Subrecipient represents and warrants that all statements and information prepared and submitted in connection with this Contract are current, complete, true, and accurate. Submitting a false statement or making a material misrepresentation during the performance of this Contract is a material breach of contract and may void the Contract or be grounds for its termination. 20. Pursuant to Section 2155.004(a) of the Texas Government Code, Subrecipient certifies that neither Subrecipient nor any person or entity represented by Subrecipient has received compensation from the GLO to participate in the preparation of the specifications or solicitation on which this Contract is based. Under Section 2155.004(b) of the Texas Government Code, Subrecipient certifies that the individual or business entity named in this Contract is not ineligible to receive the specified Contract and acknowledges that the Contract may be terminated and payment withheld if this certification is inaccurate. This Section does not prohibit Subrecipient from providing free technical assistance.* 21. Subrecipient 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.* 22. In accordance with Section 2252.901 of the Texas Government Code, for the categories of contracts listed in that section, Subrecipient represents and warrants that none of its employees including, but not limited to, those authorized to provide services under the contract, were employees of the GLO during the twelve (12) month period immediately prior to the date of execution of the contract. Solely for professional services contracts as described by Chapter 2254 of the Texas Government Code, Subrecipient further represents and warrants that if a former employee of the GLO was employed by Subrecipient within one year of the employee's leaving the GLO, then such employee will not perform services on projects with Subrecipient that the employee worked on while employed by the GLO.* 23. The Contract 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 Contract 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 any Party. *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 5 of 9 24. IF THE CONTRACT IS NOT FOR ARCHITECTURE OR ENGINEERING SERVICES GOVERNED BY TEXAS GOVERNMENT CODE CHAPTER 2254, SUBRECIPIENT, TO THE EXTENT ALLOWED BY LAW, SHALL DEFEND, INDEMNIFY AND HOLD HARMLESS THE STATE OF TEXAS AND THE GLO, 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 ATTORNEY GENERAL. SUBRECIPIENT AND THE GLO SHALL FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM.* 25. IF THE CONTRACT IS FOR ARCHITECTURE OR ENGINEERING SERVICES GOVERNED BY TEXAS GOVERNMENT CODE CHAPTER 2254, SUBRECIPIENT, TO THE EXTENT ALLOWED BY LAW, SHALL INDEMNIFY AND HOLD HARMLESS THE STATE OF TEXAS AND THE GLO, 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 DAMAGES, COSTS, ATTORNEY FEES, AND EXPENSES TO THE EXTENT CAUSED BY, ARISING OUT OF, OR RESULTING FROM ANY ACTS OF NEGLIGENCE, INTENTIONAL TORTS, WILLFUL MISCONDUCT, PERSONAL INJURY OR DAMAGE TO PROPERTY, AND/OR OTHERWISE RELATED TO SUBRECIPIENT'S PERFORMANCE, AND/OR FAILURES TO PAY A SUBCONTRACTOR OR SUPPLIER BY THE SUBRECIPIENT OR ITS AGENTS, EMPLOYEES, SUBCONTRACTORS, ORDER FULFILLERS, CONSULTANTS UNDER CONTRACT TO SUBRECIPIENT, OR ANY OTHER ENTITY OVER WHICH SUBRECIPIENT EXERCISES CONTROL, OR SUPPLIERS OF SUBCONTRACTORS IN THE EXECUTION OR PERFORMANCE OF 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 ATTORNEY GENERAL. SUBRECIPIENT AND THE GLO SHALL FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM.* 26. TO THE EXTENT ALLOWED BY LAW, SUBRECIPIENT SHALL DEFEND, INDEMNIFY, AND HOLD HARMLESS THE GLO 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 *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 6 of 9 PROPERTY, PUBLICITY OR PRIVACY RIGHTS, AND/OR IN CONNECTION WITH OR ARISING FROM: (1) THE PERFORMANCE OR ACTIONS OF SUBRECIPIENT PURSUANT TO THIS CONTRACT; (2) ANY DELIVERABLE, WORK PRODUCT, CONFIGURED SERVICE OR OTHER SERVICE PROVIDED HEREUNDER; AND/OR (3) THE GLO'S AND/OR SUBRECIPIENT'S USE OF OR ACQUISITION OF ANY REQUESTED SERVICES OR OTHER ITEMS PROVIDED TO THE GLO BY SUBRECIPIENT OR OTHERWISE TO WHICH THE GLO HAS ACCESS AS A RESULT OF SUBRECIPIENT'S PERFORMANCE UNDER THE CONTRACT. SUBRECIPIENT AND THE GLO SHALL FURNISH TIMELY WRITTEN NOTICE TO EACH OTHER OF ANY SUCH CLAIM. SUBRECIPIENT SHALL BE LIABLE TO PAY ALL COSTS OF DEFENSE, INCLUDING ATTORNEYS' FEES. THE DEFENSE SHALL BE COORDINATED BY SUBRECIPIENT WITH THE OFFICE OF THE TEXAS ATTORNEY GENERAL (OAG) WHEN TEXAS STATE AGENCIES ARE NAMED DEFENDANTS IN ANY LAWSUIT AND SUBRECIPIENT MAY NOT AGREE TO ANY SETTLEMENT WITHOUT FIRST OBTAINING THE CONCURRENCE FROM OAG. IN ADDITION, SUBRECIPIENT WILL REIMBURSE THE GLO 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 GLO DETERMINES THAT A CONFLICT EXISTS BETWEEN ITS INTERESTS AND THOSE OF SUBRECIPIENT OR IF THE GLO IS REQUIRED BY APPLICABLE LAW TO SELECT SEPARATE COUNSEL, THE GLO WILL BE PERMITTED TO SELECT SEPARATE COUNSEL AND SUBRECIPIENT WILL PAY ALL REASONABLE COSTS OF THE GLO'S COUNSEL.* 27. Subrecipient has disclosed in writing to the GLO all existing or known potential conflicts of interest relative to the performance of the Contract. 28. Sections 2155.006 and 2261.053 of the Texas Government Code prohibit state agencies from accepting a solicitation response or awarding a contract that includes proposed financial participation by a person who, in the past five years,has been convicted of violating a federal law or assessed a penalty in connection with a contract involving relief for Hurricane Rita, Hurricane Katrina, or any other disaster, as defined by Section 418.004 of the Texas Government Code, occurring after September 24, 2005. Under Sections 2155.006 and 2261.053 of the Texas Government Code, Subrecipient certifies that the individual or business entity named in this Contract is not ineligible to receive the specified Contract and acknowledges that this Contract may be terminated and payment withheld if this certification is inaccurate.* 29. The person executing this Contract certifies that he/she is duly authorized to execute this Contract on his/her own behalf or on behalf of Subrecipient and legally empowered to contractually bind Subrecipient to the terms and conditions of the Contract and related documents. 30. If the Contract is for architectural or engineering services, pursuant to Section 2254.0031 of the Texas Government Code, which incorporates by reference Section 271.904(d) of the Texas Local Government Code, Subrecipient shall perform services (1) with professional skill and care ordinarily provided by competent engineers or architects practicing under the same or similar circumstances and professional license, and (2) as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect.* *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 7 of 9 31. 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. 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. The GLO may unilaterally amend the Contract to comply with any rules and procedures of the state auditor in the implementation and enforcement of Section 2262.154 of the Texas Government Code. 32. Subrecipient certifies that neither it nor its principals are debarred, suspended, proposed for debarment, declared ineligible, or otherwise excluded from participation in the Contract by any state or federal agency. 33. If the Contract is for the purchase or lease of covered television equipment, as defined by Section 361.971(3) of the Texas Health and Safety Code, Subrecipient certifies its compliance with Subchapter Z, Chapter 361 of the Texas Health and Safety Code, related to the Television Equipment Recycling Program. 34. Pursuant to Section 572.069 of the Texas Government Code, Subrecipient certifies it has not employed and will not employ a former state officer or employee who participated in a procurement or contract negotiations for the GLO involving Subrecipient within two (2) years after the date that the contract is signed or the procurement is terminated or withdrawn. This certification only applies to former state officers or employees whose state service or employment ceased on or after September 1, 2015. 35. The GLO shall post this Contract to the GLO's website. Subrecipient understands that the GLO will comply with the Texas Public Information Act (Texas Government Code Chapter 552, the "PIA"), as interpreted by judicial rulings and opinions of the Attorney General of the State of Texas (the "Attorney General"). Information, documentation, and other material in connection with this Contract may be subject to public disclosure pursuant to the PIA. hi accordance with Section 2252.907 of the Texas Government Code, Subrecipient is required to make any information created or exchanged with the GLO or the State of Texas pursuant to the Contract, and not otherwise excepted from disclosure under the PIA, available to the GLO in portable document file (".pdf') format or any other format agreed upon between the Parties that is accessible by the public at no additional charge to the GLO or the State of Texas. By failing to mark any information that Subrecipient believes to be excepted from disclosure as "confidential" or a"trade secret," Subrecipient waives any and all claims it may make against the GLO for releasing such information without prior notice to Subrecipient. The Attorney General will ultimately determine whether any information may be withheld from release under the PIA. Subrecipient shall notify the GLO's Office of General Counsel within twenty-four (24) hours of receipt of any third-party written requests for information and forward a copy of said written requests to PIALegalkglo.texas.gov. If a request for information was not written, Subrecipient shall forward the third party's contact information to the above-designated e-mail address. *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 8 of 9 36. The GLO does not tolerate any type of fraud. GLO policy promotes consistent, legal, and ethical organizational behavior by assigning responsibilities and providing guidelines to enforce controls. Any violations of law, agency policies, or standards of ethical conduct will be investigated, and appropriate actions will be taken. Subrecipient must report any possible fraud, waste, or abuse that occurs in connection with the Contract to the GLO in the manner prescribed by the GLO's website, https://www.glo.texas.gov. 37. If Subrecipient, in its performance of the Contract, has access to a state computer system or database, Subrecipient must complete a cybersecurity training program certified under Texas Government Code Section 2054.519, as selected by the GLO. Subrecipient must complete the cybersecurity training program during the initial term of the Contract and during any renewal period. Subrecipient must verify in writing to the GLO its completion of the cybersecurity training program. 38. Under Section 2155.0061, Texas Government Code, Subrecipient certifies that the entity named in this Contract is not ineligible to receive the specified Contract and acknowledges that this Contract may be terminated and payment withheld if this certification is inaccurate.* 39. Subrecipient 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 Subrecipient's business. Subrecipient acknowledges that such a vaccine or recovery requirement would make Subrecipient ineligible for a state-funded contract. 40. Pursuant to Government Code Section 2275.0102, Subrecipient certifies that neither it nor its parent company, nor any affiliate of Subrecipient 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 2275.0103, or(2) headquartered in any of those countries.* 41. If Subrecipient is required to make a verification pursuant to Section 2276.002 of the Texas Government Code, Subrecipient verifies that Subrecipient does not boycott energy companies and will not boycott energy companies during the term of the Contract. If Subrecipient does not make that verification, Subrecipient must notify the GLO and state why the verification is not required.* 42. If Subrecipient is required to make a verification pursuant to Section 2274.002 of the Texas Government Code, Subrecipient verifies that it(1) does not have a practice, policy, guidance, or directive that discriminates against a "firearm entity" or "firearm trade association" as those terms are defined in Texas Government Code section 2274.001 and (2) will not discriminate during the term of the Contract against a firearm entity or firearm trade association. If Subrecipient does not make that verification, Subrecipient must notify the GLO and state why the verification is not required.* 43. If Subrecipient is a "professional sports team" as defined by Texas Occupations Code Section 2004.002, Subrecipient will play the United States national anthem at the beginning of each team sporting event held at Subrecipient's home venue or other venue controlled by Subrecipient for the event. Failure to comply with this obligation constitutes a default of this Contract, and immediately subjects Subrecipient to the penalties for default, such as repayment of money received or ineligibility for additional money. In addition, Subrecipient *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment C GLO Contract No.24-065-091-E767 Page 9 of 9 may be debarred from contracting with the State. The GLO or the Attorney General may strictly enforce this provision.* 44. To the extent Section 552.371 of the Texas Government Code applies to Subrecipient and the Contract, in accordance with Section 552.372 of the Texas Government Code, Subrecipient must (a) preserve all contracting information related to the Contract in accordance with the records retention requirements applicable to the GLO for the duration of the Contract, (b) no later than the tenth business day after the date of the GLO's request, provide to the GLO any contracting information related to the Contract that is in Subrecipient's custody or possession, and (c) on termination or expiration of the Contract, either(i)provide to the GLO at no cost all contracting information related to the Contract that is in Subrecipient's custody or possession or (ii) preserve the contracting information related to the Contract in accordance with the records retention requirements applicable to the GLO. Except as provided by Section 552.374(c) of the Texas Government Code, the requirements of Subchapter J, Chapter 552, Government Code, may apply to the Contract and Subrecipient agrees that the Contract may be terminated if Subrecipient knowingly or intentionally fails to comply with a requirement of that subchapter.* 45. If the Contract is for consulting services governed by Chapter 2254 of the Texas Government Code, Subrecipient, upon completion of the Contract, must give the GLO a compilation, in a digital medium agreed to by the Parties, of all documents, films, recordings, or reports Subrecipient compiled in connection with its performance under the Contract.* 46. If subject to 2 C.F.R. 200.216, Subrecipient shall not obligate or expend funding provided under this Contract to: (a) procure or obtain; (b) extend or renew a contract to procure or obtain; or (c) enter into a contract to procure or obtain covered telecommunications equipment or services, as described in Public Law 115-232, Section 889, including systems that use covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. 47. To the extent Texas Government Code Chapter 2252, Subchapter G applies to the Contract, any iron or steel product Subrecipient uses in its performance of the Contract that is produced through a manufacturing process, as defined in Section 2252.201(2) of the Texas Government Code, must be produced in the United States. 48. If subject to 2 C.F.R. 200.217, Subrecipient shall not discharge, demote, or otherwise discriminate against an employee as a reprisal for lawfully disclosing information that the employee reasonably believes is evidence of gross mismanagement, waste, abuse of authority, a danger to public health or safety, or a violation of law related to a Federal contract or grant. Subrecipient shall inform its employees in writing of their whistleblower rights and protections under 41 U.S.C. 4712. *This section does not apply to a contract with a"governmental entity"as defined in Texas Government Code Chapter 2251. 11062024JW:NM Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment D GLO Contract No.24-065-091-E767 Page 1 of 4 NONEXCLUSIVE LIST OF APPLICABLE LAWS,RULES,AND REGULATIONS If applicable to the Project, Subrecipient must be in compliance with the following laws, rules, and regulations, as may be amended or superseded over time, and any other state, federal, or local laws, rules, and regulations as may become applicable throughout the term of the Contract, and Subrecipient acknowledges that this list may not include all such applicable laws, rules, and regulations. Subrecipient is deemed to have read and understands the requirements of each of the following,if applicable to the Project under this Contract: GENERALLY The Acts and Regulations specified in this Contract; Further Additional Supplemental Appropriations for Disaster Relief Requirements Act, 2018 (Division B, Subdivision 1 of the Bipartisan Budget Act of 2018) (Public Law 115-123); The Housing and Community Development Act of 1974 (12 U.S.C. § 5301 et seq.); The United States Housing Act of 1937, as amended, 42 U.S.C. § 1437f(o)(13) (2016) and related provisions governing Public Housing Authority project-based assistance, and implementing regulations at 24 C.F.R. Part 983 (2016); Cash Management Improvement Act regulations (31 C.F.R. Part 205); Community Development Block Grants (24 C.F.R. Part 570); Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 C.F.R. Part 200); Community Development Block Grant Disaster Recovery and Mitigation Implementation Manual; and State of Texas CDBG Mitigation Action Plan, dated March 31, 2020, as may be amended. CIVIL RIGHTS Title VI of the Civil Rights Act of 1964, (42 U.S.C. § 2000d et seq.); 24 C.F.R. Part 1, "Nondiscrimination in Federally Assisted Programs of the Department of Housing and Urban Development- Effectuation of Title VI of the Civil Rights Act of 1964",- Title VII of the Civil Rights Act of 1964, as amended by the Equal Employment Opportunity Act of 1972 (42 U.S.C. § 2000e, et seq.); Title VIII of the Civil Rights Act of 1968, "The Fair Housing Act of 1968" (42 U.S.C. § 3601, et seq.), as amended; Executive Order 11063, as amended by Executive Order 12259, and 24 C.F.R. Part 107, "Nondiscrimination and Equal Opportunity in Housing under Executive Order 11063"; The failure or refusal of Subrecipient to comply with the requirements of Executive Order 11063 or 24 C.F.R. Part 107 shall be a proper basis for the imposition of sanctions specified in 24 C.F.R. 107.60; The Age Discrimination Act of 1975 (42 U.S.C. § 6 10 1, et seq.); and Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. § 794.) and "Nondiscrimination Based Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment D GLO Contract No.24-065-091-E767 Page 2 of 4 on Handicap in Federally-Assisted Programs and Activities of the Department of Housing and Urban Development", 24 C.F.R. Part 8. By signing this Contract, Subrecipient understands and agrees that the activities funded shall be performed in accordance with 24 C.F.R. Part 8; and the Architectural Barriers Act of 1968 (42 U.S.C. § 4151, et seq.), including the use of a telecommunications device for deaf persons (TDDs) or equally effective communication system. LABOR STANDARDS The Davis-Bacon Act, as amended (originally, 40 U.S.C. §§ 276a-276a-5 and re-codified at 40 U.S.C. §§ 3141-3148); 29 C.F.R. Part 5; The Copeland "Anti-Kickback" Act (originally, 18 U.S.C. § 874 and re-codified at 40 U.S.C. § 3145): 29 C.F.R. Part 3; Sections 103 and 107 of the Contract Work Hours and Safety Standards Act (originally, 40 U.S.C. §§ 327A and 330 and re-codified at 40 U.S.C. §§ 3701-3708); Labor Standards Provisions Applicable to Contracts Covering Federally Financed and Assisted Construction (Also Labor Standards Provisions Applicable to Non-construction Contracts Subject to the Contract Work Hours and Safety Standards Act) (29 C.F.R. Part 5); and Federal Executive Order 11246, as amended. EMPLOYMENT OPPORTUNITIES Section 3 of the Housing and Urban Development Act of 1968 (12 U.S.C. § 1701u): 24 C.F.R. Part 75; The Vietnam Era Veterans' Readjustment Assistance Act of 1974 (38 U.S.C. § 4212); Title IX of the Education Amendments of 1972 (20 U.S.C. §§ 1681-1688); and Federal Executive Order 11246, as amended. GRANT AND AUDIT STANDARDS Single Audit Act Amendments of 1996, 31 U.S.C. § 7501; Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 C.F.R. Part 200); Uniform Grant and Contract Management Act (Texas Government Code Chapter 783) and the Uniform Grant Management Standards, issued by Governor's Office of Budget and Planning; and Title 1 Texas Administrative Code § 5.167(c). LEAD-BASED PAINT Section 302 of the Lead-Based Paint Poisoning Prevention Act(42 U.S.C. § 4831(b)). HISTORIC PROPERTIES The National Historic Preservation Act of 1966 as amended (16 U.S.C. § 470, et seq.), particularly sections 106 and 110 (16 U.S.C. §§ 470 and 470h-2); Executive Order 11593, Protection and Enhancement of the Cultural Environment, May 13, 1971 (36 FR 8921), 3 C.F.R., 1971-1975 Comp., p. 559,particularly section 2(c); Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment D GLO Contract No.24-065-091-E767 Page 3 of 4 Federal historic preservation regulations as follows: 36 C.F.R. Part 800 with respect to HUD programs; and The Reservoir Salvage Act of 1960, as amended by the Archeological and Historic Preservation Act of 1974 (16 U.S.C. § 469, etseq.),particularly section 3 (16 U.S.C. § 469a-1). ENVIRONMENTAL LAW AND AUTHORITIES Environmental Review Procedures for Recipients assuming HUD Environmental Responsibilities (24 C.F.R. Part 58, as amended); National Environmental Policy Act of 1969, as amended(42 U.S.C. §§ 4321-4347); and Council for Environmental Quality Regulations for Implementing NEPA (40 C.F.R. Parts 1500- 1508). FLOODPLAIN MANAGEMENT AND WETLAND PROTECTION Executive Order 11988, Floodplain Management, as amended by Executive Order 13690, February 4, 2015 (3 C.F.R., 2016 Comp., p. 268), as implemented in HUD regulations at 24 C.F.R. Part 55, particularly Section 2(e) of Executive Order 11988, as amended; and Executive Order 11990, Protection of Wetlands, May 24, 1977 (42 FR 26961), 3 C.F.R., 1977 Comp., p. 121, as interpreted in HUD regulations at 24 C.F.R. Part 55, particularly Sections 2 and 5 of the Order. COASTAL ZONE MANAGEMENT The Coastal Zone Management Act of 1972 (16 U.S.C. § 1451, et seq.), as amended, particularly sections 307(c) and (d) (16 U.S.C. § 1456(c) and (d)). SOLE SOURCE AQUIFERS The Safe Drinking Water Act of 1974 (42 U.S.C. §§ 201, 300(f), et seq., and 21 U.S.C. § 349) as amended; particularly section 1424(e)(42 U.S.C. § 300h-3(e)); and Sole Source Aquifers (Environmental Protection Agency-40 C.F.R. part 149.). ENDANGERED SPECIES The Endangered Species Act of 1973 (16 U.S.C. § 1531, et seq.) as amended,particularly section 7 (16 U.S.C. § 1536). WILD AND SCENIC RIVERS The Wild and Scenic Rivers Act of 1968 (16 U.S.C. § 1271, et seq.) as amended, particularly sections 7(b) and (c) (16 U.S.C. § 1278(b) and (c)). AIR QUALITY The Clean Air Act (42 U.S.C. § 7401, et seq.) as amended, particularly sections 176(c) and (d) (42 U.S.C. §7506(c) and (d)). Determining Conformity of Federal Actions to State or Federal Implementation Plans (Environmental Protection Agency-40 C.F.R. Parts 6, 51, and 93). FARMLAND PROTECTION Farmland Protection Policy Act of 1981 (7 U.S.C. § 4201, et seq.) particularly sections 1540(b) Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment D GLO Contract No.24-065-091-E767 Page 4 of 4 and 1541 (7 U.S.C. §§ 4201(b) and 4202); and Farmland Protection Policy (Department of Agriculture-7 C.F.R. part 658). HUD ENVIRONMENTAL STANDARDS Applicable criteria and standards specified in HUD environmental regulations (24 C.F.R. Part 51)(other than the runway clear zone and clear zone notification requirement in 24 C.F.R. § 51.303(a)(3); and HUD Notice 79-33, Policy Guidance to Address the Problems Posed by Toxic Chemicals and Radioactive Materials, September 10, 1979. ENVIRONMENTAL JUSTICE Executive Order 12898 of February 11, 1994Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, (59 FR 7629), 3 C.F.R., 1994 Comp. p. 859. SUSPENSION AND DEBARMENT Use of debarred, suspended, or ineligible contractors or subrecipients (24 C.F.R. § 570.609); General HUD Program Requirements; Waivers (24 C.F.R. Part 5); and Nonprocurement Suspension and Debarment(2 C.F.R. Part 2424). ACQUISITION/RELOCATION The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (42 U.S.C. § 4601, et seq.), 24 C.F.R. Part 42, and 24 C.F.R. § 570.606. FAITH-BASED ACTIVITIES Executive Order 13279 of December 12, 2002 - Equal Protection of the Laws for Faith-Based and Community Organizations, (67 FR 77141), as amended by Executive Order 13559, Fundamental Principles and Policymaking Criteria for Partnerships with Faith-Based and Other Neighborhood Organizations and HUD regulations at 24 C.F.R. 570.2000). REMAINDER OF PAGE INTENTIONALLY LEFT BLANK Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment E GLO Contract No.24-065-091-E767 Page 1 of 5 SPECIAL CONDITIONS If applicable to a Project or Activity, Subrecipient must comply with the following Special Conditions and any other State, Federal, or local laws, rules, and regulations as may be applicable, throughout the term of the Contract,prior to the release of any grant funds for the Projects or Activities anticipated. Subrecipient is deemed to have read and to understand the requirements of each of the following, if applicable to the Project or any Activity under this Contract: A. REIMBURSEMENT, GENERALLY As provided for in Public Law 115-123, the Contract funds may not be used for activities that are eligible to be reimbursed by, or for which funds are made available by, (a) the Federal Emergency Management Agency (FEMA); (b) the Army Corps of Engineers (Corps); (c) any other federal funding source; or (d) covered by insurance, and Subrecipient shall ensure compliance with all such requirements. B. NATIONAL FLOOD INSURANCE PROGRAM COMPLIANCE 1. Subrecipient must provide documentation which indicates they have received approval from the Texas Water Development Board (TWDB), the National Flood Insurance Program (NFIP) State Coordinating Agency, that appropriate ordinances or orders necessary for Subrecipient to be eligible to participate in the NFIP have been adopted. 2. When Activities specified in a Performance Statement involve structures that are located within Special Flood Hazard Areas (SFHA), flood insurance may be required. If required, Subrecipient shall obtain such insurance and shall maintain documentation evidencing compliance with such requirements. 3. Subrecipient acknowledges and agrees that if any property that is the subject of an Activity under this Contract is located within a floodplain,the following terms and conditions shall apply: a. Under the Flood Disaster Protection Act of 1973, as amended (42 U.S.C. 4001- 4128), Federal financial assistance for acquisition and construction purposes (including rehabilitation) may not be used in an area identified by the Federal Emergency Management Agency(FEMA)as having special flood hazards,unless: i. The community in which the area is situated is participating in the National Flood Insurance Program ("NFIP"), or less than one (1) year has passed since the FEMA notification regarding such hazards; and ii. Where the community is participating in the NFIP, flood insurance protection is to be obtained as a condition of the approval of financial assistance to the property owner. b. Where the community is participating in the NFIP and the recipient provides financial assistance for acquisition or construction purposes (including rehabilitation) for property located in an area identified by FEMA as having special flood hazards, Subrecipient is responsible for ensuring that flood insurance under the NFIP is obtained and maintained. c. Under Section 582 of the National Flood Insurance Reform Act of 1994, 42 U.S.C. 5154a, HUD disaster assistance that is made available in a special flood hazard area may not be used to make a payment (including any loan assistance payment) to a person for repair, replacement, or restoration for flood damage to any personal, residential, or commercial property if: i. The person had previously received Federal flood disaster assistance conditioned on obtaining and maintaining flood insurance; and 11. The person failed to obtain and maintain flood insurance. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment E GLO Contract No.24-065-091-E767 Page 2 of 5 d. Subrecipient understands and agrees that it has a responsibility to inform homeowners receiving disaster assistance that triggers the flood insurance purchase requirement of their statutory responsibility to notify any transferee of the requirement to obtain and maintain flood insurance,and that the transferring owner may be liable if he or she fails to do so. C. PROJECT MAPPING/DESIGN INFORMATION For construction projects, Subrecipient shall require and maintain copies, in written and/or digital format,of final Project record drawing(s)and engineering schematics,as constructed. D. WATER SYSTEM IMPROVEMENTS 1. Prior to the GLO's release of funds for the construction of any water system improvements, Subrecipient shall provide certification to the GLO that plans, specifications, and related documents for the specified water system improvements have been prepared by the engineer selected for such activities,or the engineer's duly authorized representative,and that the review of such plans, specifications, and related documents meet the applicable Texas Commission on Environmental Quality (TCEQ) review requirements described in Title 30 of the Texas Administrative Code. 2. Prior to construction, Subrecipient shall provide documentation to the GLO that an approved new or amended Certificate of Convenience and Necessity (CCN), or the equivalent permit or authority for the area to be served,has been issued by the TCEQ. 3. Prior to Subrecipient submission of the Project Completion Report for any water system improvements described in Attachment A, Subrecipient shall provide a letter from the TCEQ that the constructed well is approved for interim use and may be temporarily placed into service pursuant to 30 Texas Administrative Code, Chapter 290—Rules and Regulations for Public Water Systems. E. SEWER SYSTEM IMPROVEMENTS Prior to the construction of any sewer system improvements described, Subrecipient shall provide certification that the plans, specifications, and related documents for the specified sewer system improvements have been prepared by the engineer selected for such activities, or the engineer's duly authorized representative and properly submitted to the Texas Commission on Environmental Quality (TCEQ) for review and approval in accordance with the administrative requirements of 30 TAC §217.6. Further, prior to the construction of any sewer lines or additional service connections described in Attachment A, Subrecipient shall provide notification to the GLO of the start of construction on any sewer treatment plant or other system-related improvements included in this Contract. F. WASTEWATER TREATMENT CONSTRUCTION Prior to incurring costs for any wastewater treatment construction in Attachment A, Subrecipient shall provide documentation of an approved permit or amendment(s) to an existing permit for such activities from the TCEQ's Water Quality Division. In addition, Subrecipient shall provide documentation to the GLO that an approved new or amended Certificate of Convenience and Necessity (CCN), or equivalent permit or authority for the area to be served, has been issued by the TCEQ as required by 16 Texas Administrative Code Chapter 24, Subchapter H. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment E GLO Contract No.24-065-091-E767 Page 3 of 5 G. ON-SITE SEWAGE FACILITIES (OSSF)IMPROVEMENTS 1. Subrecipient shall provide documentation that final plans, specifications, and installation of its OSSF improvements have been reviewed and approved by the City or County Health Department through authority granted by the TCEQ. 2. Subrecipient shall mitigate all existing OSSF in accordance with 30 Texas Administrative Code Chapter 285, Subchapter D, §285.36(b). 3. Prior to the selection of program recipients for proposed OSSF, Subrecipient shall provide a copy of its proposed program guidelines to for GLO review. All proposed OSSF programs must meet or exceed guidelines set forth in 30 Texas Administrative Code Chapter 285, Subchapter D. H. BUILDING CONSTRUCTION Subrecipient shall provide documentation that the construction of a new building and facilities are in compliance with the Texas Accessibility Standards (TAS) adopted under the Architectural Barriers Act, Chapter 469, Texas Government Code, and the Texas Department of Licensing and Regulation (TDLR) Architectural Barriers Administrative Rules, 16 Texas Administrative Code, Chapter 68. If estimated construction costs exceed Fifty Thousand Dollars ($50,000.00), Construction Documents must be submitted to the TDLR for an accessibility plan review. I. BRIDGE CONSTRUCTION/REHABILITATION Subrecipient shall use the minimum design requirements of the Texas Department of Transportation (TxDOT) for bridge construction/rehabilitation. Final plans and specifications must be submitted to TxDOT for review and approval prior to the start of construction in accordance with Transportation Code Section 201.084, and documentation of such approval must be provided to the GLO. J. DISASTER SHELTERS Subrecipient shall ensure that the primary purpose of the facility, as described in Attachment A, is to serve as a disaster shelter, and shall ensure the facility is operated at all times in a manner that ensures that the priority use is to serve as a disaster shelter regardless of any other scheduled uses or commitments that existed at the time of the disaster or emergency situation. In addition, Subrecipient shall prepare or be incorporated into an approved emergency management plan, as prescribed by the Texas Division of Emergency Management, identifying the shelter as a facility that provides short- term lodging for evacuees during and immediately after an emergency situation. Subrecipient shall submit a copy of Subrecipient's Emergency Management Plan Annex for Shelter and Mass Care to the GLO. K. DEBRIS REMOVAL Subrecipient shall ensure that any debris to be removed consists primarily of vegetation, construction and demolition materials from damaged or destroyed structures, and personal property. Only debris identified as the responsibility of the local jurisdiction will be eligible for the reimbursement of cost of removal. Prior to beginning debris collection operations, Subrecipient shall address all pertinent environmental concerns, adhere to all applicable regulations, and obtain all required permits. Further, Subrecipient shall adhere to the methods described herein for the collection and storage of debris prior to proper disposal. While construction and demolition debris may be collected and disposed of at an appropriately rated landfill, woody and/or vegetative debris must be stored prior to disposal by use of temporary debris storage and reduction sites (TDSR). Subrecipient will prepare and operate the TDSR sites, or local jurisdictions choosing to conduct their own debris operations may review Chapter 7 of the FEMA Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment E GLO Contract No.24-065-091-E767 Page 4 of 5 Debris Management Guide, as amended, regarding the use of TDSR sites. This document may be obtained at FEMA Debris Monitoring Guide. In order to maintain the life expectancy of landfills, Subrecipients disposing of woody and/or vegetative debris must choose burning, chipping, or grinding as the method of disposal. Any project disposing of woody and/or vegetative debris must be approved in writing by the GLO. L. USE OF BONDS Subrecipient must notify the GLO of its issuance and sale of bonds for completion of the project funded under this Contract. M. PROGRAM GUIDELINES Prior to the selection of program beneficiaries, Subrecipient shall provide to the GLO, for GLO review and approval, a copy of its proposed guidelines for the program. The guidelines must meet or exceed to requirements in the Federal Registers. The guidelines must include provisions for compliance with the Federal Fire Prevention and Control Act of 1974 (which requires that any housing unit rehabilitated with grant funds be protected by a hard-wired or battery-operated smoke detector)and provisions for compliance with 24 CFR 35 (HUD lead-based paint regulation). N. AFFORDABILITY PERIODS FOR SINGLE-FAMILY HOUSING REHABILITATION, RECONSTRUCTION,OR NEW CONSTRUCTION ASSISTANCE For single-family non-rental housing assistance provided by Subrecipient, Subrecipient shall implement a minimum*three-year affordability period during which the homeowner must occupy the home as a principal place of residence,guaranteed by an unsecured forgivable promissory note. O. UNSECURED FORGIVABLE PROMISSORY NOTE ("NOTE") Housing rehabilitation or reconstruction assistance provided by Subrecipient shall be in the form of a three-year unsecured forgivable promissory note at an interest rate of zero-percent (0%). Provided that all terms and conditions contained in the Note continue to be fulfilled, a Note will be forgiven according to the following terms, as applicable, until the applicant fulfills their note requirement(the requirements are defined in the promissory note document): at a rate of 33 percent per year for the first two years, and 34 percent after the third year. 1. If the homeowner occupies the home for the full three-year term, the Note expires and no repayment is required, nor will any conditions be imposed relative to the disposition of the property. If any of the terms and conditions under which the assistance was provided are breached or if the property is sold, leased, transferred or vacated by the homeowner for any consecutive thirty (30) day period during the Note term, the repayment provisions of the Note shall be enforced. 2. If, during the Note term, the homeowner vacates the unit for any consecutive thirty (30) day period, the locality may forgive, as evidenced by the program director, city council, or commissioner court action, the remaining loan balance. Prior to forgiveness of all or any portion of the assistance provided, the request for forgiveness must be approved by the local governing body and be based on documented and justifiable conditions or circumstances that would result in an unnecessary hardship to the homeowner and, in the case of a limited clientele project, the determination that the national objective of benefiting low to moderate-income persons was met. 3. For a limited clientele project, the national objective will be considered met only when the program director, city council, or county commissioners court determines that a low- to Subrecipient may establish a longer affordability period at its own discretion. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment E GLO Contract No.24-065-091-E767 Page 5 of 5 moderate-income person has occupied the rehabilitated or reconstructed home for a time sufficient to meet the national objective. If the national objective was not achieved, Subrecipient is liable for repayment of an amount equal to the difference in the appraised value of the home prior to reconstruction and the sales price when the home is sold during the term of the forgivable Note. 4. If property assisted under a limited clientele project is sold or transferred to a person other than an eligible LMI person,the remaining pro-rated balance of the Note must be repaid by Subrecipient from the sales proceeds. Notwithstanding the preceding, Subrecipient shall be held liable for any balance remaining over and above the sales proceeds. In all instances, upon completion of the Note or repayment of the assistance (in full or in part), Subrecipient shall prepare and record a release of lien document in the land records of the applicable county. 5. Monitoring of the Note is required both during and after the grant is closed. Subrecipient must utilize non-CDBG funds to fulfill the monitoring obligations for its impacted recovered community. 6. Subrecipient will maintain a list of homeowners that do not maintain flood insurance as documented in their promissory note. These applicants will not be allowed to receive future assistance as outlined in Section B of this document. P. RENTAL HOUSING REHABILITATION, RECONSTRUCTION, OR NEW CONSTRUCTION ASSISTANCE Rental housing rehabilitation, reconstruction, or new construction assistance will be provided in the form of a forgivable loan at zero interest or grant dependent on the applicable Federal Register notice, Action Plan, or Housing Guidelines. Provided all terms and conditions under which the assistance was provided are fulfilled by the applicant developer, the repayment of the loan or grant will be forgiven. The purpose of the program is to facilitate the rehabilitation, reconstruction, and/or new construction of affordable rental housing needs within the service area of a disaster event in order to increase resilience to disasters and reduce or eliminate the long-term risk of loss of life, injury, damage to and loss of property, and suffering and hardship,by lessening the impact of future disasters. Dependent on the applicable Federal Register notice,Action Plan, or Housing Guidelines, a minimum of 51% of the multi-family units must be restricted during the affordability period of either fifteen (15) years (for rehabilitation/reconstruction) or twenty (20) years (for new construction) for low to moderate income (LMI) persons. The rents, at a minimum, must comply with High HOME Investment Partnership (HOME) Rents and other existing Land Use Restriction Agreement (LURA) restrictions if applicable. HOME rent limits are defined by HUD and published on an annual basis with adjustments for family size. Q. COASTAL MANAGEMENT Subrecipient acknowledges and agrees that any Project that may impact a Coastal Natural Resource Area must be consistent with the goals and policies of the Texas Coastal Management Program as described in 31 Texas Administrative Code,Part 16, Chapter 501. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment F GLO Contract No.24-065-091-E767 Page 1 of 1 GLO Community Development and Revitalization Monthly Activity Status Report Subrecipient must provide monthly Activity status reporting for all sites identified in the Performance Statement (Attachment A) and relevant to the milestones therein.The Monthly Activity Status Report is due the fifth day of the month following the reporting period for the duration of the Contract.Submit the report using the Texas Integrated Grant Reporting system upload for Monthly Activity Status Reporting. Subrecipient: Contract Number: Preparer Name: Contact Information: Reporting Period(Month/Year): Project Title: Att.A Budget Gates/Milestones TIGR Milestone On Schedule? Project Milestone Phase (Pending or Complete) (If no,describe improvement Budget Category Budget Allowance plan below.) Start-Up Documentation PD-GA Funds 0-15% Engineering NTP Eng Funds 0-30% Environmental NTP PD-GA Funds 15.01-30% PD-Env Funds 0-30% Engineering Design Eng Funds 30.01-60% Completion of Special Env Svcs PD-Special Env Funds 100% Authority to Use Grant Funds PD-GA Funds 30.01-50% PD-Env Funds 30.01-100% Acquisition(if applicable) Acq Funds 100% Bid Advertisement PD-GA Funds 50.01-60% Eng Funds 60.01-70% PD-GA Funds 60.01-85% Contract Award and Construction Eng Funds 70.01-85% Construction Funds 0-95% PD-GA Funds 85.01-95% Construction Activity Completion Eng Funds 85.01-100% Construction Funds 95.01-100% Planning NTP Planning Funds 0-95% Planning Completion Planning Funds 95.01-100% Contract Closeout PD-GA Funds 95.01-100% Project Status Concerns(provide notes or information relevant to the overall contract.): Budget Status: Total Budget Total Expended Balance % Expended (Total Expended/Total Budget) PD-GA Funds PD-Env Funds PD-Special Env Funds Eng Funds Acq Funds Construction Funds Planning Funds Totals: Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment G GLO Contract No.24-065-091-E767 Page 1 of 4 GLO Information Security Appendix 1. Definitions "Breach of Security" means any unauthorized access of computerized data that compromises the security, confidentiality, or integrity of GLO Data that is in the possession and/or control of Subrecipient (or any entity with which Subrecipient shares GLO Data as authorized herein) including data that is encrypted if the person accessing the data has the key required to decrypt the data, or a loss of control, compromise,unauthorized disclosure or access, failure to physically secure GLO Data or when unauthorized users access PII or SPI for an unauthorized purposes. The term encompasses both suspected and confirmed incidents involving GLO Data which raise a reasonable risk of harm to the GLO or an individual_ A Breach of Security occurs regardless of whether caused by a negligent or intentional act or omission on part of Subrecipient and/or aforementioned entities. "GLO Data" means any data or information, which includes PH and/or SPI as defined below, collected, maintained, and created by the GLO, for the purpose of providing disaster assistance to an individual, that Subrecipient obtains, accesses (via records, systems, or otherwise),receives (from the GLO or on behalf of the GLO), or uses in the performance of the Contract or any documents related thereto. GLO Data does not include other information that is lawfully made available to Subrecipient through other sources. "Personal Identifying Information" or"PIP' means information that alone, or in conjunction with other information, identifies an individual as defined at Tex. Bus. & Com Code Section 521.002(a)(1). "Sensitive Personal Information" or "SPI" means the personal information identifying an individual as defined at Tex. Bus. & Com. Code Section 521.002(a)(2). All defined terms found in the Contract shall have the same force and effect, regardless of capitalization. 2. Security and Privacy Compliance 2.1. Subrecipient shall keep all GLO Data received under the Contract and any documents related thereto strictly confidential. 2.2. Subrecipient shall comply with all applicable federal and state privacy and data protection laws, as well as all other applicable regulations. 2.3. Subrecipient shall implement administrative, physical, and technical safeguards to protect GLO Data that are no less rigorous than accepted industry practices including, without limitation, the guidelines in the National Institute of Standards and Technology ("NIST") Cybersecurity Framework Version 1.1. All such safeguards shall comply with applicable data protection and privacy laws. 2.4. Subrecipient will legally bind any contractor(s)/subcontractor(s) to the same requirements stated herein and obligations stipulated in the Contract and documents related thereto. Subrecipient shall ensure that the requirements stated herein are imposed on any contractor/subcontractor of Subrecipient's subcontractor(s). Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment G GLO Contract No.24-065-091-E767 Page 2 of 4 2.5. With the exception of contractors and subcontractors as they are addressed in Section 2.4, Subrecipient will not share GLO Data with any third parties, except as necessary for Subrecipient's performance under the Contract and upon the express written consent of the GLO's Information Security Officer or his/her authorized designee. 2.6. Subrecipient will ensure that initial privacy and security training, and annual training, thereafter, is completed by its employees or contractor/subcontractors that have access to GLO Data or who create, collect, use,process, store, maintain, disseminate, disclose, dispose, or otherwise handle PII and/or SPI on behalf of the GLO. Subrecipient shall maintain and, upon request, provide documentation of training completion. 2.7 Any GLO Data maintained or stored by Subrecipient or any contractor/subcontractor must be stored on servers or other hardware located within the physical borders of the United States and shall not be accessed outside of the United States. 2.8 Subrecipient shall require that all individuals allowed to access GLO Data pursuant to this Contract sign a confidentiality and non-disclosure agreement ("NDA") before being given access to GLO Data. At a minimum, the NDA shall inform all individuals of the confidential nature of the GLO Data, the security and non-disclosure requirements of this Contract, and the potential criminal penalties and civil remedies specified in federal and state laws that may result from the unauthorized disclosure of GLO Data. The NDA shall require all individuals to acknowledge that the GLO or the United States government, including the U.S. Department of Housing and Urban Development, will seek any remedy available, including all administrative, disciplinary, civil, or criminal action(s) or penalties, as appropriate, for any unauthorized disclosure of GLO Data. Subrecipient shall provide the GLO copies of any and all NDAs upon request or demand by the GLO. 2.9 Subrecipient shall only use GLO Data for the purposes of administering the Project(s). 3. Data Ownership 3.1. The GLO shall retain full ownership of all GLO Data, which includes PII and/or SPI, disclosed to Subrecipient or to which Subrecipient otherwise gains access by operation of the Contract or any agreement related thereto. 3.2. If, at any time during the term of the Contract or upon termination of the Contract, whichever occurs first, any part of the GLO Data, in any form, provided to Subrecipient ceases to be necessary for Subrecipient's performance under the Contract, Subrecipient shall within fourteen (14) days thereafter securely return such GLO Data to the GLO, or, at the GLO's written request, destroy, uninstall, and/or remove all copies of data in Subrecipient's possession or control and certify to the GLO that such tasks have been completed. Subrecipient shall provide certification of such destruction of GLO Data. If such return is infeasible, as mutually determined by the GLO and Subrecipient, the obligations set forth in this Attachment, with respect to GLO Data, shall survive termination of the Contract and Subrecipient shall prohibit any further use and disclosure of GLO Data. Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment G GLO Contract No.24-065-091-E767 Page 3 of 4 4. Data Mining 4.1. Subrecipient shall not use GLO Data for unrelated commercial purposes, advertising or advertising-related services, or for any other purpose not explicitly authorized by the GLO in this Contract. 4.2. Subrecipient shall take all reasonable physical, technical, administrative, and procedural measures to ensure that no unauthorized use or access of GLO Data occurs. 5. Breach of Security 5.1. Subrecipient shall provide the GLO with the name and contact information for an employee of Subrecipient which shall serve as the GLO's primary security contact. 5.2. Upon Subrecipient's discovery of a Breach of Security or suspected Breach of Security, Subrecipient shall notify the GLO as soon as possible, but no later than 24 hours after discovery of the Breach of Security or suspected Breach of Security. Within 72 hours, Subrecipient shall provide to the GLO, at minimum, a written preliminary report regarding the Breach or suspected Breach to the GLO with root cause analysis including a log detailing the data affected. 5.3. Subrecipient shall submit the initial notification and preliminary report to the GLO Information Security Officer at informationsecuritygglo.texas._og_v. 5.4. Subrecipient shall take all reasonable steps to immediately remedy a Breach of Security and prevent any further Breach of Security. 5.5. Subrecipient shall not inform any third party of any Breach of Security or suspected Breach of Security without first obtaining GLO's prior written consent unless such action is required by law or is limited to third party personnel that have a need to know for the sole purpose of containing or remediating the Breach of Security or suspected Breach of Security. However, while a third party may be informed of the Breach or suspected Breach for the sole purpose of containing or remediating it, no GLO Data shall be shared with such third party unless express written permission is obtained from the GLO in accordance with Section 2.5. Subrecipient will legally bind such third party to the same requirements stated herein and obligations stipulated in the Contract and documents related thereto as soon as practicable upon securing such third party to contain or remediate the Breach of Security or suspected Breach of Security. 5.6. Notwithstanding the remedies provided in the Contract, if a Breach of Security includes SPI, Subrecipient shall, at the discretion of the GLO, notify affected individuals of such Breach and provide affected individuals complimentary access to one (1) year of credit monitoring services. 6. Right to Audit 6.1 Upon the GLO's request and to confirm Subrecipient's compliance with this Attachment, Subrecipient grants the GLO, or a GLO-contracted vendor, permission to perform an assessment, audit, examination, investigation, or review of all controls in Subrecipient's, or Subrecipient's contractor/subcontractor's, physical and/or technical environment in relation to GLO Data. Subrecipient shall fully cooperate with such Docusign Envelope ID: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment G GLO Contract No.24-065-091-E767 Page 4 of 4 assessment by providing access to knowledgeable personnel, physical premises, documentation, infrastructure and application software that stores, processes, or transports GLO Data. In lieu of a GLO-conducted assessment, audit, examination, investigation, or review, Subrecipient may supply, upon GLO approval, the following reports: SSAE18, ISO/ICE 27001 Certification, FedRAMP Certification, and PCI Compliance Report. Subrecipient shall ensure that this clause concerning the GLO's authority to assess, audit, examine, investigate, or review is included in any contract/subcontract that Subrecipient awards. 6.2 At the GLO's request, Subrecipient shall promptly and accurately complete a written information security questionnaire provided by the GLO regarding Subrecipient's business practices and information technology environment in relation to GLO Data and the GLO shall consider such information to be confidential to the extent allowed by law. Docusign Envelope ID:D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment H GLO Contract No.24-065-091-E767 Page 1 of 2 CONTRACT REPORTING TEMPLATE Subrecipients are to use this template to summarize all procured contracts, including those procured by Subrecipient or its subawardees.Definitions of each field can be found below.Monthly, Subrecipient shall update and upload this template in the TIGR system or provide to the GLO in a format specified by the GLO Grant Manager. Data Fields: Subrecipient Enter Subrecipient name. Contract Number Enter Contract number. Date Updated Enter date template last updated. A.Contractor Name Enter name of Contracted Party B.UEID Number Enter Uniform Entity Identifier(UEID)number of the Contractor.Note:Entering the UEI into this template does not fulfill the requirement for grantees to enter UEI number into the DRGR Action Plan at the activity level.Refer to the Notice published July 11 2014 and additional published guidance on this separate requirement. C.Procured by Enter name of entity that procured Contract-HUD grantee(state or local government),partner agency,a subrecipient of a state or local government,or a recipient of a state government. D.Contract Execution Date Enter date the Contract was executed. E.Contract End Date Enter date the Contract will expire. F.Total Contract Amount Enter total amount of executed Contract. G.Amount of CDBG-MIT Funds Enter amount of CDBG-MIT funds from this grant used to fund the Contract. H.Brief Description of Contract Enter a brief,one sentence description of the purpose of the Contract. v.1/26/2023 Docusign Envelope ID:D5340466-FEB2-4EC2-9290-DC34F4D5C227 Attachment H GLO Contract No.24-065-091-E767 Page 2 of 2 Contract Reporting Template Snbrecipient: GLO Conti actNumber: Date L' dated: B.Unique Entity D.Contract E.Contract F.Total G.Amount of A.Contractor Name Identifier Number(UEIDI C.Procured By Execution Date End Date Contract CDBG-MIT H.Brief Description of Contract Amount Funds Long tenn recovery from wildfires of Example:South Texas Landscaping,INC XXXXXXXXXXXX State of Texas 6/15/2013 6/15/2014 $3,500,000 $3,000,000 2011-Drainage Projects v.1/26/2023 0 docusign. Certificate Of Completion Envelope Id: D5340466-FEB2-4EC2-9290-DC34F4D5C227 Status: Sent Subject:$15M Contract:24-065-091-E767-City of Corpus Christi(Texas GLO) Source Envelope: Document Pages:90 Signatures: 0 Envelope Originator: Certificate Pages:6 Initials: 9 Amy Navarro AutoNav: Enabled 1700 Congress Ave Envelopeld Stamping: Enabled Austin,TX 78701 Time Zone: (UTC-06:00)Central Time(US&Canada) Amy.Navarro@glo.texas.gov IP Address:204.65.210.159 Record Tracking Status: Original Holder:Amy Navarro Location: DocuSign 3/21/2025 11:08:17 AM Amy.Navarro@glo.texas.gov Signer Events Signature Timestamp Ginger Mills Sent:3/21/2025 3:09:29 PM LD Ginger.Mills@glo.texas.gov Viewed: 3/21/2025 9:25:47 PM Director,CDR Legal Services Signed:3/21/2025 9:35:54 PM Texas General Land Office, Office of General Signature Adoption: Pre-selected Style Counsel Security Level: Email,Account Authentication Using IPAddress:204.65.210.190 (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Santos Perez a' Sent:3/21/2025 9:36:00 PM santos.perez.glo@recovery.texas.gov Viewed: 3/24/2025 11:19:20 AM Security Level: Email,Account Authentication Signed:3/24/2025 11:19:48 AM (None) Signature Adoption: Pre-selected Style Using IPAddress: 107.116.180.91 Electronic Record and Signature Disclosure: Not Offered via Docusign Heather Lagrone Sent:3/24/2025 11:19:53 AM heather.lagrone.glo@recovery.texas.gov E Viewed: 3/24/2025 8:12:06 PM Sr Dep director Signed:3/24/2025 8:12:25 PM Texas General Land Office Security Level: Email,Account Authentication Signature Adoption: Pre-selected Style (None) Using IPAddress: 104.54.227.24 Signed using mobile Electronic Record and Signature Disclosure: Not Offered via Docusign Marc Barenblat EDS Sent:3/24/2025 8:12:31 PM mare.barenblat@glo.texas.gov Viewed: 3/24/20259:56:52 PM Deputy General Counsel Signed:3/24/2025 10:00:36 PM Texas General Land Office Security Level: Email,Account Authentication Signature Adoption: Pre-selected Style (None) Using IPAddress: 104.15.130.4 Electronic Record and Signature Disclosure: Not Offered via Docusign Signer Events Signature Timestamp Jeff Gordon E�DS Sent:3/24/2025 10:00:41 PM jeff.gordon@glo.texas.gov Viewed: 3/25/2025 8:52:42 AM General Counsel Signed:3/25/2025 8:52:54 AM Texas General Land Office Security Level: Email,Account Authentication Signature Adoption: Pre-selected Style (None) Using IP Address:204.65.210.194 Electronic Record and Signature Disclosure: Not Offered via Docusign Adrian Piloto ESent:3/25/2025 8:53:05 AM adrian.piloto@glo.texas.gov Viewed: 3/27/2025 9:02:51 AM Senior Deputy Director Signed:3/27/2025 9:03:48 AM Texas General Land Office Security Level: Email,Account Authentication Signature Adoption:Pre-selected Style (None) Using IPAddress:204.65.210.209 Electronic Record and Signature Disclosure: Not Offered via Docusign Paulette Guajardo Sent:3/27/2025 9:03:58 AM paulette.guajardo@cctexas.com Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Jennifer G.Jones jennifer.jones@glo.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 BSO Team Sent:3/21/2025 11:43:48 AM bsorequests@recovery.texas.gov ED Texas General Land Office Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Joseph Cardona E Sent:3/21/2025 11:43:49 AM joseph.cardona@glo.texas.gov Resent:3/21/2025 3:09:28 PM Team Lead/Contract Manager Texas General Land Office Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Carbon Copy Events Status Timestamp Not Offered via Docusign Drafting Requests Sent:3/21/2025 11:43:49 AM draftingrequests@GLO.TEXAS.GOV ED Texas General Land Office Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Kelly McBride Sent:3/21/2025 11:43:49 AM kelly.mcbride@glo.texas.gov ED Director of CMD Texas General Land Office Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Lance White Sent:3/21/2025 11:43:50 AM lance.white@glo.texas.gov ED Manager,Contracts Management Division Texas General Land Office Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Veronica Rodriguez Sent:3/21/2025 11:43:50 AM veronica.rodriguez@glo.texas.gov ED Contract Manager Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Jaynee Williams Sent:3/21/2025 11:43:50 AM Jay nee.Williams@glo.texas.gov ED Viewed: 3/21/2025 12:08:55 PM Purchaser Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Matthew Anderson COPIED Sent:3/21/2025 9:36:00 PM matthew.anderson@glo.texas.gov Texas General Land Office Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Accounting Team Sent:3/21/2025 9:36:00 PM DR.SystemAccess@glo.texas.gov ED Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Carbon Copy Events Status Timestamp Esmeralda Sanchez Sent:3/21/2025 9:36:00 PM EsmeraIda.Sanchez.glo@recovery.texas.gov ED Manager Texas General Land Office Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Nick Winkelmann �E Sent:3/27/2025 9:03:55 AM NickW@cctexas.com Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Peter Zanoni � Sent:3/27/2025 9:03:55 AM peterz@cctexas.com ED City Manager Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Wesley Nebgen � Sent:3/27/2025 9:03:56 AM WesleyN@cctexas.com ED Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Mahogany Garza Sent:3/27/2025 9:03:57 AM mahoganyg@cctexas.com ED Viewed: 3/27/2025 9:04:38 AM Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Garrett Purcell Garrett.Purcell@glo.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign HUB HUB@glo.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign DeQuincy Adamson dequincy.adamson@glo.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Carbon Copy Events Status Timestamp Pamela Mathews pamela.mathews.glo@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Ryne Zmolik ryne.zmolik.glo@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Michelle Esper-Martin michelle.espermartin.glo@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Jeana Bores jeana.bores.glo@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Jacob Geray jacob.geray.glo@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Nichole Gee nichole.gee.ctr@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Kassandra Burnias kassandra.burnias.glo@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Veronica Molina veronica.molina.glo@recovery.texas.gov Security Level: Email,Account Authentication (None) Electronic Record and Signature Disclosure: Not Offered via Docusign Brian Pettit brian.pettit.glo@recovery.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 3/21/2025 11:43:50 AM Envelope Updated Security Checked 3/21/2025 11:49:26 AM Envelope Updated Security Checked 3/21/2025 11:49:26 AM Envelope Updated Security Checked 3/21/2025 11:49:26 AM Envelope Updated Security Checked 3/21/2025 11:49:26 AM Envelope Updated Security Checked 3/21/2025 3:09:27 PM Envelope Updated Security Checked 3/21/2025 3:09:27 PM Payment Events Status Timestamps Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project 9 18070 Project Name Greenwood WWTP Flood Mitigation & Backup Generator 5aratc�ga 81 . r Type Improvement/Additions Department Wastewater k�,d Useful Life 25 years Contact Director of Water Utilities Category Wastewater Treatment Plants Priority Priority Level 1 Council District 3 Status Active GmanwOad wastewater Treatment Plant Description Greenwood WWTP was constructed in 1957 and last modified in 1980 has an average flow capacity of 8 MGD and a peak flow capacity of 24 MGD.The Greenwood WWTP services the Greenwood Service Basin composed of 18 Lift stations. Greenwood service basin covers an area from Hunter Road at its northern most point to Chapman Ranch Road at its southern most point encompassing an area of roughly 38 square miles. In the past decade,the GWWTP has experienced at least two(2)major flooding events that have caused damage to equipment,endangered personnel,inhibited the plant's ability to disinfect and meter the wastewater and caused wastewater overflows to La Volla Creek.The objectives of this project are to construct cost-efficient flood proofing improvements and install a plant backup generator to ensure the normal operations and ,safety when the GWWTP is subject to heavy rainstorms and power outage.This project continues into the long-range plan. Justification This project aims to protect the critical plant units from flooding hazards and provide normal operations in the event of heavy rain and associated power outages.Addressing these risks,preserves wastewater treatment capability,and ensures uninterrupted operations during adverse weather conditions. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 6,000,000 2,057,380 4,500,000 12,557,380 Design 445,470 185,065 630,535 Contingency 500,000 500,000 Eng,Admin Reimbursements 71,696 650,000 2003000 4003000 1,321,696 Total 517,166 7,335,065 2,257,380 4,900,000 15,009,611 Funding Sources Prior Years 2025 2026 2027 Total Grant-CDBG-MIT 5,285,065 2,257,380 7,542,445 Revenue Bonds 517,166 2,050,000 4,900,000 7,467,166 Total 517,166 7,335,065 2,257,380 4,900,000 15,009,611 Budget Impact/Other 71 This project will provide operational resiliency for the Greenwood wastewater treatment plant independent of the power grid in the event of power outages.Preventing overflows and maintaining regulatory compliance. 301 Capital Improvement Plan (Amended) 2025 thru 2027 City of Corpus Christi, Texas Project# 18070 Project Name Greenwood WWTP Flood Mitigation & Backup Generator 5aratc�ga 81 . r Type Improvement/Additions Department Wastewater k�,d Useful Life 25 years Contact Director of Water Utilities Category Wastewater Treatment Plants Priority Priority Level 1 Council District 3 Status Active GmanwOad wastewater Treatment Plant Description Greenwood WWTP was constructed in 1957 and last modified in 1980 has an average flow capacity of 8 MGD and a peak flow capacity of 24 MGD.The Greenwood WWTP services the Greenwood Service Basin composed of 18 Lift stations. Greenwood service basin covers an area from Hunter Road at its northern most point to Chapman Ranch Road at its southern most point encompassing an area of roughly 38 square miles. In the past decade,the GWWTP has experienced at least two(2)major flooding events that have caused damage to equipment,endangered personnel,inhibited the plant's ability to disinfect and meter the wastewater and caused wastewater overflows to La Volla Creek.The objectives of this project are to construct cost-efficient flood proofing improvements and install a plant backup generator to ensure the normal operations and ,safety when the GWWTP is subject to heavy rainstorms and power outage.This project continues into the long-range plan. Justification This project aims to protect the critical plant units from flooding hazards and provide normal operations in the event of heavy rain and associated power outages.Addressing these risks,preserves wastewater treatment capability,and ensures uninterrupted operations during adverse weather conditions. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 6,000,000 2,947,355 4,500,000 13,447,355 Design 445,470 185,065 630,535 Contingency 500,000 500,000 Eng,Admin Reimbursements 71,696 650,000 200,000 4003000 1,321,696 Total 517,166 7,335,065 3,147,355 4,900,000 15,899,586 Funding Sources Prior Years 2025 2026 2027 Total Grant-CDBG-MIT 5,285,065 3,147,355 8,432,420 Revenue Bonds 517,166 2,050,000 43900,000 7,467,166 Total 517,166 7,335,065 3,147,355 4,900,000 15,899,586 Budget Impact/Other 71 This project will provide operational resiliency for the Greenwood wastewater treatment plant independent of the power grid in the event of power outages.Preventing overflows and maintaining regulatory compliance. 301 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 22108 �— .. Project Name wastewater- Backup Generators Type Improvement/Additions Department Wastewater Useful Life 25 years Contact Director of Water Utilities � w, Category Wastewater Facilities&Other Priority Priority Level 1 Council District 1 Status Active Description This project is to provide backup generators for Allison WWTP and Oso WWTP to maintain City's wastewater treatment in compliance with regulatory requirements.The city has been considering gas or diesel generators to supply these two WWTPs in response to power outages. Justification The City of Corpus Christi covers approximately 490 square miles,and experiences extreme weather events such as hurricanes and tropical storms due to its location and proximity to the coast.These extreme weather events are typically accompanied by power outages that make it challenging for City staff to keep the City's key wastewater infrastructures operational. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 5,500,000 2,000,000 7,500,000 Design 450,000 770,616 1,220,616 Eng,Admin Reimbursements 50,000 550,000 2503000 850,000 Total 500,000 6,820,616 2,250,000 9,570,616 Funding Sources Prior Years 2025 2026 2027 Total Grant-CDBG-MIT 6,508,314 6,508,314 Revenue Bonds 500,000 312,302 2,250,000 3,062,302 Total 500,000 6,820,616 2,250,000 9,570,616 Budget Impact/Other 71 This project will provide operational resiliency for the City's wastewater treatment plants independent of the power grid in the event of power outages. 320 Capital Improvement Plan (Amended) 2025 thru 2027 City of Corpus Christi, Texas Project# 22108 �— .. Project Name wastewater- Backup Generators Type Improvement/Additions Department Wastewater Useful Life 25 years Contact Director of Water Utilities � w, Category Wastewater Facilities&Other Priority Priority Level 1 Council District 1 Status Active Description This project is to provide backup generators for Allison WWTP and Oso WWTP to maintain City's wastewater treatment in compliance with regulatory requirements.The city has been considering gas or diesel generators to supply these two WWTPs in response to power outages. Justification The City of Corpus Christi covers approximately 490 square miles,and experiences extreme weather events such as hurricanes and tropical storms due to its location and proximity to the coast.These extreme weather events are typically accompanied by power outages that make it challenging for City staff to keep the City's key wastewater infrastructures operational. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 5,651,966 2,000,000 7,651,966 Design 450,000 770,616 1,220,616 Eng,Admin Reimbursements 50,000 550,000 2503000 850,000 Total 500,000 6,972,582 2,250,000 9,722,582 Funding Sources Prior Years 2025 2026 2027 Total Grant-CDBG-MIT 6,660,280 6,660,280 Revenue Bonds 500,000 312,302 2,250,000 3,062,302 Total 500,000 6,972,582 2,250,000 9,722,582 Budget Impact/Other 71 This project will provide operational resiliency for the City's wastewater treatment plants independent of the power grid in the event of power outages. 320 Texas General Land Office FY24 Regional Mitigation Grant Ordinance Authorizing Acceptance of Grant Award Corpus Christi Water Director Nick Winkelmann April 29, 2025 Background Information The Community Development Block Grant Mitigation (CDBG- MIT) Program funds pose a unique opportunity for eligible grantees to use this assistance in areas impacted by recent disasters to carry out strategic and high-impact activities to mitigate disaster risks and reduce future losses. In March 2025, the City received the award notification and contract for the CDBG - Regional Mitigation Grant for Capital Improvement Program Projects 18070 and 22108. The City of Corpus Christi was awarded $15,092,700.00 with no cost-share or match requirements. FY24 Natural Gas Distribution Infrastructure Safety and Modernization Grant This grant will provide funding for: Three components: - Greenwood WWTP Flooding Mitigation - Greenwood WWTP Emergency Generator - Oso WWTP Emergency Generator The implementation of this project with the CDBG - Regional Mitigation Grant will improve operational resiliency at the Greenwood and Oso Wastewater Treatment Plants. Capital Improvement Plan The projected schedule reflects City Council award in April 2025 and AE design contract in July 2025, with anticipated construction completion by December 2027. Design Bid/Award Project 18070 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi,Texas Project# 18070 Project%ame Greenwood 1111TP Flood Mitigation&Backup Generator Type Improvemeut+Addttwms Department Wastewater Uwful Life 25 years Contact Director of Water Utilities. Categori Wastewater Treatment Plants Ptyorih-Priority Level I Comncil District 3 Status Actives Description C,reenwood'&'%TP uas constructed in 1957 and last modified in 1990 has an average flow capacity of 8 MGD and a peak floe;capacity of 24 NIGD.The Greenwood URAITP services the Greenwood Service Basin composed of 18 Lift stations. Greenwood service basin covers an area from Hunter Road at its northern most point to Chapman Ranch Road at its southern most point encompassing an area ofroughly 38 square miles. In the past decade,the GU%TP has experienced at least two(22)major flooding events that have caused damage to equipment,endangered personnel,inhibited the plant's ability to disinfect and ureter the wastewater and caused wastewater overflows to La Volla Creek The objectives ofthis project are to construct cost-efficient flood proofing improvements and install a plant backup generator to ensure the normal operations and safety is ten the GR7117TP is subject to heavy rainstomis and power outage This ro ect continues into the long-range plan. Justification This proj ect aims to protect the critical plant units from flooding hazards and provide normal operations in the event of heavy rain and associated power outages.Addressing these risks,preserves wastewater treatment capability,and ensures unintemapted operations during adverse weather conditions. Project 22108 Capital Improvement Plan 2025 rhF°„ 2027 City of Carpus Christi, Texas Project# 22108 Project Name NVastewater-Backup Gentrator5 r� `i r4 �,.;1. •-'' ohs Tree ImprownrentiAddittons Department Wastewater Useful Life 25}rears Contact Director of Water Utilities Category Wastewater Fatalities&Other Priority Priority Level t Council District 1 Status Active _ Description This project is to provide bwkup generators for Allison WWTP and Oso`WWTP to maintain City's wastewater treatnuent in compliance with regulatory requirements.The city has been considering gas or diesel generators to supple these two W WTPs m response to power outages. Justification The City of Carpus Christi cn�ers approximately 490 square miles;and experiences extreme weather events such as hurricanes and tropical storrus due to its location and proxmityto the coast.These extreme weather events are typically accompanied bypower outages that make it challenging for City staff to keep the City's key wastewater infrastructures operational- 6 � Texas General Land Office \ FY24 Regional Mitigation Grant Questions ? se GO � O� A H AGENDA MEMORANDUM 'NCOHPOP Action Item for the City Council Meeting of April 29, 2025 1852 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Miles Risley, City Attorney milesr@cctexas.com (361)826-3873 Office Phone Rejection of potential settlement with Outside City Limits ("OCL") Water Customers regarding OCL water rates for Calendar Year 2024 in Public Utility Commission Docket No. 56427 CAPTION: Motion to reject a potential Mediation Settlement with outside city limits ("OCL") water customers regarding Council-approved OCL water rates effective January 1, 2024, in Public Utility Commission Docket No. 56427 BACKGROUND AND FINDINGS: Texas Water Code § 13.043 provides that outside-City-limits (OCL) customers of a municipal water provider may appeal OCL water rates to the Texas Public Utility Commission (PUC) by filing a petition of at least 10% of the affected customers within 90 days after the effective date of an extraterritorial rate increase. In March of 2024, OCL ratepayers appealed the City's 2024 OCL water rates to the PUC in Docket 56427 and the OCL ratepayers designated Affordable Water for Corpus Christi (AWCC)as their representative. The parties have been involved in settlement negotiations. On March 31, 2025, OCL ratepayers appealed the City's 2025 OCL water rates to the PUC in Docket 57903 and designated AWCC as their representative. ALTERNATIVES The alternative is to authorize a settlement of the appeal. SUMMARY: FISCAL IMPACT: Funding Detail: Fund: Organization/Activity: Mission Element: Project # (CIP Only): Account: RECOMMENDATION: LIST OF SUPPORTING DOCUMENTS: se 00 o� � F U NCORPONp�E� 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Jeffrey Edmonds, Director of Engineering Services ieffreyea-cctexas.com (361) 826-3851 Wesley Nebgen, Director of Water System Infrastructure wesleyNCa cctexas.com (361) 826-3111 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance & Procurement sergiov2acctexas.com (361) 826-3227 Construction Contract Award Greenwood Wastewater Treatment Plant Dissolved Air Flotation Unit Rehabilitation and Odor Control CAPTION: Resolution awarding a construction contract to RAVA Construction, LLC, of Houston, TX for the Greenwood Wastewater Treatment Plant Dissolved Air Flotation (DAFT) Unit Rehabilitation and Odor Control project in an amount up to $102,000,000.00, located in Council District 3, with FY 2025 funding from the Wastewater Capital Fund. SUMMARY: This resolution waives irregularities with the low bid and awards a construction contract for the Greenwood Wastewater Treatment Plant (WWTP) Dissolved Air Flotation (DAFT) Unit Rehabilitation and Odor Control project. The project includes eliminating primary treatment and anaerobic digestion, expanding secondary treatment and aerated sludge holding which includes rehabilitation of aeration basins, return activated sludge (RAS) pump station, blower building, existing final clarifiers, and other miscellaneous improvements. The project also includes the construction of an additional final clarifier. An initial determination of non-responsiveness was made by Contracts & Procurement and Engineering Services staff based on failure of the low bidder to satisfy the minimum number of years in business and levels of comparable project experience by the company. As per Chapter 41 of the Code of Ordinances, the low bidder was notified on March 4, 2025, of the non-responsive determination. RAVA filed a bid protest that was answered by the Legal Department. An agenda item was prepared recommending declaring the low bid non-responsive and awarding the contract to the second bidder. On March 31, a follow-up administrative hearing was held by the City Manager with RAVA Construction. Based on information presented at the follow-up administrative hearing regarding the financial capacity of the firm and experience of the personnel, the City Manager concluded that any risk of awarding the low bid to RAVA Construction was more than offset by the cost differential between the #1 and #2 bids. BACKGROUND AND FINDINGS: The Greenwood WWTP was constructed in 1957. The plant has an average daily treatment capacity of 8 MGD and a peak flow capacity of 24 MGD. The Greenwood WWTP suffers from significant physical obsolescence and maintainability issues. There have also been numerous complaints and TCEQ violations due to odors emanating from the plant. The Greenwood WWTP requires significant upgrades and re-capitalization to ensure operability and maintainability, mitigate plant infrastructure failures, remain compliant with the discharge permit and other TCEQ requirements. Recent failures in structures and piping, including the center column collapse of clarifier#1, illustrate the need and critical nature of this project. This project will include upgrading, repairing and replacing aging and deteriorating infrastructure, changing treatment processes to mitigate odors, and provide operational resiliency and reliability. The treatment process will eliminate the primary clarifiers and remove the anerobic digesters. This will move the plant to an aerobic process. During the period from 2014 through 2018, all major WWTP improvements were placed on hold while the City considered diverting all wastewater flows to a new single WWTP. In 2017, City Council was presented with a proposed Wastewater Management Plan that recommended consolidating wastewater treatment to four plants including the replacement of the Greenwood Wastewater Treatment Plant with new plant at a nearby location. On May 23, 2017, City Council passed a resolution directing staff to implement an alternative that kept all six wastewater treatment plants, including the Greenwood plant at the current location and making the necessary investments at those facilities rather than constructing new WWTP's. This project is consistent with the 2017 council direction and has a much lower cost than a new WWTP. The AE (Architectural/Engineering) firm for this project is Hazen & Sawyer. This project will eliminate primary treatment and anaerobic digestion in favor of expanded secondary treatment and aerated sludge holding to eliminate odors and enhance maintainability. The project also upgrades blowers and pumps to improve the treatment process efficiency, lower maintenance costs and reduce the overall energy needs. The detailed project scope includes: • Replacement of existing mixed liquor flow distribution box • A new aeration basin and associated appurtenance • A new final clarifier • New final clarifier flow distribution structures • Replacement of existing WAS pumps • Replacement of existing RAS pumps • New dewatering pump building • New electrical control rooms/generators/transformers • Yard piping and hydraulic improvements • Site access roadways and driveways • Rehabilitation of existing aeration basins • Rehabilitation of existing final clarifiers • Rehabilitation of existing RAS pump station • Conversion of primary digestors Nos. 2 and 3 to aerated WAS holding • Rehabilitation of existing blower building • Modifications to sludge dewatering building PROJECT TIMELINE: 1 1 1 1 1 1 • March - September October - April May - January Design Bid/Award Construction The project schedule reflects City Council award in April 2025 with anticipated completion by January 2029. The designed improvements are carefully planned and sequenced to ensure that the plant can remain in compliance throughout construction. COMPETITIVE SOLICITATION PROCESS On October 14, 2024, the Contracts and Procurement Department issued a Request for Bids (RFB #6160) for the Greenwood WWTP DAFT Unit Rehabilitation and Odor Control project. On December 20, 2024, the City received three bids. A summary of the bids is provided below: BID SUMMARY CONTRACTOR BASE BID RAVA Construction, LLC $102,000,000.00 Houston, Texas Webber Waterworks, LLC $108,951,214.20 The Woodlands, Texas Thalle Construction Co., Inc. $152,450,000.00 Alvarado, Texas Engineer's Opinion of Probable Construction Cost $74,400,000.00 Analysis of the OPCC indicates that the engineer's estimate did not accurately reflect the value of the proposed construction. Staff believes that the bids were competitive and represent current market value for the proposed construction. An initial determination of non-responsiveness was made by Contracts & Procurement and Engineering Services staff based on failure of the low bidder to satisfy the minimum number of years in business and levels of comparable project experience by the company. As per Chapter 41 of the Code of Ordinances, the low bidder was notified on March 4, 2025 of the non-responsive determination. RAVA filed a bid protest that was answered by the Legal Department. An agenda item was prepared recommending declaring the low bid non-responsive and awarding the contract to the second bidder. On March 31, a follow-up administrative hearing was held by the City Manager with RAVA Construction. Based on information presented at the follow-up administrative hearing regarding the financial capacity of the firm and experience of the personnel, the City Manager concluded that any risk of awarding the low bid to RAVA Construction was more than offset by the cost differential between the #1 and #2 bids. Listed below are some of the projects that RAVA Construction, LLC is currently working or have completed. • Wylie Water Treatment Project Phase II, North Texas Municipal Water District, Construction amount: $4.5 million, project completed in April 2024 • SH 249 Regional Pump Station- Bldgs., North Harris County Regional Water Authority, Construction amount: $6.9 million, project completed in September 2024 • Wylie Water Treatment Plant Project P-390, North Texas Municipal water District, Construction amount: $22.4 million, project is ongoing • Wylie Water Treatment Project Phase I, North Texas Municipal Water District, Construction amount: $7.6 million, project completed in June 2024 • Tarrant County Water Supply Filter Rehabilitation and Improvements, Trinity River Authority, Construction amount: $34.1 million, project is ongoing • Sagemont WWTP Transfer Lift Station, City of Houston, Construction amount: $18.3 million, project is ongoing • Northwest Water Treatment Facility, City of Wichita, Construction amount: $53.5 million, project completed in November 2024 ALTERNATIVES: One alternative is to not award the construction contract to the low bidder, RAVA Construction and reject all the bids. This would delay improvements to the wastewater treatment plant and impact the plants' ability to reliably treat and perform for foreseeable future due to aging infrastructure. Re-bidding the project in the future could result in increased costs. Not completing the construction contract could possibly result in infrastructure failures, odor complaints and TCEQ permit violations. Another alternative is to not waive irregularities and award to the #2 bidder. That would result in a cost increase $6,951,214.20. FISCAL IMPACT: The fiscal impact for Corpus Christi Water in FY25 is an amount of$69,800,000.00 with funding available from the Wastewater Capital Fund. The remaining funds will be incurred in FY26 in an amount of 32,200,000.00. The short-range Capital Improvement Plan (CIP) construction budget for this project was set at $69,800,000, resulting in a budget shortfall of$32,200,000.00. To address this deficit without increasing the approved FY25 capital budget, CCW staff has decided to defer the construction of the Broadway Wastewater Treatment Plant Third Clarifier and the OSO Water Reclamation Plant Operations Center to FY27 with a total budget of $24,050,000 to be used for the deficit. Additionally, a portion of the FY25 budget allocated for the London Wastewater Collection System Improvement and the William Lift Station Force Main projects total of $15,901,214 will be reallocated to FY26 and FY27 to create the additional necessary capacity for executing the construction contract for the Greenwood Wastewater Treatment Plant Dissolved Air Flotation (DAF) Unit Rehabilitation and Odor Control project. FUNDING DETAIL: Fund: Wastewater 2024 CIP (Rv Bds) (Fund 4261) Department: Wastewater (46) Organization: Grants & Capital Projects Funds (89) Project: Greenwood WWTP Dissolved Air Flotation Unit Rehabilitation and Odor Control (Project No.18069) Account: Construction (550910) Activity: 18069-A-4261-EXP Amount: $14,000,000 Fund: Wastewater 2025 CIP (Rv Bds) (Fund 4262) Department: Wastewater (46) Organization: Grants & Capital Projects Funds (89) Project: Greenwood WWTP Dissolved Air Flotation Unit Rehabilitation and Odor Control (Project No.18069) Account: Construction (550910) Activity: 18069-A-4262-EXP Amount: $55,800,000 Year 1 (FY2025): $ 69,800,000.00 Year 2 (FY2026): $ 32,200,000.00 Total: $ 102,000,000.00 RECOMMENDATION: Staff recommends awarding the construction contract for the Greenwood WWTP (DAFT) Unit Rehabilitation and Odor Control project to RAVA Construction, LLC, of Houston, TX, in the amount of$102,000,000.00. The construction duration is planned for 56 months from issuance of the Notice to Proceed to begin construction in May 2025 with anticipated completion by January 2029. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Bid Tab CIP Page PowerPoint Presentation Page 1 of 1 Resolution awarding a construction contract to RAVA Construction, LLC, of Houston, TX for the Greenwood Wastewater Treatment Plant Dissolved Air Flotation (DAFT) Unit Rehabilitation and Odor Control project in an amount up to $102,000,000.00, located in Council District 3, with FY 2025 funding from the Wastewater Capital Fund. WHEREAS, three bids were received on December 20, 2024, for the Greenwood Wastewater Treatment Plant Dissolved Air Flotation Unit Rehabilitation and Odor Control project ("Project"); and WHEREAS, the Bid Documents required bidders to meet certain experience requirements; WHEREAS, at the time of the Bid, the apparent low bidder, RAVA Construction LLC ("RAVA") failed to meet the requirement to be in operation for five years and failed to show satisfactory completion of at least five similar projects within the last 10 years that are equal to or greater in size and complexity than the current Project; and WHEREAS, RAVA was initially deemed non-responsive for failure to meet the bid requirements; WHEREAS, City Council finds that these requirements should be waived in the best interest of the City, and RAVA's executive leadership has experience delivering complex projects. NOW, THEREFORE, 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 Council hereby waives any bid irregularities in the bid submitted by RAVA Construction, LLC and finds RAVA to be the lowest responsive, responsible bidder. SECTION 3. The City Manager or designee is authorized to execute a construction contract with RAVA Construction, LLC for the Greenwood Wastewater Treatment Plant Dissolved Air Flotation Unit Rehabilitation and Odor Control project in the amount of $102,000,000. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Bid Tab-RFB 6160 Greenwood WWTP—DAFT Unit Rehabilital Item Description Unit Quantity RAVA Construction ULC Total PLW Waterworks,LLC Total Thalle Construction Co.,Inc. Total Mobilization/Demobilization(Not to Exceed 5% Al of Total Bid) LS 1 $2,500,000.00 $2,500,000.00 $4,000,000.00 $4,000,000.00 $7,500,000.00 $7,500,000.00 Bonds and Insurance(Maximum Allowance of A2 2%) AL 1 $1,500,000.00 $1,500,000.00 $1,500,000.00 $1,500,000.00 $1,500,000.00 $1,500,000.00 A3 Storm Water Pollution Prevention LS 1 $100,000.00 $100,000.00 $84,447.00 $84,447.00 $75,000.00 $75,000.00 A4 Site Work and Yard Piping Work LS 1 $13,599,500.00 $13,599,500.00 $13,775,793.00 $13,775,793.00 $20,144,000.00 $20,144,000.00 AS Electrical Site Work LS 1 $17,400,000.00 $17,400,000.00 $19,441,470.00 $19,441,470.00 $25,000,000.00 $25,000,000.00 A6 Proposed Splitter Box No.3 LS 1 $2,500,000.00 $2,500,000.00 $2,872,931.00 $2,872,831.00 $5,000,000.00 $5,000,000.00 A7 Proposed Aeration Basin No.6 LS 1 $10,500,000.00 $10,500,000.00 $20,732,616.00 $20,732,616.00 $23,541,000.00 $23,541,000.00 A8 Proposed Final Clarifier No.3 LS 1 $5,500,000.00 $5,500,000.00 $5,070,905.30 $5,070,905.30 $12,000,000.00 $12,000,000.00 A9 Proposed RAS Pump Station No.2 LS 1 $1,750,000.00 $1,750,000.00 $2,191,232.40 $2,191,232.40 $4,500,000.00 $4,500,000.00 A10 Proposed WAS Pump Station LS 1 $3,000,000.00 $3,000,000.00 $2,213,668.00 $2,213,668.00 $1,000,000.00 $1,000,000.00 Rehabilitation of Existing Aeration Basins No.1- All No.5 LS 1 $9,400,000.00 $9,400,000.00 $12,893,732.30 $12,893,732.30 $16,000,000.00 $16,000,000.00 Final Clarifiers No.1 and No.2 RAS Pump Al2 Station Improvements LS 1 $3,000,000.00 $3,000,000.00 $934,919.30 $934,919.30 $2,000,000.00 $2,000,000.00 A13 WAS Holding Tanks No.1 and No.2 LS 1 $4,500,000.00 $4,500,000.00 $2,483,104.60 $2,483,104.60 $6,000,000.00 $6,000,000.00 WAS Holding Tank Scope of Work Delegated to A13.1 the Tank Manufacturer AL 1 $2,268,000.00 $2,268,000.00 $2,268,000.00 $2,268,000.00 $2,268,000.00 $2,268,000.00 A14 Rehabilitation of Blower Building LS 1 $5,700,000.00 $5,700,000.00 $3,289,646.30 $3,288,646.30 $6,500,000.00 $6,500,000.00 A15 Rehabilitation of Sludge Dewatering Building LS 1 $5,800,000.00 $5,800,000.00 $4,523,864.80 $4,523,864.80 $6,000,000.00 $6,000,000.00 A15.1 Two(2)Volute Presses and hopper Systems AL 1 $1,895,000.00 $1,895,000.00 $1,895,000.00 $1,895,000.00 $1,895,000.00 $1,895,000.00 A16 Site Restoration LS 1 $1,500,000.00 $1,500,000.00 $130,036.60 $130,036.60 $1,000,000.00 $1,000,000.00 A17 Allowance for Unanticipated Work AL 1 $5,000,000.00 $5,000,000.00 $5,000,000.00 $5,000,000.00 $5,000,000.00 $5,000,000.00 Relocation of 4"-6"Ductile Iron Pipe up to 10' A18 Depth LF 500 $175.00 $87,500.00 $392.00 $196,000.00 $275.00 $137,500.00 Relocation of 8"-10"Ductile Iron Pip up to 10' A19 Depth LF 500 $220.00 $110,000.00 $424.00 $212,000.00 $345.00 $172,500.00 Relocation of 12"-16"Ductile Iron Pip up to 10' A20 Depth LF 400 $300.00 $120,000.00 $897.50 $359,000.00 $530.00 $212,000.00 A21 Asbestos Remediation and Removal LS 1 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $5,000.00 $5,000.00 A22 Proposed Dewatering Feed Pump Building LS 1 $4,200,000.00 $4,200,000.00 $2,813,947.60 $2,813,947.60 $5,000,000.00 $5,000,000.00 Sub Totals _ $102,000,000.00 $108,951,214.20 $152,450,000.00 Grand Total $102,000,000.00 $108,951,214.20 $152,450,000.00 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project 9 18069 Project Name Greenwood WWTP Process Upgrade-DAF & Odor Control Type Improvement/Additions Department Wastewater Useful Life 25 years Contact Director of Water Utilities s7 Category Wastewater Treatment Plants Priority Priority Level 1 c Council District 3 Status Active Greenwood Wasluwalur Treatment Plant Description Greenwood WWTP was constructed in 1957 and last modified in 1980 has an average flow capacity of 8 MGD and a peak flow capacity of 24 MGD.The Greenwood WWTP services the Greenwood Service Basin composed of 18 Lift stations. Greenwood service basin covers an area from hunter road at its northern most point to Chapman Ranch Road at its southern most point encompassing an area of roughly 38 square miles. The City of Corpus Christi's Greenwood WWTP is in need of significant upgrades and expansion to meet the growing demands of the community and comply with TPDES permit requirements. This project will include upgrading,repairing and replacing aging and deteriorated infrastructure and equipment,improving the treatment process to mitigate nuisance odors,and providing operational resiliency and reliability of treatment. Justification The project aims to address aging infrastructure through rehabilitation or replacement,identify and plan process improvements to reliably treat current and future permitted capacities,and address odors,meet regulatory standards,and ensure sustainable wastewater management. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 14,000,000 25,000,000 30,000,000 69,000,000 Design 4,300,584 4,300,584 Contingency 600,000 600,000 1,200,000 Eng,Admin Reimbursements 1,494,850 1,000,000 1,000,000 3,494,850 Total 19,795,434 26,600,000 31,600,000 77,995,434 Funding Sources Prior Years 2025 2026 2027 Total Revenue Bonds 19,795,434 26,600,000 31,600,000 77,995,434 Total 19,795,434 26,600,000 31,600,000 77,995,434 Budget Impact/Other 71 This project will ensure functionality and extend the life span of the treatment plant,improve efficiency of operation,maintain regulatory compliance,and lower overall operation and maintenance costs. 302 PROJECT LOCATION GREENWOOD�P DISSOLVED AIR LOTAT ON UNIT -------WROL CORPUS CHRISTI BAY SCALE: N.T.S. VICINITY MAP NOT TO SCALE .11TE.1 > Saratoga Blvd . a. PROJECT LOCATION IF lip LEGACY SPORTS COMPLEX a) a) NMI Will LOCATION MAP NOT TO SCALE Project Number: 18069A GREENWOOD WWTP DISSOLVED CITY COUNCIL EXHIBIT AIR FLOTATION UNIT REHABILITATION CITY OF CORPUS CHRISTI,TEXAS & ODOR CONTROL DEPARTMENT OF ENGINEERING SERVICES CITY OF CORPUS CHRISTI ENGINEERING SERVICES DEPARTMENT TO: Peter Zanoni, City Manager FROM: Drew Molly, P.E., Chief Operating Officer for Jeff Edmonds,P.E. Director, Engineering Services COPY: Mayor& City Council SUBJECT: Greenwood Wastewater Treatment Plant(WWTP) Contract Award DATE: April 18, 2025 Bids for the Greenwood Wastewater Treatment Plant Process Upgrade Project opened on December 20, 2024. The table below summarizes the bids the City received: BID SUMMARY tr Contractor Base Bid 1 RAVA Construction,LLC $ 102,000,000.00 _2 Webber Waterworks, LLC $ 108,951,214.20 3 Thalle Construction Co.,Inc. $ 152,450,000.00 Based on a review of the project bids by the Engineering Department, Legal, Contracts and Procurement,and CCW leadership,it was recommended that the low bidder,RAVA Construction, LLC (RAVA) not be awarded the project, and instead, award the project to the second lowest bidder, Webber Waterworks, LLC (Webber). The Engineer of Record, Ardurra, also recommended that the award be made to Webber for the following reasons: ® RAVA did not meet the minimum work experience of five years. ® RAVA's largest construction project is $30M, significantly less than the total bid price. • During the January 30, 2025, administrative hearing, RAVA was not able to convince the selection panel that RAVA's experience sufficiently met the bid requirements. After final review and further inquiries by the City Manager, the City Manager believes it is in the City's best interest to overturn the selection team's recommendation, and to recommend the award of the project to the low bidder, RAVA, for the following reasons: ® While RAVA has not met the minimum requirement for years in business, the CEO of RAVA started Pepper Lawson Waterworks and managed the company for over 25 years before it was acquired by Webber. Many of the employees who currently work for RAVA worked for Pepper Lawson and therefore have the requisite experience. ® The City Manager personally met with the RAVA CEO,Atul Raj, and his superintendent, John Davenport,on March 31,2025. Atul made compelling justifications for his firm that Page 2 of 2 Greenwood Wastewater Treatment Plant(W WTP)Process Upgrade included committing John Davenport and other key staff to this job to ensure that it meets our project goals and specifications. ® RAVA is able to secure performance and payment bonds to complete the project. This provides the City with the insurance needed to protect our ratepayers in the event there is a financial issue with the company. ® The timeline of the Greenwood project is approximately four years. Based on this timeframe,the annual cost per year is approximately$27M/year(i.e. $108/4 years),which is well-within their project capacity range. The City Manager's recommendation saves the ratepayer$7 million,which is a significant savings. The item is going to City Council on April 29, 2025, and I fully agree with this recommendation. Greenwood Wastewater Treatment Plant Dissolved Air Flotation Unit Rehabilitation and Odor Control Project CoNservIngCorpus Corpus Christi City Council - April 29, 2025ChnstiwatlBe the Coastal Bend Background Greenwood Wastewater Treatment Plant (WWTP) • Constructed in 1957 • Average daily treatment capacity is 8MGD, peak flow capacity is 24 MGD 2014 through 2o18 T ' • All major WWTP improvements placed on hold while City considered diverting all Wastewater flows to a new single WWTP 2017 • Proposed Wastewater Management Plan presented to City Council recommended consolidating wastewater treatment to four plants including the replacement of the Greenwood WWTP with a new plant at a nearby location May 23, 2017 • City Council passed resolution directing staff to implement an alternative that kept all six wastewater treatment plants, including the Greenwood plant at the current location, and making necessary investments at those facilities rather than constructing new WWTPs 2 Greenwood WWTP Current Status • Significant physical obsoleteness and maintainability issues Recent failures in structures and piping Clarifier #i center column is collapsed K` ,. Numerous comP taints and TCEQ v .tiv,Y violations due to odors emanating from the plant Greenwood WWTP requires significant upgrades and re-capitalization to ensure operability and maintainability, mitigate plant infrastructure failures, remain compliant with the discharge permit and other TCEQ requirements. 3 Project Scope Includes upgrading, repairing and replacing aging and deteriorating infrastructure, changing treatment processes to mitigate odors, and provide operational resiliency and reliability. The treatment process will eliminate the primary clarifiers and remove the anerobic digesters, moving the plant to an aerobic process. • Replacement of existing mixed liquor flow distribution box • New aeration basin • New final clarifier and final clarifier flow distribution structures • Replacement of existing WAS pumps and RAS pumps • New dewatering pump building • New electrical control rooms/generators/transformers • Yard piping and hydraulic improvements • Site access roadways and driveways • Rehabilitation of existing aeration basins, existing final clarifiers and existing RAS pump station • Conversion of primary digestors Nos. 2 and 3 to aerated WAS holding • Rehabilitation of existing blower building • Modifications to sludge dewatering building • Upgraded blowers and pumps to improve treatment process efficiency, lower maintenance costs, and reduce overall energy needs 4 Allison WWTP Energy Savings ALLison WVJTP age Month 2023 2024 2025 January 246,600 369,600 29:1.000 February 296,400 256,800 294,000 March 325,200 239,400 267,600 April 382,200 26s,000 --_i — - May 338,400 252,000 June 403,200 277,800 JuLy 419,400 262,200 August 372,000 274,200 September 638,400 294,000 October 378,600 271,200 November 340,800 280,800 December 435,000 324,600 Grand Total 4,576,200 3,363,600 852,600 C��1N 5 Competitive Solicitation Process • October 2024 - Request for Bids issued • December 2024 - City receives three bids • March 2025 - Loud bidder notified of determination of non-responsiveness based on failure to satisfy the minimum number of years in business and levels of comparable project experience by the company; loud bidder files protest answered by Legal Department • March 2025 - City Manager meets with low bidder • Based on information presented at the follow-up administrative hearing regarding the financial capacity of the firm and experience of the personnel, the City Manager concluded any risk of awarding contract to low bidder was more than offset by the cost differential between the first and second bids CCW'6 Project Timeline , . March - September October - April May - January Design Bid/Award Construction Construction duration is planned for 56 months from issuance of the Notice to Proceed to begin construction in May 2025 with anticipated completion by January 2029. Fiscal. Impact $69,800,000.00 in FY25 with funding available from the Wastewater Capital Fund. Remaining funds will be incurred in FY26 in an amount of$32,200,000.00. Staff Recommendation Staff recommends awarding construction contract for Greenwood WWTP Dissolved Air Flotation Unit Rehabilitation and Odor Control project to RAVA Construction, LLC, of Houston, TX, in the amount of$102,000,000.00. CCW7 Thank you ! Corpus Christi Water- Serving the Coastal Bend so O� F v NCORPOflpE 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of April 29, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services ieffreye(a�cctexas.com (361) 826-3851 Ernesto De La Garza, P.E., Director of Public Works ernestod2a-cctexas.com (361) 826-1677 Sergio Villasana, CPA, CGFO, CIA, Director of Finance & Procurement sergiov2acctexas.com (361) 826-3227 Construction Contract Award Residential Streets Bond 2024 (Bond 2024, Proposition A) CAPTION: Motion authorizing IDIQ construction contracts with JE Construction Services, Anderson Columbia Co, Inc., and Tex-Mix Paving, all firms located in Corpus Christi, Texas, in an amount up to $18,000,000 each, for a combined aggregate total not-to-exceed amount of$35,187,388.41, to deliver the voter approved Bond 2024 Residential Streets project with a budget of $35,000,000 out of which $33,000,000 to be encumbered for street construction, minor stormwater and ADA improvements, $1,000,000 to be encumbered for design and inspection of the ADA improvements and $1,000,000 budgeted for Engineering and Administration reimbursements, as planned in the Rapid Pavement Program FY 2026, located city-wide with funding available through Street Bond 2024, Wastewater, Water and Gas Funds. SUMMARY: This motion awards three construction contracts to perform the Residential Streets Bond 2024, as planned in the Rapid Pavement Program FY 2026. Bond 2024, Proposition A Streets projects includes a total of eighteen projects with an estimated cost of $89.5 million. One project funded in Bond 2024 was a $35 million residential street resurfacing program out of which $33,000,000 to be encumbered for street construction minor stormwater and ADA improvements, $1,000,000 to be encumbered for design and inspection of the ADA improvements and $1,000,000 to be budgeted for Engineering and Administration reimbursements. The planned streets listed for the FY 2026 Rapid Pavement Program will be targeted with these contracts. The work will be issued by the City of Corpus Christi's Public Works Department in multiple Delivery Orders (DO's) that provide specific scope and requirements in accordance with the plans, specifications, and contract documents. BACKGROUND AND FINDINGS: On November 5, 2024, voters approved the City of Corpus Christi's Bond 2024 Program for a total of $175 million with thirty-eight projects. The propositions passed on election day for Bond 2024 include projects for streets, parks and recreation, public safety, and cultural facilities improvements. Bond 2024, Proposition A Streets projects includes a total of eighteen projects with an estimated cost of$89.5 million. One project funded in Bond 2024 was a $35 million residential street resurfacing program according to the approved 5-year Infrastructure Management Plan. The 2024 Residential Streets Bond project funding breakdown is as follows; $33 million will be encumbered for construction of Streets, minor Storm Water upgrades and required ADA improvements, $1 million will be budgeted for Engineering and Administration reimbursements, and $1 million will be encumbered for design and inspection of the ADA improvements. This agenda item will award three construction contracts that will provide for reconstruction or rehabilitation of residential street pavement, limited sidewalk repairs, ADA ramps, striping, pavement markings and minor utility upgrades. The planned streets listed for the FY 2026 Rapid Pavement Program will be targeted with these contracts. The work will be planned and DO's prepared by the Public Works Department. Funding will be encumbered at the DO level. The value of the DO is based on estimated quantities and each contractor's unit bid prices. Engineering Services inspection team will be monitoring the quality of the construction work performed by the contractor. Contractors are not guaranteed any minimum value of work. There is more contract value being awarded than available funding. Staff will encumber funds at the DO level and ensure that the aggregate DO value does not exceed available funding. Staff proposes to award a contract value above the budget to allow for additional contract capacity. An increase contract capacity will allow staff the ability to issue delivery orders (DO's) to a contractor with a faster productivity in the interest of expediting the program. Once the total budget ($35,187,388.41) amount is achieved the program will be considered complete. It is possible that all funding will be exhausted before one or two of the three contractors reach their base contract value. PROJECT TIMELINE: Project schedule reflects City Council award in April 2025 with anticipated completion by May 2026. 2024-2025 2025 2025-2026 September- February March -April May— May Design Bid/Award Construction COMPETITIVE SOLICITATION PROCESS On March 3, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB# 6402) for Residential Streets Bond 2024 project. On March 19, 2025, the City received bids from four bidders. A summary of the bids is provided below: Bidder Base Bid 1 JE Construction Services $7,987,529.00 2 Anderson Columbia Co., Inc. $8,788,891.00 3 Tex-Mix Paving $9,590,517.70 4 Bay Ltd $9,746,427.75 Engineer's Opinion of Probable $10,684,819.25 Construction Cost The City evaluated the bids in accordance with the contract documents and determined that JE Construction Services, Anderson Columbia Co, Inc, and Tex-Mix Paving were the lowest responsive and responsible bidders. The fact that the bids came in below the estimate is an indication that the City received very favorable bid pricing. Staff recommends awarding contracts to the three lowest bidders in the following amounts: Bidder IDIQ Contract Amount JE Construction Services $18,000,000.00 Anderson Columbia Co Inc. $18,000,000.00 Tex-Mix Paving $18,000,000.00 These three contractors have completed several street projects in the city. All three firms have previously worked on Residential Street Rebuild Program FY 2023, FY 2024 and FY 2025. The work will be issued by the City in multiple DO up to a maximum amount of$35,187,388.41 in available funding. ALTERNATIVES: The alternative is not to award the construction contracts to the low-bidders, JE Construction Services, Anderson Columbia, and Tex-Mix Paving. This would delay the project and conflict with City Council's goal to expedite Reconstruction Street Funds. FISCAL IMPACT: The fiscal impact in FY 2025 is in the amount of$35,187,388.41 with funding available from Street Bond 2024, Wastewater, Water and Gas Capital Funds. The work will be issued by the City in multiple DO up to a maximum amount of $35,187,388.41. The Street Bond 2024 has funding available in an amount of$35 million. Out of which $33 million will be encumbered for the street construction, $1 million will be funded for Engineering and Inspection, and $1 million will be utilized for ADA professional services. Funding Detail: Fund: Streets 2024 GO Bd Prop A (Fund 3564) Department: Streets (33) Organization: Grants & Capital Projects Funds (89) Project: Residential Streets Bond 2024 (Project No. 25050) Account: Construction (550910) Activity: 25050 Amount: $33,000,000.00 Fund: Water 2024 CIP (Rv Bds) (Fund 4491) Department: Water (45) Organization: Grants & Capital Projects Funds (89) Project: Residential Streets Bond 2024 (Project No. 25050) Account: Construction (550910) Activity: 25050 Amount: $584,146.76 Fund: Waste Water 2024 CIP (Rv Bds) (Fund 4261) Department: Waste Water(46) Organization: Grants & Capital Projects Funds (89) Project: Residential Streets Bond 2024 (Project No. 25050) Account: Construction (550910) Activity: 25050 Amount: $1,235,737.46 Fund: Gas 2024 CIP (Rv Bds) (Fund 4566) Department: Gas (11) Organization: Grants & Capital Projects Funds (89) Project: Residential Streets Bond 2024 (Project No. 25050) Account: Construction (550910) Activity: 25050 Amount: $367,504.20 Total: $35,187,388.42 RECOMMENDATION: City staff recommends authorizing construction contracts with JE Construction Services, Anderson Columbia Co, Inc., and Tex-Mix Paving, all of Corpus Christi, Texas, in an amount up to $18,000,000.00 each, for a combined aggregate total not-to-exceed amount of $35,187,388.41, for Residential Streets Bond 2024. The construction duration is planned for 12 months from issuance of the Notice to Proceed, with construction starting in June 2025 with anticipated completion by May 2026. LIST OF SUPPORTING DOCUMENTS: Revised CIP page Street List Bid Tab TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI.TEXAS TABULATED BY: Larry H.Wenger Jr. DESIGN ENGINEER:Larry H.Wenger Jr.,P.E. BID DATE:Wednesday,March 19,2025 RFB 6402 JE CONSTRUCTION SERVICES ANDERSON COLUMBIA CO.,INC. EX-MIX PAVING BAY LTD PROJECT NO.25050 RESIDENTIAL STREETS BOND 2024-RPP IDIQ 7505 UP RIVER ROAD 1402 HOLLY ROAD 3636 S ALAMEDA STREET 1414 VALERO WAY BASE BID CORPUS CHRISTI,TX 78409 CORPUS CHRISTI,TX 78417 CORPUS CHRISTI,TX 78411 1 CORPUS CHRISTI,TX 78409 ITEM I DESCRIPTION UNIT I UNITPRICE I AMOUNT I UNITPRICE I AMOUNT I UNITPRICE I AMOUNT I UNITPRICE AMOUNT Part A-GENERAL Al MOBILIZATION(5%) AL 1 $ 342,110.00 $ 342,110,00 $ 150,400,00 $ 150,400,00 $ 400,000,00 $ 400,000,00 $ 450,000,00 $ 450,000,00 A2 PROJECT BONDS AND PROJECT SPECIFIC INSURANCE(2%) AL 1 $ 41,660.00 $ 41,660.00 $ 51,600.00 $ 51,600.00 $ 185,000.00 $ 185,000.00 $ 55,300.00 $ 55,300.00 A3 TEMPORARY TRAFFIC CONTROL DURING CONSTRUCTION EA 39 $ 6,100.00 $ 237,900.00 $ 4,530.00 $ 176,670.00 $ 4,000.00 $ 156,000.00 $ 10,800.00 $ 421,200.00 A4 OZONE DAYS DAY 2 $ 2.00 $ 4.00 $ 1.00 $ 2.00 $ 1.00 $ 2.00 $ 140.00 $ 280.00 A5 BIODEG EROSN CONTL LOGS(INSL)(12") LF 1,077 $ 10.00 $ 10,770.00 $ 14.00 $ 15,078.00 $ 10.00 $ 10,770.00 $ 12.00 $ 12,924.00 A6 BIODEG EROSN CONTL LOGS(REMOVE) LF 1,077 $ 3.00 $ 3,231.00 $ 1.50 $ 1,615.50 $ 3.00 $ 3,231.00 $ 3.90 $ 4,200.30 A7 SODDING SY 3,000 $ 13.00 $ 39,000.00 $ 13.00 $ 39,000.00 $ 17.00 $ 51,000.00 $ 13.60 $ 40,800.00 A8 TREE TRIMMING(PER TREE) EA 39 $ 640.00 $ 24,960.00 $ 200.00 $ 7,800.00 $ 100.00 $ 3,900.00 $ 250.00 $ 9,750.00 A9 ALLOWANCE FOR SAFETY CONTINGENCY AL 1 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 A10 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1 $ 25,000,00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000.00 $ 25,000,00 SUBTOTAL PART A-GENERAL(Items Al[hru A10 $ 749,635.00 $ 492,165.50 $ 859,903.00 $ 1,044,454.30 Part B-STREET IMPROVEMENTS 31 D-GR HMA TY-D SAC-B PG64-22 TON 20,722 $ 147.00 $ 3,046,134.00 $ 143.00 $ 2,963,246.00 $ 165.00 $ 3,419,130.00 $ 160.00 $ 3,315,520.00 B2 PLANE ASPH CONC PAV(0"TO 3") SY 138,628 $ 2.00 $ 277,256.00 $ 4.50 $ 623,826.00 $ 5.50 $ 762,454.00 $ 6.20 $ 859,493.60 B3 4"RECYCLED ASPHALT PAVEMENT(RAP) SY 6,932 $ 7.00 $ 48,524.00 $ 3.00 $ 20,796.00 $ 9.00 $ 62,388.00 $ 2.80 $ 19,409.60 B4 4"FULL DEPTH REPAIR(TY B PG 64-22) SY 27,726 $ 31.00 $ 859,506.00 $ 46.00 $ 1,275,396.00 $ 40.00 $ 1,109,040.00 $ 38.75 $ 1,074,382.50 B5 UNDERSEAL SY 138,628 $ 4.00 $ 554,512.00 $ 4.00 $ 554,512.00 $ 5.00 $ 693,140.00 $ 3.50 $ 485,198.00 B6 PROOF ROLL HR 278 $ 133.00 $ 36,974.00 $ 73.00 $ 20,294.00 $ 70.00 $ 19,460.00 $ 80.00 $ 22,240.00 B7 SPEED HUMP D-GR HMA EA 18 $ 3,760.00 $ 67,680.00 $ 4,160.00 $ 74,880.00 $ 3,000.00 $ 54,000.00 $ 3,800.00 $ 68,400.00 B8 SPEED TABLE D-GR HMA EA 11 $ 5,140.00 $ 56,540.00 $ 5,480.00 $ 60,280.00 $ 3,000.00 $ 33,000.00 $ 5,400.00 $ 59,400.00 B9 BACKFILL(TY A OR B) STA 330 $ 159.00 $ 52,470.00 $ 50.00 $ 16,500.00 $ 50.00 $ 16,500.00 $ 280.00 $ 92,400.00 810�REFPARK TY I(N)4"(SLD)(090MIL) LF 835 $ 3.00 $ 2,505.00 $ 2.40 $ 2,004.00 $ 2.47 $ 2,062.45 $ 2.80 $ 2,338.00 BllRK TY I W)4"(BRK)(090MIQ LF 840 $ 3.00 $ 2,520.00 $ 2.40 $ 2,016.00 $ 2.47 $ 2,074.80 $ 2.80 $ 2,352.00 B12 REFLPAVMRKTY I(Y)4'(SLD)(090MIL) LF 2,100 $ 3.00 $ 6,300.00 $ 1.30 $ 2,730.00 $ 1.35 $ 2,835.00 $ 1.50 $ 3,150.00 B13 REFLPAVMRKTY I(W)8"(SLD)(090MIL) LF 835 $ 5.00 $ 4,175.00 $ 3.70 $ 3,089.50 $ 3.82 $ 3,189.70 $ 4.30 $ 3,590.50 B14 REFLPAVMRKTY I W)12"(SLD)(090MIL) LF 217 $ 10.00 $ 2,170.00 $ 5.50 $ 1,193.50 $ 5.59 $ 1,213.03 $ 6.30 $ 1,367.10 REFL PAV MIRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC B15 (W)24"(SLD)(125 MIL) LF 1,050 $ 16.00 $ 16,800.00 $ 18.00 $ 18,900.00 $ 18.82 $ 19,761.00 $ 21.00 $ 22,050.00 REFL PAV MIRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC Bib (W)(SPEED HUMP)(125 MIL) LF 1 1,0201$ 15.00 $ 15,300.00 $ 10.00 $ 10,200.00 $ 10.60 $ 10,812.00 $ 12.00 $ 12,240.00 REFL PAV MIRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC B17 (W)(SPEED TABLE)(125 MIL) LF 170 $ 17.00 $ 2,890.00 $ 21.00 $ 3,570.00 $ 21.18 $ 3,600.60 $ 24.00 $ 4,080.00 REFL PAV MIRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC B18 (W)(ARROW)(125 MIL) EA 42 $ 351.00 $ 14,742.00 $ 200.00 $ 8,400.00 $ 205.88 $ 8,646.96 $ 230.00 $ 9,660.00 REFL PAV MIRK TY C HEAT APPLIED PREFAB PREFORMED THERMOPLASTIC B19 (W)(WORD)(125 MIL) EA 42 $ 354.00 $ 14,868.00 $ 314.00 $ 13,188.00 $ 323.53 $ 13,588.26 $ 370.00 $ 15,540.00 B20 REFL PAV MRKR TY-I-C EA 84 $ 6.00 $ 504.00 $ 17.00 $ 1,428.00 $ 17.65 $ 1,482.60 $ 20.00 $ 1,680.00 B21 IREFLPAVMRKRTY I-A-A EA 1 84 1$ 5.00 $ 420.00 $ 17.00 $ 1,428.00 $ 17.65 $ 1,482.60 $ 20.00 $ 1,680.00 B22 RAISED PAVEMENT MARKERS(TY II-B-B)(FIRE HYDRANT MARKING) EA 20 $ 7.00 $ 140.00 $ 29.00 $ 580.00 $ 29.41 $ 588.20 $ 33.00 $ 660.00 B23 INSTALL SMALL RD SIGN SUPBASM TYS80(1)SA(P) EA 67 $ 1,180.00 $ 79,060.00 $ 1,090.00 $ 73,030.00 $ 1,148.00 $ 76,916.00 $ 1,200.00 $ 80,400.00 B24 REMOV SMALL RD SIGN SUPBASM EA 67 $ 330.00 $ 22,110.00 $ 97.00 $ 6,499.00 $ 118.00 $ 7,906.00 $ 110.00 $ 7,370.00 B25 TESTING:FINALSURFACE EA 192 $ 520.00 $ 99,840.00 $ 200.00 $ 38,400.00 $ 500.00 $ 96,000.00 $ 480.00 $ 92,160.00 B26 ALLOWANCE FOR UNANTICAPATED STREET IMPROVEMENTS AL 1 $ 520,000.00 $ 520,000,00 $ 520,000.00 $ 5%000.00 $ 520,000.00 $ 220,000.00 $ 520,000.00 $ 520,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS(hems BL1 thm B26) $ 5,803,940.00 $ 6,316,386.00 $ 6,941,271.20 $ 6,776,761.30 Part C-ADA IMPROVEMENTS Cl INSTALL ADA COMPLIANT CONCRETE CU RB RAMPS SF 15,556 $ 22.00 $ 342,232.00 $ 30.00 $ 466,680.00 $ 30.00 $ 466,680.00 $ 32.00 $ 497,792.00 C2 REMOV CONCRETE CURB RAMPS SF 15,556 $ 3.00 $ 46,668.00 $ 5.50 $ 85,558.00 $ 7.00 $ 108,892.00 $ 8.10 $ 126,003.60 C3 INSTALL CONCRETE SIDEWALK SF 13,527 $ 10.00 $ 135,270.00 $ 16.00 $ 216,432.00 $ 11.00 $ 148,797.00 $ 16.75 $ 226,577.25 C4 IREMOVECONCRETE SIDEWALK SF 13,527 $ 2.00 $ 27,054.00 $ 4.50 $ 60,871.50 $ 3.50 $ 47,344.50 $ 2.90 $ 39,228.30 CS ALLOWANCE FOR UNANTICAPATED ADA IMPROVEMENTS AL 1 $ 50,000.00 $ 50,000.00 $ 50,000.00 1$ 50,000.00 1$ 50,000.00 1$ 50,000.00 1$ 50,000.00 $ 50,000.00 SUBTOTAL PART -ADA IMPROVEMENTS(Items Cl thm C5) i's om,224,0q 1 IS WO,%ISD:I $ 821,71954 $ 939,601.15 Part D-STORM WATER IMPROVEMENTS Di REMOVE CONC(CURBBGUTTER) LF 4,730 $ 4.00 $ 18,920.00 $ 17.00 $ 80,410.00 $ 10.00 $ 47,300.00 $ 5.80 $ 27,434.00 D2 INSTALL CONIC(CURBBGUTTER) LF 4,730 $ 42.00 $ 198,660.00 $ 61.00 $ 288,530.00 $ 40.00 $ 189,200.00 $ 52.00 $ 245,960.00 D3 IREMOVECONCVALLEY GUTTER SF 1 330 $ 4.00 $ 1,320.00 $ 8.00 1$ 2,640.00 $ 25.00 $ 8,250.00 $ 6.70 $ 2,211.00 D4 INSTALL CONIC VALLEY GUTTER SF 330 $ 12.00 $ 3,960.00 $ 39.00 $ 12,870.00 $ 35.00 $ 11,550.00 $ 51.00 $ 16,830.00 IDS REMOVE CONCRETE DRIVEWAY SF 3,340 $ 3.00 $ 10,020.00 $ 5.70 $ 19,038.00 $ 5.00 $ 16,700.00 $ 4.40 $ 14,696.00 D6 INSTALL CONCRETE DRIVEWAY SF 1,670 $ 13.00 $ 21,710.00 $ 16.00 $ 26,720.00 $ 12.00 $ 20,040.00 $ 29.00 $ 48,430.00 D7 INSTALL WASHED CONCRETE DRIVEWAY SF 1,670 $ 14.00 $ 23,380.00 $ 21.00 $ 35,070.00 $ 17.00 $ 28,390.00 $ 39.00 $ 65,130.00 DB JAUJUbi—NU LES(STORMWATER) I EA 1 39 $ 2,490.00 $ 97,110.00 $ 2,660.00 1 103,740.00 $ 3,200.00 $ 124,800.00 $ 2,600.00 $ 101,400.00 D9 ALLOWANCE FOR UNANTICAPATED DRAINAGE IMPROVEMENTS AL 1 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 $ 50,000.00 ENTS SUBTOTAL PART D-STORM WATER IMPROVEM (Items D7[hru D9) t' $ 496,230.00 — $ 572,091.00 Part E-WATER IMPROVEMENTS E1 ADJUSTWATERVALVE EA 94 $ 740.00 $ 69,560.00 $ 1,200.00 $ 112,800.00 $ 1,200.00 $ 112,800.00 $ 830.00 $ 78,020.00 E2 ALLOWANCE FOR UNANTICAPATED WATER IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000,00 $ 15,000.00 SUBTOTAL PART E-WATER IMPROVEMENTS(items E7 thru E2) $ 84,560.00 $ 127,800.00 $ 127,800.00 $ 93,020.00 Part F-WASTEWATER IMPROVEMENTS F1 ADJUST MANHOLES(WASTEWATER) FEA710 $ 2,955.00 $ 206,850.00 $ 3,370.00 $ 235,900.00 $ 3,200.00 $ 224,000.00 $ 3,000.00 $ 210,000.00 F2 ALLOWANCE FOR UNANTICAPATED WASTEWATER IMPROVEMENTS AL 1 $ 15,000,00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART F-WASTEWATER IMPROVEMENTS(items F1 thm F2 $ 221,850,00 -$ ' I,Ti9EkOb.. $ 239,000.01) $ 225,000.00 Part G-GAS IMPROVEMENTS G1 ADJUST GAS VALVE EA 45 $ 1,280.00 $ 57,600.00 $ 1,200.00 $ 54,000.00 $ 1,200.00 $ 54,000.00 $ 1,300.00 $ 58,500,00 G2 ALLOWANCE FOR UNANTICAPATED GAS IMPROVEMENTS AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART G-GAS IMPROVEMENTS(items G7[hru G2 $ 72,600.00 $ 69,000.00 $ 69,000.00 $ 73,500.00 Part H-EXTERNAL UTILITY IMPROVEMENTS H7 ADJUST MANHOLE RING 8 COVER EA 8 $ 2,330.00 $ 18,640.00 $ 3,010.00 $ 24,080.00 $ 3,200.00 $ 25,600.00 $ 1,500.00 $ 12,000.00 H2 ALLOWANCE FOR UNANTICAPATED EXTERNAL UTILITY IMPROVEMENTS AL 1 $ 10,000.00 $ 10,000,00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000.00 $ 10,000,00 $ 10,000.00 SUBTOTAL PART H-EXTERNAL UTILITY IMPROVEMENTS(items H1 thru H2) $ 28,640.00 $ 34,080.00 $ 35,600.00 $ 22,000.00 TOTAL BASE BID $ 7,987,529.00 $ 8,788,891.00 $ 9,590,517.70 $ 91746,427.75 FY 25 thru FY 27 CITYWIDE PROJECT Capital Improvement Plan Corpus Christi, Texas Project# 25050 Project Name Residential Streets Bond 2024 Contact Director of Public Works Department Public Works-Streets Type Rehabilitation Category Street-Rehabilitation Priority Priority Level 1 Status Active Useful Life 25 years Council District City-Wide Description Resurfacing to residential streets selected from the City's approved 5-year Infrastructure Management Program.For an individual residential streets projects listing please go to:httpsalwww.corpuschristitx.gov/department-directory/public-works/programs/rapid-pavement-program-rpp/ justification This project will improve the road and provide a safer driving experience. Expenditures Prior FY 25 FY 26 FY 27 Total Construction/Rehab 0 34,000,000 0 0 34,000,000 Wastewater-St 0 1,235,738 0 0 1,235,738 Eng,Admin Reimbursements 0 1,000,000 0 0 1,000,000 Water-St. 0 584,147 0 0 584,147 Gas-St. 0 367,505 0 0 367,505 Total 0 37,187,390 0 0 37,187,390 Funding Sources Prior FY 25 FY 26 FY 27 Total G.O.Bond 2024 0 35,000,000 0 0 35,000,000 Revenue Bonds 0 2,197,390 0 0 2,187,390 Total 0 37,187,390 0 0 37,187,390 Budget Impact An assessment is completed each year to determine the funding needed. Produced Using Plan-It CIP Software BOND 2024 RESIDENTIAL STREETS CITYWIDE LIST DISTRICT • • • AREA(SY) CENTERLINE MILES 1 Dunstain St Fontana Round Rock 1,960 0.1 1 Eighteenth Prescott Crosstown 480 0.0 1 Fifteenth Morgan Mc Kenzie 5,911 0.4 1 Fourteenth Morgan Mc Kenzie 6,085 0.4 1 Furman Staples Shoreline 8,622 0.5 1 Hancock Water Staples S 5,834 0.4 1 Leonard Leopard Starlite 11,900 1.0 1 Prescott Brownlee Eighteenth 4,978 0.3 1 Roundrock Rd Dunstain St Rustic Oak 2,107 0.2 1 Rustic Oak Round Rock Nolford 707 0.1 1 Second St Morgan Hancock 7,111 0.4 1 Sessions IH 37 Dead End 5,210 0.5 1 Seventeenth Prescott Crosstown 1,133 0.1 1 Sixteenth Prescott Mc Kenzie 2,227 0.2 1 Third St Morgan Tancahua 9,995 0.4 2 Bradshaw Staples Gollihar 6,667 0.5 2 Caddo Harry Gertie 2,307 0.2 2 Catalina Ft Worth Alameda S 6,880 0.5 2 Collingswood Gollihar Wesley 6,013 0.4 2 Delaine Grant Alameda S 5,520 0.4 2 Fifteenth Mc Kenzie Ayers 5,911 0.4 2 Fourteenth Mc Kenzie Ayers 6,085 0.4 2 Grant Wilshire Alameda S 5,693 0.4 2 Isabel Eighteenth Dead End 2,610 0.2 2 John Lee Harry Gertie 2,307 0.2 2 Mavis Rossiter Sea View 2,387 0.2 2 Mc Kenzie Nineteenth Brownlee 5,133 0.4 2 Pope Doddridge Wilshire 720 0.1 2 Rainbow San Antonio Sea View 1,760 0.1 2 Reid Dr Wilshire Doddridge 720 0.1 2 Sea View San Antonio Ocean 2,667 0.2 2 Seventeenth Mc Kenzie Ayers 2,507 0.2 2 Sixteenth Mc Kenzie Ayers 2,227 0.2 2 Wilshire Pl Delaine Catalina 6,933 0.5 3 Alejandro Sacky Sokol 1,867 0.1 3 Bexar Dr Milam Dr Seguin Dr 893 0.1 3 Bonham St Johanna Sacky 1,747 0.1 3 Calle Cuernavaca Saratoga Rd Dead End 6,480 0.3 3 Calle Las Colonas Saratoga Rd Dead End 5,580 0.3 3 Calle San Carlos Calle Las Colonas Calle Cuernavaca 3,333 0.2 3 Calle San Lucas Calle Las Colonas Calle Cuernavaca 3,333 0.2 3 Calle San Marcos Calle Las Colonas Calle Cuernavaca 3,333 0.2 3 Calle San Miguel Calle Las Colonas Calle Cuernavaca 3,333 0.2 3 Choctaw Water Lily Persimmon 2,747 0.2 3 Crestdale Vancrest Carroll Ln 1,160 0.1 3 Crestside Lynncrest Carroll Ln 1,160 0.1 4/15/2025 1 BOND 2024 RESIDENTIAL STREETS CITYWIDE LIST CENTERLINE DISTRICT STREET FROM LATO" AREA(SY) MILES 3 Crestvilla Lynncrest Carroll Ln 1,160 0.1 3 Hilldale Sweet Gum Choctaw 3,227 0.2 3 Inglewood Holly Rd Panama 4,982 0.3 3 Johanna Ayers St Richter 6,893 0.5 3 Johanna Kostoryz Bonham 2,267 0.2 ■ 3 Kerry O Toole Del Starr 2,173 0.2 3 Lynncrest Crestvilla Crestside 1,387 0.1 3 Milam Dr Sokol Dr Bexar Dr 1,387 0.1 3 Navarro Sacky Sokol 1,867 0.1 3 O'Toole Del Starr Kerry 3,360 0.2 3 Pangani Carroll Ln Lynncrest 1,147 0.1 3 Persimmon Sweet Gum Choctaw 3,200 0.2 3 Phillips E&W Queen Queen 3,413 0.2 3 Queen E&W Phillips Philips 3,413 0.2 3 River Crest Hill Crest Choctaw 5,880 0.3 3 Riverbend Solomon Choctaw 2,787 0.2 3 Seguin Dr Sokol Dr Bexar Dr 1,373 0.1 3 Solomon River Crest Water Lily 1,320 0.1 3 Sweet Gum River Crest Persimmon 1,480 0.1 3 Valhalla Carroll Ln Van Crest 1,133 0.1 3 Van Crest Valhalla Crestdale 627 0.0 3 Water Lily Solomon Choctaw 2,760 0.2 3 Wharton Sacky Sokol 1,867 0.1 3 Wooldridge Killarmet Everhart 4,067 0.3 4 Caribbean Waldron Laguna Shore 11,413 0.8 4 Clare Williams Dr Mc Ardle Rd 9,147 0.7 4 Dasmarinas Aquarius Whitecap 23,259 1.1 4 Deck Harbor Lights Harbor Village 653 0.1 4 Dune Tulia Rose 941 0.1 4 Ester Roseanne Sands 2,375 0.2 4 Harbor Lights Baylark Deck 4,813 0.3 4 Harbor Village Baylark Deck 4,867 0.4 4 Lorine Truk Utica 3,533 0.3 4 Pier Harbor Lights Harbor Village 733 0.1 4 Rex Laguna Shores Whiteley 1,330 0.1 4 Rose Lorine Stranton 2,907 0.2 4 Roseanne Sands Ester 1,780 0.2 4 Rudder Ct Dasmarinas Dead End 1,028 0.1 4 Sands Truk Utica 3,533 0.3 4 Tulia Sands Dead End 1,878 0.2 4 Utica Sands Dead End 2,133 0.2 4 Whiteley Rex Thelma 1,953 0.2 5 Annemasse St Yorktown Blvd St Denis St 5,160 0.2 5 Aspen Grove Cedar Pass Windy Ridge 5,293 0.4 5 Avignon Montereau Dead End 773 0.1 5 Beard Canyon Creek Acushnet 4,467 0.3 4/15/2025 2 BOND 2024 RESIDENTIAL STREETS CITYWIDE LIST 5 Bellac Montereau Dead End 1,067 0.1 5 Boros Nicklaus Dead End 4,133 0.3 5 Brine St Cimarron Montereau 667 0.1 5 Calais Montereau Dead End 773 0.1 5 Canyon Creek Beard Dead End 1,760 0.1 5 Deerwood Javelina Snowgoose 1,861 0.1 5 Edgebrook Shadowbend Cedar Pass 5,426 0.4 5 Greensboro Acushnet Weiskopf 4,400 0.3 5 Hulen Dr Dead End Hunt Dr 719 0.1 5 Hunt Cir Hunt Dr Dead End 644 0.0 5 Hunt Drive Saratoga Rd Timbergate 11,740 0.5 5 Javelina Hunt Dr Deerwood 1,000 0.1 5 Lethaby Lipes Dead End W 1,413 0.1 5 Lourdes Annemasse Dead End 2,440 0.2 5 Mountain Wood Fox Run Opengate 2,643 0.2 5 Nicklaus Boros Dead End 3,533 0.3 5 Patti Dunbarton Oak Dead End 3,400 0.2 5 Pheasant Bent Trail Dr Dead End 2,217 0.2 5 Player Saratoga Rd Eider 3,795 0.3 5 StTropez Annemasse Montereau 2,747 0.2 5 Stonemill Cir Hunt Dr Dead End 1,339 0.1 5 Weiskopf Cir Weiskopf Ln Dead End 547 0.0 5 Weiskopf Ln Acushnet Greenboro 4,867 0.4 4/15/2025 3 Public Works Department I -* - Bond 2024 - Residential streets . ' Presented by Ernesto De La Garza, P.E., RAPID Director of Public Works o PAVEMENT April 29, 2025 PROGRAM i1� Bid Information • Scope of Work — Resurface pavement, spot pavement repairs, required ADA improvements, striping, and minor utility adjustments (e.g., ring and covers, valve covers). No major utility improvements are anticipated with this project. • Indefinite Delivery Indefinite Quantity (IDIQ) construction contracts — Work is issued and funds encumbered in multiple individual"Delivery Orders' (DOs) — Bidder's unit prices determine DO totals,not to exceed the executed contract amount. — Additional DOs are issued as previous ones are completed with assignments based on the quality and schedule adherence — Contractor will provide proof of equipment and staff to execute the work • 26.9 CL Miles Residential Streets 2 gas%W108 Recommendation • 4 Bids received March 19, 2025 • Engineers Estimate $11M • Intend to Award 3 - $18M Contracts • Additional contract capacity ranges from $8.4 - 10M/contract Bidder Base Bid Engineers IDIQ Contract Additional Contract Estimate Amount Capacity JE Construction Services, $7 987 529.00 $11,000,000.00 $18,000,000.00 LLC $10,012,471.00 Anderson Columbia Co. Inc. $8,788,891.00 $11,000,000.00 $18,000,000.00 $9,211,109.00 Tex-Mix Paving $9,590,517.70 $11,000,000.00 $18,000,000.00 $8,409,482.30 jBay LTD. 1 $9,746,427.75 $11,000,000.00 qw Planned Work • 26.9 CL Miles of Planned streets included in Bond 2024 Proposed Bond 2024 SummarV-Planned District Street Count CL Miles SY Estimate 1 15 4.8 74,260 $ 5,569,500.00 2 19 5.2 75,047 $ 5,628,525.00 3 36 6.5 1 98,136 $ 7,360,200.00 4 18 5.4 78,276 $ 5,870,700.00 5 27 5.0 78,824 $ 5,911,800.00 Total 115 26.9 404,543 $ 30,340,725.00 4 RMTheline FY2025 FY2026 Rapid Pavement Program-Residential O N D J F M A M J J A S O N D J F M A M J J A S Contractual Construction 2025 IH Construction Bond 2024 Contractual Construction (RPP 2026) IH Construction 2027 Contractual Construction IH Construction Questions?