Loading...
HomeMy WebLinkAboutAgenda Packet City Council - 05/06/2025 Cityof Corpus Christi 1201 Leopard Street Corpus Christi,TX 78401 cctexas.com Meeting Agenda Final-revised City Council Tuesday, May 6, 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 Rabbi Naftoli Schmulker with Chabad Coastal Bend. C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Hannah Nichole Hominick, 12th grader from Calallen High School. D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. E. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS: (ITEMS 1 -2) 1. 25-0609 Recognition of Graduates from the 61st Class Graduation of MetroCom 911 Call Operators 2. 25-0633 Recognition of TOP Cop Award and Overview of Annual Candlelight Vigil for Fallen Officers City of Corpus Christi Page 1 Printed on 5/5/2025 City Council Meeting Agenda-Final-revised May 6, 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: (ITEM 3) 3. 25-0623 Animal Care Advisory Committee Building Standards Board Corpus Christi Regional Economic Development Corporation Sister City Committee H. BRIEFINGS: (ITEMS 4 - 5) 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. 4. 25-0573 Update on Inner Harbor Water Treatment Campus Project, to include project history on progressive design-build contract procurement, current project update, and milestones leading to guaranteed maximum price. sponsors: Corpus Christi Water 5. 25-0680 Alternative Water Supply Projects Update sponsors: Corpus Christi Water I. 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. J. MOTION TO RECONSIDER: (ITEM 6) If the motion to reconsider passes by the required two-thirds vote, then the reconsidered item shall be voted at the same meeting. City of Corpus Christi Page 2 Printed on 5/5/2025 City Council Meeting Agenda-Final-revised May 6, 2025 6. 25-0682 Reconsideration of"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," as submitted by Council members Carolyn Vaughn and Eric Cantu. sponsors: City Secretary's Office K. CONSENT AGENDA: (ITEMS 7 - 18) 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. 7. 25-0661 Approval of the April 29, 2025 Regular Meeting Minutes sponsors: City Secretary's Office Consent- Second Reading Ordinances 8. 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 9. 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 10. 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 City of Corpus Christi Page 3 Printed on 5/5/2025 City Council Meeting Agenda-Final-revised May 6, 2025 Consent- Contracts and Procurement 11. 25-0175 Resolution authorizing execution of a one-year service agreement, with two one-year options, based on a best-value bid, with Lone Star Blower, Inc., of Houston in an amount not to exceed $310,000.00 with a potential amount up to $930,000.00 if options are exercised, for blower repairs and alignment at wastewater treatment plants for Corpus Christi Water, with FY 2025 funding of$310,000.00 from the Wastewater Fund. sponsors: Corpus Christi Water and Finance &Procurement Consent- Capital Projects 12. 25-0507 Motion awarding a construction contract to Crawford Henrichson & Crawford LLC Addison, TX, for the Fire Department Resource Center Phase II project in an amount not to exceed $3,041,742.00 for the addition of two apparatus bays, and a multipurpose space for Fire Department personnel training and storage, located in Council District 3 with FY 2025 funding available from the Certificates of Obligations and G.O. Bond 2022. sponsors: Fire Department, Engineering Services and Finance & Procurement 13. 25-0347 Resolution rejecting the bid of D&J Utility Services LLC as non-responsive and authorizing a construction contract to Southern Trenchless Solutions, LLC, La Feria, Texas, as the lowest responsive, responsible bidder in an amount up to $3,891,631.24 with two renewal options for a total amount not to exceed $11,674,893.72 for Citywide Wastewater Indefinite Delivery Indefinite Quantity (IDIQ) - Manhole Improvements FY2024 project, located Citywide, with FY 2025 funding available from the Wastewater Capital Fund. sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 14. 25-0425 Motion awarding a construction contract to Reytec Construction Resources, Inc., of Houston, Texas, in an amount up to $20,991,575.94 and authorizing Amendment No. 3 to the professional services contract with Plummer Associates, Inc., of Corpus Christi, to provide construction phase services in an amount of$55,767.00 for a total contract value up to $1,274,626.00 for the Filtration System Hydraulic Improvements at O.N. Stevens Water Treatment Plant (ONSWTP), located in Council District 1, with FY 2025 funding available from the Water CIP Fund. sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 15. 25-0539 Resolution authorizing a construction contract with Bay, Ltd., of Corpus Christi, in an amount up to $2,858,521.20 for the reconstruction of Calallen Drive, from Red Bird Lane to Burning Tree Lane, with new asphalt pavement, ADA compliant sidewalks and curb ramps, signage, utility upgrades, and pavement markings, located in Council District 1 with FY 2025 funding available from the Street Bond 2018, Water, Wastewater, City of Corpus Christi Page 4 Printed on 5/5/2025 City Council Meeting Agenda-Final-revised May 6, 2025 Storm Water, and Gas Funds. Sponsors: Public Works/Street Department, Engineering Services and Finance & Procurement 16. 25-0584 Motion authorizing a professional services contract with Freese & Nichols, Inc., for design, bid, and construction phase services for Holly Road Train Trestle project in an amount not to exceed $1,263,059.00, located in Council District 4, with FY 2025 funding available from the American Rescue Plan Act (ARPA) Fund. Sponsors: Parks and Recreation Department, Engineering Services and Finance & Procurement Consent-First Reading Ordinances 17. 25-0559 Ordinance authorizing the City Manager or designee to execute documents to apply for and accept twelve grant renewal applications in an amount up to $2,772,910.00, authorizing 32 grant positions, and acceptance of an amount of up to $55,000 in program income from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services and upon receipt, to appropriate funds in the No. 1066 Health Grants Fund for said programs. Sponsors: Health Department 18. 25-0545 Ordinance authorizing three real estate sales contracts totaling up to $1,534,880 to purchase properties necessary for the Nueces River Water Pump Station Project, located in Council District 1, as follows: (1) 13702 N. Hillwood Trail from Jeffrey & Cindy Kirby for $619,000.00 plus $4,000.00 closing costs; (2) 13710 N. Hillwood Trail from Jose & Selinda Zepeda for $140,000.00 plus $4,000.00 closing costs; and (3) 13720 N. Hillwood Trail from Steven Hook for $769,880.00 plus $4,000.00 closing costs; and authorizing two short-term lease agreements to lease property to (1) Jeffrey and Cindy Kirby for 13702 North Hillwood Trail for$500.00 per month for six months and (2) Michael Cervantes for 13720 North Hillwood Trail for$1,000.00 per month for three months; with FY 2025 Funding available from the Water Capital Fund. Sponsors: Corpus Christi Water and Engineering Services L. RECESS FOR LUNCH The City Council will take a lunch break at approximately 1:30 p.m. M. PUBLIC HEARINGS: (NONE) The following items are public hearings and public hearings with first reading ordinances. Each item will be considered individually. N. INDIVIDUAL CONSIDERATION ITEMS: (NONE) The following items are motions, resolutions or ordinances that may be considered and City of Corpus Christi Page 5 Printed on 5/5/2025 City Council Meeting Agenda-Final-revised May 6, 2025 voted on individually. O. EXECUTIVE SESSION: (ITEMS 19 -20) 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. 19. 25-0663 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 Corpus Christi Housing Authority and land to be purchased by said entity and Texas Government Code § 551.072 to discuss and deliberate the potential purchase and/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. 20. 25-0675 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 P. ADJOURNMENT City of Corpus Christi Page 6 Printed on 5/5/2025 :H v 1 ' KNOW YOUR LOCATION HELP US HELP YOU 61st MetroCom Academy Graduation was April 18, 2025 7 Graduates 1 was graduate from CCISD/MetroCom course offered via the CCISD CTE program 61 St MetroCom Dispatch Academy r h f Aquileo Estrada Isabella Gomez Mason Graves Rylee Johnson r , Jessica Ortegon Marco Rangel Lizzaiyah Reyes 911 Dispatchers CggP115 CNglsl 1:-01i1 • 9 am 11 Dispatchers are `°"T` H : licensed by the state of Texas and have been EMS recognized since 2019 as RE first responders. . 911 Dispatcher Training Academy Training is comprised of over 240 hours of education to include but not limited to: �ppvu5 CNFIs�I • Pauce Cardiac Emergency Communication , First Aid/ CPR Geography EMS Emergency Medical Dispatch certification RE Emergency Police Dispatch certification TCIC/NCIC Certification Crisis Communication for Telecom municators What's After the Academy On-the-job training �ppvu5 CNFIsI • Pauce They are assigned shifts for training in the 911 . '° call-taking center. They are assigned to a Dispatch Training �V EMS Officer(DTO). FIRE They work 12-hour shifts for 24/7 coverage. They are evaluated daily during their • training phase (6-12 weeks). National Peace Officers • Memorial Week ApUS CHgIS Y�52 I 371h Annual Candleli htVig it g • n n f-% � r May i ,-J, ZuZ -I) d 3 F is #s - L. �C J p (RFE ^tTE10 _ OF_G Lr AN F_ESFF J 1 O' ��— _ lOF'ii RGV'JEcnl CJ.RO 1V GPLF dG-RO F cti ors (J ElLIO FF'F CG rJV ILI�N uc' O i:P..RI V. c,PHM HUGH IVA' _ _ VE'7CE KFi I, � F,,�. F -. E ftc_G- - -T S G ... - `V,IT.. IfEI JI E PI.IE F E � -PC �F E " IG J E It G N G r'F Y 5R GII JP f L of EY I�ElL E SR GF r�RGOKS +Sf�bY I. l,E R JTiOIV HU N1 I�OTYYD P`lE peC _ IE F - �4 t JF r�N GLIf GN�fPN THOO�IN4'ANGElO PELUSQ JR - �hn OB cH - n nms ,cWauc4roly JoiTNc iFSG IRVInSian RCJ jjj crnvF HENKVDR OW11 ELL VJILLIAIJIC COOPER CARTER ME. DE UcTICE-'vV1L V lOV Q r_ E��IF R`. - n iUs HUINPHRF's ;b°.NItL CO, KEyNEir L3 V t0 pyRAl L�c - _ JILSER py,oN v J KEN NaA$' R Cv aO C 9EA v C J15 nrt r' ER Z KVLeo n ce v nnscN°' _ _ KENNT\DAJHEMC'vdL�w LB UND"eLL n11D w�lli.•tiRY AnN:° 2� �,.* ® � i t 5�� 6DY CA h`2_t�HOSKIN� EVER PALMER' - eLECT PERRY�VillANl•SCOT�,EAL RDO�,; ,.; ys -. �r AORTERA�HA EL N\ADDOX'MC ,,, \u ix Om S�G� Qw, ®_� O 4 .ti rn: : Flo Officer Kyle Hicks End of Watch April 24, 2024 k S/O Vicente Ortiz 1� y End of Watch .Tune 1 , 2024 C 2025 Top Cop * • � Award Recipient � Officer Marco Ramirez 'Abaft 2025 NpTIONq � ��o ANIMAL CARE ADVISORY COMMITTEE Three(3)vacancies with terms ending 5-31-2028,representing the following preferred but not required categories:3-Community At-Large. Duties The Animal Care Advisory Committee advises the City Council and City Manager on all aspects of animal control includingfees,staffing,ordinances,procedures,policies and facilities.The jurisdiction and actions of the Committee shall be advisory only. Composition It shall consist of seven(7)members.Terms will be for three-years.Membership in one or more of the following categories is preferred but not required:veterinarian,local animal welfare organizations(preferably at least one of the organizations must operate an animal shelter).The remaining members shall represent the community at-large. All members shall serve until their successors are appointed and qualified and each shall be a resident of the City.The City Manager or his representative and the Animal Care Services Manager shall serve as ex-officio members of the Committee without vote.The Committee,by majorityvote,shall elect its own Chairman who shall preside at all meetings of the Committee and a Vice-Chairman who shall act as chairman in the absence of the Chairman.The Animal Care Services Manager or his designated representative shall serve as the secretary of the Committee.The Animal Care Advisory Committee is designated as the Animal Shelter Committee required bythe Texas Health and Safety Code. Creation/Authority Section 2-115,Code of Ordinances. Ord.No.14214-2/22/78;17573-4/20/83;17748-7/27/83;20294-5/3/88;024461 -5/22/01;030405-1/20/1 5;Ord.032058-3- 17-2020 Meet Member size Term Length/Limit Liaison 3rd Wed.of every month,12:30 p.m., 7 3 years/6 years Matilda Perez Appointing Name District Term Appt.date End date Authority Position Status Category Attendance Seeking Diana L.Cardenas District 1 Partial 2/28/2023 5/31/2025 City Council reappointment Community At-Large 9/9 meetings-100% Seeking Ronald S.Smith District 2 1 4/12/2022 5/31/2025 City Council reappointment Community At-Large 8/9 Meetings-89% Met the six-year Jarvis J Amaya District 2 2 7/16/2019 5/31/2025 City Council I Chair service limitaion Community At-Large Robert W.Perkins District 1 Partial 1/30/2024 5/31/2026 City Council Active Veterinarian Jackie McCollough District 4 1 2/28/2023 5/31/2026 City Council Vice-Chair Active Community At-Large Roland Dominguez District 1 2/28/2023 5/31/2027 City Council Active Community At-Large Monica A.Montalvo District 5 1 9/5/2023 5/31/2027 City Council Active Community At-Large 5-6-2025 ANIMAL CARE ADVISORY COMMITTEE Applicants Name District Status Category At-Large Amy M. Bornemeier District4 Applied Local Animal Welfare Organization At-Large Diana L.Cardenas District 1 Seeking reappointment Local Animal Welfare Organization Nancy K.Cook District 2 Applied At-Large Laura L. Estrada District 3 Applied At-Large Kylie Long District 4 Applied At-Large At-Large Ronald S.Smith District 2 Seeking reappointment Local Animal Welfare Organization Theodore Thompson i District 5 Applied At-Large CITY OF CORPUS CHRISTI Submit Date: Mar 17, 2025 Application for a City Board, Commission, Committee or Corporation Profile Amy M _ Bornemeier First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78418 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? Almost 5 Grant/Project Manager - First Five Nebraska Policy Liaison _ remote Employer Job Title Occupation Work Address - Street Address and Suite Number 15518 Finistere St. Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78418 Work Phone 402-440-8797 Amy M Bornemeier Work E-mail address Abornemeier@firstfivenebraska Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? ANIMAL CARE ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) I am on the Board of the Padre Island Parrot Head Club and we fundraise for many local non- profits. I work remotely for a non-profit in another state. In a previous role, I was in charge of a quasi governmental board. I am a new foster for a local rescue. I have a Master's in Management. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Animal Care Services Advisory Committee. Why are you interested in serving on a City board, commission or committee? I would like to use my experiences and passion to positively impact the stray animal issue through the Animal Care Services Advisory Committee. I am a firm believer that if I am not part of the solution, I am part of the problem. Are you an ex-Off icio member of a City Board, commission or committee? Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r•° No Amy M Bornemeier Are you a current candidate in an election for a non-city public office? Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r. No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No Amy M Bornemeier If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W Local Animal Welfare Organization Verification Amy M Bornemeier City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Amy M Bornemeier CITY OF CORPUS CHRISTI Submit Date: Apr 08, 2025 Application for a City Board, Commission, Committee or Corporation Profile Ms. Diana L _ Cardenas Ph.D. Prefix First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78410 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 1 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 70 years Texas A&M University- Corpus Christi (retired) Professor of English _ Teacher Employer Job Title Occupation Work Address - Street Address and Suite Number 6300 Ocean Drive Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78412 Work Phone (361) 825-1596 Ms. Diana L Cardenas Ph.D. Work E-mail address Diana.cardenas@tamucc.edu Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? ANIMAL CARE ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) iCat TAMUCC: TNR /adoption program American Association of University Women (AAUW). YWCA YWTeens If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Animal Care Advisory Committee Why are you interested in serving on a City board, commission or committee? I wish to help carry out the mission and objectives of CCAC: to improve the lives of animals, address owner acts that neglect and harm animals, to conduct positive interaction with the community, and build confidence in the actions of CCAC. wish to contribute to our city's crucial efforts to improve the lives of animals. Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Ms. Diana L Cardenas Ph.D. Are you a current candidate in an election for a non-city public office? Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A No Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r. No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No Ms. Diana L Cardenas Ph.D. If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W Local Animal Welfare Organization The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes � No Verification Ms. Diana L Cardenas Ph.D. City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Ms. Diana L Cardenas Ph.D. CITY OF CORPUS CHRISTI Submit Date: Sep 03, 2024 Application for a City Board, Commission, Committee or Corporation Profile MDiv, Nancy K _ Cook MSW First Name Middle Last Name Suffix Initial Email Address Street Address Corpus Christi TX 78411 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 2 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 3 Management/Administratioi Retired _ Please see resume _ & System Leadership Employer Job Title Occupation Work Address - Street Address and Suite Number n/a Which Boards would you like to apply for? ANIMAL CARE ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? a Yes o No Nancy K Cook MDiv, MSW Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) BS Business - San Francisco State 1984 - San Francisco, CA Master of Divinity -Seattle University 2000 - Seattle, WA Master of Social Work - Indiana University - 2005, South Bend, IN If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Library Board Why are you interested in serving on a City board, commission or committee? I have recently retired from a career in health care (CHRISTUS Health) and wish to serve my community. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? � Yes r No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A n/a Demographics Gender W Female Nancy K Cook MDiv, MSW Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. n/a Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Nancy K Cook MDiv, MSW Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? 17 None of the above Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Nancy K Cook MDiv, MSW Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Nancy K Cook MDiv, MSW Nancy Cook, MDiv, MSW, BCC nancykarencook@linkedin 916.955.7996 CHRISTUS Health South Texas Region-Regional Director of Spiritual Care Corpus Christi,TX 2021-2023 Monsignor Kelly Catholic High School Beaumont,TX 2020-2021 Diocese of Beaumont Theology Teacher CHRISTUS Health Irving,TX 2017-2020 CHRISTUS Leadership&Ethics Academy graduate 2018 Southeast Texas Region—Regional Director of Patient Experience Patient Relations Director reporting to Mr.Paul Trevino,CEO Strategic enculturation of patient family centered care and associated evidenced based best practices. • Administration of grievances and complaints per CMS conditions of participation • Data collection and analysis • Strategize for seamless high safety and quality of care to patient and families • Education,coaching,auditing of clinicians • Innovate and design for ideal patient experience • Leader in associate engagement 2016-2020(95t'percentile) • Project—replacement of patient room furniture(COVID hold at final bid) • Project—remodel:boardroom,main entry,&family waiting area(COVID hold at design) Southeast Texas Region—Director of Spiritual Care&Volunteer Services 2012-2017 Director of Spiritual Care reporting to Mr.Dan Ford,VP Mission Responsible for the spiritual health and well-being of patients,families and staff for the region. Direct team of chaplains and Patient Liaisons and participate in leadership. • Team Well-Being Measure© o Develop and implement tool in region(2013-2020) o Recognized as best practice for CHRISTUS Health at corporate o Develop and train all CHRISTUS regions in Train-the-Trainer for the Team Well-Being Measure(2016) o Tool used for 550 CHRISTUS Associates with 10%average improvement in engagement 0 • Meaningful Use 0 Leverage Patient Portal enrollments into Patient Liaison positions ■ Patient Portal Enrollments ■ Patient education and assistance with Advance Directives ■ Patient Satisfaction Dignity Health formerly Catholic Healthcare West San Francisco,CA 2007-2012 Page 1 of 4 Nancy Cook, MDiv, MSw, BCC nancykarencook@linkedin 916.955.7996 Chandler Regional Medical Center&Mercy Gilbert Medical Center/Phoenix East Valley Director of Spiritual Care&Patient Family Centered-Care • Patient Family Centered Care-responsible for development and implementation of CRMC's PFCC strategic plan • Spiritual Care-responsible for realignment of department to system initiatives. o Spiritual Care Metric(Avatar)ranked at#3 of 42 hospitals in system o Recognized for Best Practice—service delivery<24 hrs of admission o Recognized for Best Practice—employer of choice(Living Life with Purpose series) • Senior Leadership o Ranked 4.55 of 5 in 360 leadership competencies(Strategic Programs,Inc.) o Member of Senior Leadership team Mercy General Hospital/Sacramento-Manager of Spiritual Care responsible for developing strategy and management of the spiritual care department. • Restructure to increase direct patient care and increase productivity • Development of Policies&Procedures • Create and establish patient centered programs(Certified Music Practitioner) The Center for Hospice and Palliative Care, Inc. South Bend,IN 2003-2007 Chaplain for a major non-profit hospice service provider in operation since 1982. The agency is a community partner and teaching hospice for local hospitals and universities. Serving in extended care facilities,hospitals and homes responsibilities include but are not limited to: • Pastoral counseling and theological education • Provision of psycho-emotional-spiritual support for diverse populations and development stages • Counseling of individuals and groups in anticipatory grief and grief relating to death and dying • Education on quality of life and end-of-life to individuals,groups,and the community • Develop and monitor spiritual assessments and interventions through care planning • Co-creator,developer,and implementer of the Spiritual Comfort Measure • Presenter of the Spiritual Comfort Measure at the Indiana Hospice and Palliative Organization Conference in May 2006 • Planner and presider at liturgies and rituals • Community relations with local hospitals,universities,and community leaders • Initiator of benchmarking as a standard practice for the spiritual care team for quality indicators, measures and continuous improvement • Researched and implemented agency cost saving measure to reduce duplicate charting for nurses,social workers and chaplains working in the field Trinity Health/ SJRMC, Inc. South Bend,IN 2002-2003 Chaplain Resident serving in the country's 4t'largest multi-hospital network system with a Catholic identity. • 5 unit residency in Clinical Pastoral Education The University of Notre Dame Notre Dame,IN 1998-2002 Rector serving in the Office of Student Affairs of the premier Catholic institution of higher learning. Acting in loco parentis particularly in the areas of spirituality,academics,and social development. • Teach through experiential learning method community life centered on the common good Page 2 of 4 Nancy Cook, MDiv, MSW, BCC nancykarencook@linkedin 916.955.7996 • Manage and support staff of 4 in Badin Hall community • Create and foster an environment that nourishes academic,social and spiritual development • Pastoral counseling and theological education • Provision of psycho-emotional-spiritual support • Assess psycho-emotional conditions and make referrals • Coordinator of weekly liturgies and Badin Hall programming • Retreat leader for spiritual and relationship related retreats • Acting Director of the International Summer Service program(Theo360b) • Interviewer,reader,facilitator for Summer Service project(Theo360) • Coordinator for l'year Composition Community Based Learning(FY110) • Counselor to master and PhD students in non-academic career fields • Administer interest inventory assessment tools(Strong,Meyers-Briggs) • Research fellowship and post-doctoral opportunities • Create,design and present at career development workshops Archdiocese of Seattle Seattle,WA 1993-1997 Holy Rosary Catholic Church-Pastoral Associate at a large urban parish with 2000+families. • Liturgy Coordinator responsible for planning and preparing all liturgies • Coordinate and train 100+liturgical volunteers • Sacramental preparation U.S. West Communications/New Vector Group Bellevue,WA 1991-1993 Lead Treasury Analyst working for a Baby Bell in supervisory role responsible for reconciling revenue general ledger anomalies and reporting to CFO. Pike Place Market, PDA Seattle,WA 1988-1991 Accounting Manager,reporting to CFO,supervising staff responsible for all accounting functions through financials. Management of conversion of manual to automated accounting system. GM Nameplate, Inc. Seattle,WA 1986-1988 Credit Manager,reporting to CFO,responsible for establishing and monitoring credit lines to business customers such as Hewlett Packard,Nike,Starbucks,Microsoft,Bally. May Partners Advertising Agency Seattle,WA 1984-1986 Accounting Manager,reporting to C.P.A.,supervising staff responsible for all accounting functions. Advertising agency holding accounts such as Helly Hanson,Dominos Pizza and Ben Bridge Jewelers. Otis Company San Francisco,CA 1980-1984 Full-Charge Bookkeeper,reporting to C.P.A.,responsible for all accounting functions through general ledger. Custom manufacturer of stainless-steel restaurant equipment—commercial/industrial. AWARD National Associate of Catholic Chaplains-Distinguished Service Award 2018 Nominated by CHRISTUS Health INTELLECTUAL PROPERTY The Team Well-Being Measure0 Copyright(2016),Trademark(2017) Page 3 of 4 Nancy Cook, MDiv, MSW, BCC nancykarencook@linkedin 916.955.7996 EDUCATION & CERTIFICATION California State-San Marcos Certification in Palliative Care San Marco,CA 2015 NACC Board Certified Chaplain Board Certified Chaplain Milwaukee,WI 2006 Indiana University Master of Social Work Indianapolis,IN 2005 University of Notre Dame Certificate in Liturgy Notre Dame,IN 2002 Seattle University Master of Divinity Seattle,WA 1998 California State-San Francisco B.S.Business/Accounting San Francisco,CA 1985 CERTIFICATION Palliative Care Certification California State San Marcos 2015 Board Certified Chaplain US Catholic Conf.of Bishops Milwaukee,WI 2006 SERVICE Some Other Place Else Food Bank-volunteer Beaumont,TX 2015-2016 American Red Cross-Disaster Services Rapid Response Washington,DC 2007-2012 Sacramento Food Bank&Family Services-volunteer Sacramento,CA 2007-2009 Tsunami Relief Project-fund raiser South Bend,IN 2005 Mother Teresa's Missionaries of Charity-volunteer Calcutta,INDIA 2003 The Center for Hospice&Palliative Care-volunteer South Bend,IN 2001-2003 Mother Teresa's Missionaries of Charity-volunteer Calcutta,INDIA 2001 Mother Teresa's Missionaries of Charity-volunteer Calcutta,INDIA 2000 Women in Transition Project-create,organize,implement Bellevue,IN 1998 Hoquiam Project-create,organize,implement Seattle,WA 1994-1996 Mother Teresa's Missionaries of Charity-volunteer Calcutta,INDIA 1993 International Exchange Forum-host Austrian student Seattle,WA 1991-1992 Seattle Parks and Recreation-board member Hiawatha Park Seattle,WA 1991-1992 American Red Cross-Aid to Aging Program-volunteer Seattle,WA 1991 American Red Cross-Military and Social Services-volunteer Seattle,WA 1991 Gulf War Mt Pinatubo Evacuation 1990 Goodwill Games-sponsor and host two Muscovites Seattle,WA 1990 Page 4 of 4 CITY OF CORPUS CHRISTI Submit Date: Apr 07, 2025 Application for a City Board, Commission, Committee or Corporation Profile Laura L _ Estrada First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78415 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 3 Current resident of the City of Corpus Christi? 0 Yes r No LiftFund Inc Market Manager Finance Employer Job Title Occupation Work Address - Street Address and Suite Number 3209 S Staples #146 Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78415 Work Phone 361-834-8428 Work E-mail address lestrada@liftfund.com Laura L Estrada Preferred Mailing Address W Work Address Which Boards would you like to apply for? ANIMAL CARE ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? (.- Yes r- No Do you currently serve on any other City board, commission or committee at this time? If so, please list: no Education, Professional and/or Community Activity (Present) IWA High School Graduate Del Mar College Current President for the The Spirit Center a Youth Retreat Facility for all Faiths Past President of the Corpus Christi Literacy Council Past Treasurer of the West Side Business Association If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Animal Care Advisory Committee Why are you interested in serving on a City board, commission or committee? As a pet owner, 4 of which were abandoned by their owners, I believe our community lacks education on the care and welfare of their pets. Pets are abandoned daily, no water, no food. Pets are chained 24/7 with lack of proper shelter and regular change of water Our animal control center and its employees are under great stress without proper resources and lack of volunteers to assist with the need for care of animals currently residing at the shelter. The lack of leadership is draining on the staff and I would like an opportunity to better understand the challenges and ways to alleviate the stress for providing the necessary care and providing better education to our citizens. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r� Yes � No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? c Yes (- No Laura L Estrada Are you a current candidate in an election for a non-city public office? Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r. No Does your employer or your spouse's employer have a City contract? r• Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No Laura L Estrada If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes � No Verification Laura L Estrada City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Laura L Estrada LAURA LEAL ESTRADA 3637 Braeburn Dr Corpus Christi, TX 78415 210-535-6020 SUMMARY OF QUALIFICATIONS •Over 40 plus years of experience in the financial services industry serving in multiple leadership and sales roles with multi-unit management experience with a strong record of accomplishment of execution of strategic objectives while consistently meeting and/or exceeding goals. •Extensive training experience to seasoned and new banking services personnel and to existing and new business customers and clients. •Computer literate including Windows, Microsoft Professional (Word, Excel, Power Point, etc.) and banking and financial services software systems. •Bi-Lingual: Fluent in English and Spanish (Speak, read and write). CORE COMPETENCIES •Business Development •Marketing/Planning •Financial Services •Administration/Management •Customer/Personal Services •Data Analysis •Economics/Accounting •Instructing/Training PROFESSIONAL EXPERIENCE Financial Services •District Services and Operations Officer: Oversaw operations of 27 Corpus Christi, TX Bank of America branches to include cash controls, branch security, compliance, operational, staffing, employee reviews, customer service and training issues. •Banking Center Manager: Managed 14 Corpus Christi Bank of America staff; oversaw growth and revenue opportunities for banking center with $60 million in deposits, consistently exceeded sales goals each quarter, exceeded weekly customer service goals and with no failed audits. •Banking Center Manager: Managed 9 San Antonio, TX BBVA Compass Bank staff; worked with other lines of business to support team goals; Business Banking, Investments, Merchant Services, and Mortgage Loans; attained #1 status for client satisfaction in San Antonio District for 2008. •District Manager Managed 18 San Antonio, TX JPMorgan Chase Bank employees and indirectly oversaw activities of approximately 100 employees within assigned district. As well as, the business related activities and financial results of 9 assigned branches. Business Development •Market Manager/Business Development Officer: Source, contact and develop potential Corpus Christi LiftFund (LFI) clients for business loan opportunities; analyze, review, and recommend loan requests to underwriters, assist customers to understand financial situations/positions. Fielded underwriting for grants awarded to business owners due to COVID19 within LFIs footprint. Successfully assisted to secure funding for the 1st Dream Maker Fund an Evergreen Revolving Loan fund for Corpus Christi Business Owners and business owners in the San Patricio/ Nueces County in cooperation with the City of Corpus Christi and the Port of Corpus Christi. •Manage LFI development, cultivation and growth of business lending in a target market encompassing 15 counties; focusing on community outreach to increase visibility of LiftFund and originate quality loan applications. •While in traditional banking, networked with other lines of business to attain and exceed center goals for Business Banking, Mortgage Loans, Premier Client Services, Investments, and Merchant Services. 1 LAURA LEAL ESTRADA *Accomplishment: part of a team that was awarded three grants for LFI totaling $3.9 million creating the 1st evergreen revolving loan fund specifically for business owners in Corpus Christi, titled the Dream Maker Fund, in 2020. Instructing/Training •Senior Consultant/System Conversion Analyst: Directed training efforts to develop and facilitate training for new ADS Financial Services Solutions personnel in Wisconsin, Minnesota, Michigan and Iowa, recipient of ADS Gold Medal Award for initiatives to secure client training assignment. •Senior Training Coordinator: Coordinated training with Houston, TX JPMorgan Chase Bank Branch Management Team for newly hired tellers and assistant branch managers; demonstrated platform behaviors including professional demeanor and encouragement of open dialogue. Coached, mentored and participated in the development of the Assistant Managers for leadership, audit and compliance controls during regularly scheduled branch visits and weekly conference calls. •Market Manger LiftFund: Facilitate training workshops for individuals interested in starting a business, understanding personal and business finances including access to credit. Marketing •Attend multiple activities as a representative of LFI, participate on panels with multiple organizations to inform audience of LFI services and make presentations to various audiences. •Representing LFI by interfacing with banks, borrowers, chambers of commerce, SBA, SCORE and the business community at large. WORK HISTORY •Market Manager/Business Development Officer: LiftFund, Inc. 07/13-Current •Banking Center Manager: Capital One 2012-2013 •Banking Center Manager: Bank of America, N. A. 2009-2012 •Banking Center Manager: BBVA Compass Bank 2008-2009 •Senior Training Coordinator: JPMorgan Chase Bank 2007-2008 •District Manager: JPMorgan Chase Bank 2005-2007 •Banking Center Manager: Bank of America, N. A. 2000-2005 •Senior Consultant/System Conversion Analyst: ADS Financial Services Solutions 1998-2000 •Business Systems Analyst: EDS Corporation 1997-1998 •Trainer: Mercantile Bank, N. A. 1995-1997 •District Services and Operations Officer: Bank of America TEXAS, N.A. 1992-1995 2 LAURA LEAL ESTRADA EDUCATION/TRAINING •Del Mar College, Corpus Christi, Texas •Course work in Business and Banking •Certifications: -Sales Leadership and Relationship Banking -Professional Selling Skills -Business Development Skills for Business Bankers -Management and Supervisory Skills -Series 6 and 7 License— no longer active -NMLS Licensed — no longer active -Branch Compliance Training -Commercial, Mortgage and Consumer Lending Training -Regulatory Compliance for Commercial Lenders -Train the Trainer—AMA -Techniques in Teaching Adults —AIB Market Manager with LiftFund, 11 years, servicing the Coastal Bend which encompasses 15 counties. Over 40 years of experience in the financial services industry serving in a number of managerial and sales roles with multi-unit management experience with national organizations. LiftFund is a non-profit Community Development Financial Institution (CDFI) and Community Development Corporation (CDC)that supports small business owners with limited access to capital through small business loans and technical support for their dreams of entrepreneurship. EDUCATION/TRAINING • Incarnate Word Academy High School, Corpus Christi, Texas • Del Mar College, Corpus Christi, Texas • Course work in Business and Banking AFFILIATIONS • SCORE: Mentor/Subject Matter Contact • Spirit Center: Current Board President • Toast Masters: Current Member • Corpus Christi Literacy Council: Past Board Chair • Westside Business Association: Past Treasurer • Corpus Christi Citizens Police Academy: Class of 68 • Black Chamber of Commerce: Member • United Corpus Christi Chamber of Commerce: Member • Rockport Chamber of Commerce: Member • Refugio Chamber of Commerce: Member 3 CITY OF CORPUS CHRISTI Submit Date: Feb 19, 2025 Application for a City Board, Commission, Committee or Corporation Profile Kylie Long First Name Last Name Email Address Street Address Suite or Apt Corpus Christi TX 78412 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 9 Law Offices of J Reese Buchanan PC Escrow Officer Real Estate Employer Job Title Occupation Work Address - Street Address and Suite Number 737 Everhart Rd Unit A Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78412 Work Phone 361-299-9345 Kylie Long Work E-mail address kylie@jreesebuchananpc.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? ANIMAL CARE ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: NA Education, Professional and/or Community Activity (Present) High School Diploma Some college Why are you interested in serving on a City board, commission or committee? I am interested in serving for Animal Care Advisory Committee because I have a passion for animals. I have five cats of my own, I have fostered in the past for both adult cats and kittens, I donate to the local non profit organizations and I feed/provide shelters for the cats in my apartment complex/work area. I am in several Corpus Christi pet groups on Facebook and see how many animals are out on the streets and would love to be an advocate for these helpless animals. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? f- Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r• Yes r No Are you a current candidate in an election for a non-city public office? r Yes r• No Kylie Long Do you currently serve as an elected official for a non-city public office? Yes r. No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A NA Demographics Gender rj Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r. No Does your employer or your spouse's employer have a City contract? f- Yes r= No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r= No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r= No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. NA Kylie Long Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? P None of the above The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? t- Yes (. No Verification Kylie Long City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Kylie Long Kylie Long Escrow Officer-Law Offices of J. Reese Buchanan, PC Corpus Christi, TX 78412 +1 361 299 9345 Professional Summary Seeking a challenging position that will utilize my computer knowledge, strong people skills, organizational abilities and retail experience. Authorized to work in the US for any employer Work Experience Marketing Representative Elite Promo, LLC-Corpus Christi, TX December 2023 to Present Specialize in selling promotional items such as coozies, folders, shirts, anything you can put your logo on. Cold calling, quoting clients, creating proofs with item and logo, processing orders, delivering orders to clients. Escrow Officer Law Offices of J Reese Buchanan PC/Buchanan Title-Corpus Christi, TX May 2021 to Present Clerical duties, order entry, finalize policies, record documents with the county, assistance with maintaining and preparing files for closing. Inspector Padre Escapes Vacation Rentals-Corpus Christi, TX February 2020 to May 2021 Inspect condos after maids finished cleaning to be sure their job was done correctly. Report in company app for callbacks if condos weren't in top notch condition. Also was a part of guest services so if guest needed things such as TV not turning on or needing extra amenities it was my job to handle that. Sales Representative Promo Universal-Corpus Christi, TX December 2018 to January 2020 In charge of bringing in new business, promoting the company, selling promotional products, entering in orders, visiting with customers, and going out on cold calls. I worked with various universities, elementaries, middle schools and high schools in CCISD. Receptionist Class Act Salon and Spa-Corpus Christi, TX September 2018 to November 2018 Answering phone calls, scheduling appointments, cleaning salon. Cashier Tower of Pizza-Corpus Christi, TX January 2017 to September 2018 * Provide prompt and courteous customer service to all customers * Ensure accuracy and timeliness of all sales on a cash register while handling money, checks, electronic and other types of payment received for merchandise sold * Perform maintenance duties necessary to maintain store cleanliness and basic upkeep of all areas in the store * Responsible for controlling merchandise, cash shortages and other selling expenses *Execute all duties with minimal supervision and perform other duties as assigned, and process inventory along with setting up display Education High school or equivalent in Business Administration Del Mar College - Corpus Christi, TX July 2017 to June 2020 High School Diploma Calallen High School - Corpus Christi, TX August 2013 to May 2017 Skills • Cold Calling • Customer Care • Customer service • Computer Skills • Order Entry • Customer Service Awards Cum Laude May 2017 Cum Laude Graduate at Calallen High School Certifications and Licenses Certified Notary Public Additional Information * Proficiency in standard office software such as Word, Outlook and Powerpoint * Outstanding personal communication skills-verbal, presentation and written * Strong problem solving skills and relationship-building skills *Ability to effectively handle multiple priorities and to work both independently and as a team member, and interact with all levels of employees and management *Additional references are available upon request CITY OF CORPUS CHRISTI Submit Date: Apr 16, 2025 Application for a City Board, Commission, Committee or Corporation Profile Capt Ronald S _ Smith Prefix First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78411 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 2 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 40 Retired Reti red _ Employer Job Title Occupation Work Address - Street Address and Suite Number none Work Address - City N/A Work Address - State N/A Work Address - Zip Code N/A Work Phone N/A Capt Ronald S Smith Work E-mail address n/a@xxx.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? ANIMAL CARE ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: Animal Care Advisory Committee - seeking reappointment Education, Professional and/or Community Activity (Present) BA Public Administration, San Francisco State University,January 1965 MBA, Management, Corpus Christi State University, January 1980 If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Animal Care Why are you interested in serving on a City board, commission or committee? I am interested in the stray dog problem in this city and would like to help improve the problems. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r°° Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r° Yes r No Capt Ronald S Smith Are you a current candidate in an election for a non-city public office? Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A NA Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r. No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No Capt Ronald S Smith If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W Local Animal Welfare Organization The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes � No Verification Capt Ronald S Smith City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Capt Ronald S Smith Ronald Smith 361-816-9202 (M) 517 Bermuda PI Corpus Christi, TX 78411 EDUCATION: M.B.A., Management, Texas A& M University, Corpus Christi B.A., Public Administration, San Francisco State University Graduate courses in Asian Studies, International Division of Sophia University (Jochi Diagaku), Tokoyo, Japan LICENSES: Former U. S. C. G. certified Master, 1600 Tons, 3000 Tons (ITC), All Oceans; Sail Master, 500 Tons, All Oceans EMPLOYMENT EXPERIENCE: Marine industry - 17 years Varied experience - small craft operations, sailboat racing, tall ship sailing, USN Merchant Marine and oil field support - on 3 continents, 8 countries, both US coasts and the Caribbean Real Estate Sales and Management - 9 years Residential and commercial sales and leasing Property management. Operated own company last 6 years Independent construction contractor - 3 years Mostly residential maintenance and repair Petrochemical Construction and Maintenance - 6 years Commissioned Officer, USAF - 12 years Radar controller, controller instructor, Airborne Command and Control functions VOLUNTEER AND COMMUNITY INVOLVEMENT BACKGROUND: Member, City of Corpus Christi Marina Advisory Committee Graduate of the CCPD Civilian Police Academy Member, Board of Directors, Port Aransas Art Center Volunteer, animal rehabilitation at the Animal Rehabilitation Keep (ARK), University Of Texas Marine Science Institute, Port Aransas, TX. (12 years) Volunteer, Padre Island National Seashore Kemp's Ridley Project (10 years) Graduate of Leadership Corpus Christi. ( Class XXIII) Former volunteer, Texas Seaport Museum (Tallship Eussa), Galveston, TX. Charter member of the Board of Directors, Columbus Fleet Association, Former Commissioner, City of Corpus Christi Landmark Commission Former member of the Texas Marine Mammal Stranding Network Former volunteer scuba diver for Texas State Aquarium Many years membership in the Corpus Christi Roadrunners Over five years experience working with different Boy Scout activities. OTHER FACTS: I hold an active US Passport Many years living, traveling or working in Japan, Thailand, Viet Nam, the Philippines, Angola, Italy, Croatia, Malta, Gibraltar, Trinidad & Tobago, Dominican Republic, Bermuda, USVI, the Bahamas and Cuba CITY OF CORPUS CHRISTI Submit Date: Feb 20, 2025 Application for a City Board, Commission, Committee or Corporation Profile Theodore Thompson First Name Last Name Email Address 7- 1 Street Address Corpus christi TX 78415 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 5 Current resident of the City of Corpus Christi? r Yes r No Connie Health Head of Sales Executive Employer Job Title Oc-pd-n Work Address - Street Address and Suite Number Remote Which Boards would you like to apply for? ANIMAL CARE ADVISORY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? r Yes r No Theodore Thompson Do you currently serve on any other City board, commission or committee at this time? If so, please list: No, I do not currently serve on any City board, commission, or committee. However, I am eager to contribute my leadership, business development expertise, and strategic planning skills to serve the community effectively. Education, Professional and/or Community Activity (Present) I have over 18 years of executive leadership experience, primarily in sales, business development, and strategic planning. I served as Head of Sales at Connie Health, where I led market expansion initiatives and revenue growth. My background also includes experience in healthcare, technology, and municipal development. I am actively involved in mentorship programs, networking groups, and community initiatives that focus on business growth and economic development. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Economic Development Board -To contribute my expertise in business expansion, revenue growth, and economic strategy. 2. Planning & Zoning Commission -To support smart city growth and infrastructure development. 3. Parks & Recreation Advisory Committee - To enhance public spaces and community engagement. Why are you interested in serving on a City board, commission or committee? I am passionate about contributing to the growth and development of Corpus Christi. With my experience in business strategy, sales leadership, and operational management, I believe I can bring valuable insights to support economic development, city planning, and community engagement. Serving on a board will allow me to leverage my expertise to help shape policies that drive sustainable growth, enhance quality of life, and create new opportunities for residents and businesses alike. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? ir Yes r No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes (- No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A NA Demographics Theodore Thompson Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes f: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes �- No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? Yes c No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes ?-. No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Theodore Thompson Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Are you a resident of the Port Authority district and an elector* of Nueces County? r Yes r No Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Have you been a resident of Nueces County for at least 6 months? r Yes r No Question applies to CORPUS CHRISTI DOWNTOWN MANAGEMENT DISTRICT The Corpus Christi Downtown Management District must include representatives from certain categories. Do you qualify for any of the following categories? * W Property Owner in the District W Resident of the District Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r No Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? W Real Estate\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a resident and will have resided in the County Appraisal District for at least 2 years before assuming office on January 1st? (Mandatory: Must meet both criteria) Yes r No Theodore Thompson Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you currently serve on any District Taxing Unit's governing board? (Yes or no remain eligible) rm Yes r= No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you an employee of any of the District's Taxing Units? (Mandatory: If just employee, then ineligible. If employee and also on governing board or elected official of a taxing unit, then remains eligible). r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you related within 2nd degree by consanguinity or affinity (per Chapter 573 Government Code) to an appraiser of Property for Compensation for use in proceedings at the District or represent any property owner(s) in such proceedings? (Yes to either = disqualified) r` Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you own any property on which taxes are delinquent more than 60 days after the date you know or should have known? Exceptions are: (1) Delinquent taxes + penalties / interest being paid in installment agreement (2) Suit to collect is deferred or abated under 33.06 or 33.065 r' Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Have you served on the District's board for all or part of 5 terms? Exception are: (1) Was Tax Assessor - Collector at the time r' Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of appraising property for compensation for use in any District proceedings at any time in the preceding 3 years? r' Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of representing property owners for compensation in proceedings at the District at any time during the preceding 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you an employee of the District at any time in the last 3 years? r Yes r No Theodore Thompson Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a business in which you have a substantial interest a party to a contract with either (1) the Appraisal District or (2) a taxing unit that participates in the District if the contract relates to the performance of an activity governed by the Texas Property Tax Code? r- Yes r No The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Theodore Thompson Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Theodore Thompson THEODORE THOMPSON Head Of Sales I Sales Leadership I Driving Revenue Growth :; EXECUTIVE SUMMARY CONTACT Seasoned sales executive offering more than 18 years of management experience and a background Corpus Christi,TX in business development,change leadership, marketing,&healthcare administration with a history of record-breaking sales experience. A veteran of the U.S. Navy SEAL Team 4 with a track record of developing complex sales programs, driving revenue growth, and cultivating strategic relationships.A (361)445-6287 natural leader with a proven history of hiring, training, building, and empowering high-performing teams. Strong financial acumen, project management, and problem-solving skills with the ability to identify real obstacles and viable solutions. Executive-level communication and relationship building KEY SKILLS ♦CAREER HIGHLIGHTS Executive Leadership ♦ Sales/ ♦ Built a network of industry professionals to leverage peer-driven partnerships,resulting in$11M Sales/Business Development revenue growth ♦ Business Development ♦ Launched products in three new markets and generated$25M in additional revenue annually by ♦ Staff Coaching,Training and directing market expansion Mentoring ♦ Increased quarterly revenue by 30%at Connie Health through strategic sales initiatives ♦ Healthcare Administration ♦ Achieved$25M additional revenue annually by directing market expansion efforts ♦ Complex Problem Solving ♦ Reduced staff turnover by 30%and increased team productivity by 20%through leadership and ♦ Negotiations&Deal Closure training programs ♦ P&L Management ♦ Negotiated and secured multi-million dollar contracts,expanding market share by 18% ♦ Marketing&Communications ♦ Exceeded Medicare Advantage sales targets by 35%at Lumeris,driving significant revenue growth ♦ Customer Service Excellence EXPERIENCE ♦ Client Satisfaction&Retention ♦ Stakeholder Management CONNIE HEALTH, REMOTE ♦ Change Management Head of Sales I March 2023—Present ♦ Relationship Building ♦ Increase overall revenue while spearheading business development initiatives that are ♦ Revenue Generation consistent with the company's strategy ♦ Market Expansion ♦ Serve as a key member of the executive team that sets the company's strategic direction aligned ♦ peer-to-Peer Development with the company's capitalization ♦ Strategic Planning&Execution ♦ Ensure consistent,profitable growth in sales revenues through the business plan,deployment, and management of sales personnel ♦ Project Management ♦ Expand the market share by hiring,training,and developing the sales team ♦ Achieved a 30%increase in quarterly revenue by developing and executing sales strategies t EDUCATION ♦ Expanded market reach by 20%and opened new revenue streams by establishing key Bachelor of Business partnerships Administration in Business ♦ Improved team efficiency by 40%by streamlining sales processes and implementing a robust Management CRM system Naval Training Command, ♦ Accomplished a 20%increase in team productivity by mentoring and developing a high- Ingleside,TX performing sales team ♦ Increased market penetration by 25%by driving the successful launch of new products TECHNICAL SKILLS Microsoft Office(Word,Excel, PowerPoint,&Outlook) CONNIE HEALTH, REMOTE Sales Manager I March 2021—March 2023 TRAINING &CERT. ♦ Achieved a 40%increase in sales revenue over two years by leading the strategic redesign of the ♦ Leader ship and Management sales infrastructure in NEW-AGE BUSINESS—The ♦ Enhanced forecasting accuracy and increased quarterly targets by 25%by implementing data- Wharton School driven sales strategies ♦ Dale Carnegie Training: ♦ Reduced staff turnover by 30%and boosting productivity by transforming the sales culture with Effective Communication innovative training programs ♦ Dale Carnegie Training: ♦ Improved customer relationship management and retention by 50%by championing the Relationship Selling Skills integration of CRM software ♦ Nursing Assistant Program and ♦ Consistently surpassed sales goals by 15%annually by designing a tiered sales incentive program CNA,Texas ♦ Achieved a 15%increase in annual sales revenue through market penetration and product ♦ Active Member,Corpus Christi diversification by spearheading a sales strategy overhaul Chamber of Commerce ♦ Enhanced customer satisfaction by 20%by cultivating Peer-to-Peer strategic partnerships ♦ Active Networker, Business ♦ Reduced customer complaints by 25%by implementing process improvements Network International (BNI)) ♦ Expanded client base by 30%through targeted sales and marketing initiatives LUMERIS,SAN ANTONIO,TX Sales Manager 1 2019—April 2020 ♦ Exceeded Medicare Advantage sales targets by 35%through effective sales team management ♦ Drove a 40%increase in revenue by negotiating and closing high-value contracts ♦ Displayed superior leadership in training and educating staff on all aspects of sales tools and product implementation strategies ♦ Maximized growth opportunities with existing customers by building strong relationships with key decision makers SENIOR LIFESTYLE CORP.,CORPUS CHRISTI,TX Executive Director 1 2017-2019 ♦ Increased facility efficiency by 20%with streamlined processes. ♦ Enhanced patient satisfaction scores by 15%through targeted staff training. ♦ Met and exceeded departmental goals through coaching and managing sales team staff Director of Sales and Marketing 1 2013—2016 ♦ Surpassed occupancy and revenue targets by 25%via strategic marketing campaigns ♦ Boosted facility profitability by 30%by negotiating lease agreements ♦ Oversaw all aspects of sales and marketing initiatives along with P&L responsibility in a fast-paced environment STRYKER,CORPUS CHRISTI,TX Center Operations Lead 1 2010—2013 ♦ Consistently achieved monthly sales goals,resulting in a 30%revenue increase ♦ Reduced operational costs by 20%by implementing efficiency measures ♦ Developed and drove strategy to increase sales revenues and customer satisfaction Sales Manager 1 2008—2010 ♦ Led teams to a 25%year-over-year increase in sales revenue while implementing productivity and customer service standards to attract and maintain client relationships ♦ Increased overall sales through the implementation of strategic marketing campaigns ♦ Recipient of three Gold Watch Awards and two National Sales Excellence&Leadership Awards BUILDING STANDARDS BOARD One(1)vacancy with term ending 3-3-2026,representing the following preferred but not required category:1-At-Large.NOTE:The board has a practice of requesting the appointment of an alternate member to a regular voting position and the appointment of a new person to fill the Alternate position. Duties The Building Standards Board hears appeals under the Building Standards and Housing Code,which shall be construed to secure the beneficial interests and purposes of safety,health,and general welfare,through structural strength,stability,sanitation,adequate light and ventilation,and safety to life and property from fire and other hazards incident to the construction,alteration,repair,removal,demolition,use and occupancy of buildings or structures. Composition Seven(7)members,each of whom shall be a resident of the city.Membership in one ormore of the following categories is preferred but notrequired:lawyer, realtor,architect,engineer,general contractor,home builder,or building materials dealer,and remaining members at large from the residents of the city who are homeowners. Creation/Authority Section 13-23,Code of Ordinances. Ordinance No.7506-3-3-65;Ord.No.9811 -6-24-70;Ord.No.13546-1-05-77;Ord.No.022423-1 1-28-95;Ord.032058-3- 17-2020;Ord.032659 2-8-2022 Meets Member Size Term Length/limit Staff Liaison Every other month on the 4th Thursday,1:30 p.m.,Council 7 3 years/6 years Robert Kurtz Chambers Name District Term Appt.date End date Appointing Authority Position Status Category Monica Pareso District 1 1 7/27/2021 3/3/2026 City Council Vice-Chair Resigned Member At-Large Chic G.Henderson District 2 Partial 3/19/2024 3/3/2026 City Council Active Alternate Carlos Martinez District 5 1 3/21/2023 3/3/2026 City Council Active Engineer Merced V.Pena District 2 2 2/22/2022 3/3/2027 City Council Active Member At-Large Lynne Hurlburt District 5 Partial 3/18/2025 3/3/2027 City Council Active Alternate John B.Solberg District 5 2 2/22/2022 3/3/2028 City Council Active Engineer William B.Ewing Jr. I District 4 11 3/19/2024 3/3/2028 1 City Council jActive Member At-Large 5-6-2025 BUILDING STANDARDS BOARD Applicant List Name District Status Category Lindsy Clark District 4 Applied Realtor Seeking appointment from Chic G. Henderson District 2 Alternate to Regular Member General Contractor Rudy Salomon District 2 Applied Engineer CITY OF CORPUS CHRISTI Submit Date: Aug 05, 2024 Application for a City Board, Commission, Committee or Corporation Profile Lindsy Clark First Name Last Name Email Address 7- 1 Street Address Corpus Christi TX 78418 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 4 Coastal Bend Home Builders Event and Membership Assoc Coordinator Marketing manager Employer Job Title Occupation Work Address - Street Address and Suite Number 6262 Weber Rd Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78413 Work E-mail address membership@cbhba.org Lindsy Clark Preferred Mailing Address V Work Address Which Boards would you like to apply for? BUILDING STANDARDS BOARD: Submitted Interests & Experiences Are you a Nueces County registered voter? (.- Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: no Why are you interested in serving on a City board, commission or committee? Want to be involved with Corpus and give input as a resident. Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No Are you a current candidate in an election for a non-city public office? r Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes �- No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A na Demographics Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r• No Lindsy Clark Do you, your spouse, your business or your spouse's business have a City contract? r Yes r•° No Does your employer or your spouse's employer have a City contract? Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. na Board-specific questions (if applicable) Question applies to BUILDING STANDARDS BOARD The Building Standards Board preferred representatives from certain categories. Do you qualify for any of the following categories? J Realtor Question applies to BUILDING STANDARDS BOARD Are you a Homeowner in the City of Corpus Christi? r Yes r No Question applies to CORPUS CHRISTI COMMUNITY IMPROVEMENT CORPORATION/LOAN REVIEW COMMITTEE The CCCIC/Loan Review Committee must include representatives from certain categories. Do you qualify for any of the following categories? W Real Estate Agency Lindsy Clark Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Lindsy Clark Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Lindsy Clark CITY OF CORPUS CHRISTI Submit Date: Jul 25, 2023 Application for a City Board, Commission, Committee or Corporation Profile Chic G _ Henderson First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78412 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 2 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? lyr 3mos Bayfront Construction, LLC Manacling Member _ Employer Job Title Occupation Work Address - Street Address and Suite Number 229 Bayshore Drive Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78412 Work E-mail address chenderson@bayfrontconstruction.com Chic G Henderson Page 1 of 5 Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? BUILDING STANDARDS BOARD: Appointed Interests & Experiences Are you a Nueces County registered voter? (.- Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) General Contractor specializing in building and renovating commercial, government, and residential buildings. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) N/A Why are you interested in serving on a City board, commission or committee? I am interested in getting involved in city government and helping making my new hometown better. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? f- Yes r. No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r• Yes r No Are you a current candidate in an election for a non-city public office? r Yes r No Chic G Henderson Page 2 of 5 Do you currently serve as an elected official for a non-city public office? Yes r. No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender rj Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r. No Does your employer or your spouse's employer have a City contract? f- Yes r= No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r= No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r= No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Chic G Henderson Page 3 of 5 Board-specific questions (if applicable) Question applies to BUILDING STANDARDS BOARD The Building Standards Board preferred representatives from certain categories. Do you qualify for any of the following categories? W General Contractor Question applies to BUILDING STANDARDS BOARD Are you a Homeowner in the City of Corpus Christi? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree Chic G Henderson Page 4 of 5 City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Chic G Henderson Page 5 of 5 CHIC G. HENDERSON 229 Bayshore Drive • Corpus Christi, Texas 78412 469-544-4561 Executive Management • Strategic Planning • Sales and Marketing • Operations • Government Program/Project Management Executive veteran with extensive experience in federal government sales and marketing, design/build construction and project management, operations, P&L management, multi-channel marketing, and forming strategic alliances. Results oriented, decisive leader with proven success in new market identification, strategic thinking, and problem solving. Proven track record of increasing sales, market share and profitability. Core Competencies Strategic Alliances Market Identification P & L Management Visionary Leadership Operations Management Mentoring & Coaching Accomplished Spokesperson Channel Growth Design/Build Projects Professional Experience Bayfront Construction, LLC Nov 2017 — Present A veteran owned small general contracting business. Specializing in commercial, government, and residential building and renovations. s Permanent Modular Building Systems, Inc. Nov 2006 — Nov 2017 A veteran owned small business consultancy that specializes in identifying federal government modular building projects and assisting small disadvantaged businesses in the procurement and management of major projects President ➢ Manage program and project management for all clients ➢ Manage US Army Corps of Engineers and General Services Administration relationships ➢ Manage and develop strategic relationships Icon Construction, Inc. Jun 2006 — Nov 2006 A minority owned 8(a) construction firm Vice President, Corporate Development ➢ Managed marketing, including media and community relations, for new manufacturing facility groundbreaking and construction Chic G. Henderson Page Two Chickasaw Nation Industries , Inc. Nov 2005 - Jun 2006 A tribally-owned, Chickasaw Nation 8(a) corporation Manager Corporate Development ➢ Developed and managed modular construction and manufacturing division's sales and marketing ➢ Managed division's manufacturing relationships ➢ Developed $19 million in sales during first 6 months Comark Building Systems, Inc. May 1999 — Nov 2005 Leading designer and manufacturer of modular buildings for government, private, and education construction projects Vice President, Government Services ➢ Senior Project Manager for large federal government projects ➢ As Director of Government Programs, formed company's first dedicated government marketing and project group ➢ Directed sales, marketing, and project managers for Government Services division across the U.S. and managed related operations at three company locations ➢ Managed company's strategic government alliances and 8(a) partner relations ➢ Grew federal government sales from $ 4 million per year to over $ 300 million per year during a five year period ➢ Responsible for all large military project developments including the support of the US Army's Modularity Program Duracase, Inc. Aug 1987 — Apr 1999 Manufacturer and distributor of ATA-rated shipping cases for computer, electronic and trade show industries. President ➢ Founded and directed shipping case manufacturing company with steady year-over-year growth ➢ Created three "good/better/best" lines of products at varying price points to increase market share ➢ Designed all products; sourced components and ensured shipment using J.I.T. methodology to control manufacturing costs and manage cash flow ➢ Developed and executed successful marketing program including a mix of trade shows, sales collateral and incentives Chic G. Henderson Page Three Computer Mate, Inc. Feb 1985 - Jul 1987 Distributor of peripheral computer products Manager, Case Division ➢ Responsible for inside and outside sales of computer peripherals ➢ Formed and managed company's shipping case division ➢ Managed company's manufacturing relationships US Navy Dec 1972 - Nov 1984 ➢ Naval intelligence specialist, combat air crewman aboard P-3 Orion; 1600+ flight hours ➢ Top Secret Clearance BI/DIS (Inactive) ➢ Shipboard and Staff duty in U.S., Asia, Middle East and western Europe ➢ Accomplishments include Navy Achievement Medal, Navy Good Conduct Medal with gold star, National Defense Medal, Sea Service Deployment Ribbon, Overseas Service Ribbon, Navy "E" Ribbon and Cold War Certificate Education ➢ University Maryland — Business Management ➢ Military Courses - Leadership & Management (LMET), Principles of Naval Engineering, Naval Operations, Deep Water Environmental Survival Training, Survival Evasion Resistance Escape Training, Fire Fighting, Foreign Navy Studies and numerous team management seminars Previous Professional Associations ➢ Project Management Institute ➢ Society of American Military Engineers ➢ Modular Building Institute References and Program/Project Portfolio available upon request CITY OF CORPUS CHRISTI Submit Date: Dec 27, 2024 Application for a City Board, Commission, Committee or Corporation Profile Rudy Salomon First Name Last Name Email Address 7- Street Address Corpus Christi TX 78404 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 2 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 39 Pivot Energy Senior Engineer Energy Engineer Employer Job Title Occupation Work Address - Street Address and Suite Number 614 Ohio Avenue Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78404 Work Phone 3614461511 Rudy Salomon Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? BUILDING STANDARDS BOARD: Submitted Interests & Experiences Are you a Nueces County registered voter? (.- Yes r- No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Texas A&M University Corpus Christi Graduate in B.S. Mechanical Engineering Del Mar College Graduate Speech Communication A.A. Graduate Habitat for Humanity Volunteer If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) 1.) PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY, TX 2.) CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION LIBRARY BOARD 3.) CAPITAL IMPROVEMENTS ADVISORY COMMITTEE Why are you interested in serving on a City board, commission or committee? As a lifelong resident of Corpus Christi, I'm deeply invested in the city's success. My extensive experience in the engineering and construction industry, particularly with leading national firms, has provided me with a strong understanding of project management, cost control, and efficient execution across a wide range of project sizes (from $50 million to $5 billion). This experience has also given me valuable insights into the best practices employed by world-class organizations. I'm passionate about leveraging this expertise to contribute to our city's growth and development. Serving on a board, commission, or committee would allow me to directly participate in shaping a thriving future for Corpus Christi and its citizens. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Rudy Salomon Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No Rudy Salomon If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ARTS&CULTURAL COMMISSION The Arts & Cultural Commission preferred representatives from certain categories. Do you qualify for any of the following categories? • Higher Education • Business Development Groups / Corporate Representative Question applies to BUILDING STANDARDS BOARD The Building Standards Board preferred representatives from certain categories. Do you qualify for any of the following categories? Pr Engineer Question applies to BUILDING STANDARDS BOARD Are you a Homeowner in the City of Corpus Christi? rr Yes r No Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Are you a resident of the Port Authority district and an elector* of Nueces County? r Yes r No Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Have you been a resident of Nueces County for at least 6 months? r: Yes r No Rudy Salomon Question applies to multiple boards Are you willing to provide an Annual Report of Financial Information as required by the Code of Ethics? r• Yes r No Question applies to CORPUS CHRISTI DOWNTOWN MANAGEMENT DISTRICT The Corpus Christi Downtown Management District must include representatives from certain categories. Do you qualify for any of the following categories? W Resident of the District Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r- No Question applies to CONSTRUCTION TRADE ADVISORY&APPEALS BOARD The Construction Trade Advisory & Appeals Board must include representatives from certain categories. Do you qualify for any of the following categories? W Engineer or Architect Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? 17 Development 17 Building Industry\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r, Yes r No The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? Yes r No Rudy Salomon Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. IJ I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. I°J I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. V I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Rudy Salomon INTERNAL Rudy Salomon 361.446.1511 Professional Summary Results-oriented engineer with 5+ years of experience in project management, technical design review, and adherence to industry standards. Proven ability to lead and collaborate effectively in a team environment. Seeking to leverage strong analytical and problem-solving skills in the LNG facility engineering field. Education Texas A&M University-Corpus Christi Bachelor of Science in Mechanical Engineering Related Experience Primoris Renewable Energy Current role: Project Controls Engineer 2024 - Present • Lead and manage teams for energy projects, ensuring efficient project delivery, quality assurance, and adherence to industry standards. Oversee technical design reviews, Project estimate, permitting process, coordinate EPC activities, and maintain effective stakeholder communication. Enel Green Power North America 2022 - 2024 Contract Development engineer • Contract development, execution and management for all North American Region facilities dealing with cross technology lines. Clear understanding of all facets of engineering, procurement, project construction and execution and safety as highest priority. Lead the execution and management of contracts for renewable energy facilities across North America, ensuring compliance with engineering, procurement, and safety standards. • Lead the development and execution of projects for North American renewable energy facilities, manage all technical aspects from design inception to operation, ensuring successful project delivery within budget and adhering to industry standards and company guidelines. Collaborate with internal teams and external stakeholders to navigate permitting processes and secure project approvals, designs and costs are met. • Identify and mitigate project risks through comprehensive risk assessments, resulting in a reduction in cost overruns. • Effectively collaborate with diverse stakeholders, including internal teams, contractors, and regulatory agencies, to achieve project milestones on time and within budget. Kiewit Energy Field/Office Engineer 2019 - 2022 • Environment Permitting Research Federal contract permitting requirements for Renewable Energy projects based on client needs. Create condition reports based on client contracts and regulatory committees such as FERC & Army Corps of Engineers and many more organizations based on Federal, State and regional levels. Discipline preplanning with clients for project execution, budget and forecasting. Capture regulatory and permit changes across all disciplines. Review calculated emissions. Plan for all project cycles. • Indirects Estimate lead/Subject Matter Expert for EPC estimates • Mechanical Estimator for static and rotational equipment, lending support to multiple Engineering Procurement Construction job bids from $300 million to $4.5 Billion budget scope of work for Renewable Energy, Oil, Gas & Chemical industries. Create material & equipment lift plans utilizing supplied software programs. Read, revise & interpret client supplied drawings (P&ID's, PFD's etc.) for estimate bidding process. • Project Estimate Lead managing EPC renewable job estimates of up to 50 Million scope of work. • Field Engineer tracking weekly progress, manage craft leads and team man hours, cost, material handling, equipment management & installation for disciplines such as: structural, Supports, E&I & Piping for Offshore fabrication. Plan Project Schedule forecasting & Execution. INTERNAL Current project goals include managing key contractual risk assessments and build a lasting legacy with our clients. Complete the current project on time, under budget and without any safety incidents. Quality assurance • Drone mission planning & execution for evaluating progress through video data, 3D model implementation & plot plan integration Kiewit Offshore Services Field craft personnel 2018 - 2019 • Welders helper for offshore fabrication, Pipe Fitter helper for Offshore fabrication, Plasma cutting table operator for Offshore fabrication. Cut and fabricate material to Blueprint specifications. Evaluate & build client revisions from specified drawings. Related Academic Projects Texas A&M University-Corpus Christi Spring/Fall 2019 Space Solar Power Development • Media development/integration. • Web design for our group website • Design & Fabrication of our model storage container and mechanical assembly, research solar material, battery cooling & insulation Texas A&M University-Kingsville Summer 2016 Project Title: Simulation & Experimental study of Windfarm Layout optimization. (Published) • NSF IR-SEED REU Summer 2016 Program: Integrating Research in Sustainable Energy and the Environment across Disciplines. Research Experience for Undergraduates. • Research & Utilize Genetic Algorithmic functions to calculate maximum power output through Matlab program for 20 wind turbines on a 500 acre radius • Produce cost & Purchase material, design and fabricate a scale model of Wind turbine (5 ft height) to utilize and prove research to show proper power output. Texas A&M University-Kingsville Summer 2015 Project Title: Chemical Process Flow (published) • Researched proper pipe insulation for deep water drilling exploration Skills Leadership Fundamental understanding of Thermodynamics & Fluid flow Solid Execution & Presentation Skills Conflict Resolution & Time Management Proven Leadership & Supervisory Experience Plan & Execute in High pace environment Problem Solving & Effective Decision-Making Organization & Collaboration Strategic Planning &Analytical Implementation Strong Interpersonal Skills with Diverse Populations Technology Ineight Estimate tool/Hard Dollar, Bluebeam, Autocad, PowerBI, Tableau, Navisworks, Solidworks, WebEx, Zoom, Microsoft Word, Teams, Excel, PowerPoint, Outlook, Google Docs, Google Slides Leadership OrganizationsNolunteerism Society of Hispanic Professional Engineers American Society of Mechanical Engineers Institute of Electrical & Electronics Engineers Habitat for Humanity volunteer CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION One(1)vacancy with term ending 12-31-26,representing the following category:1-City. Duties The Corpus Christi Regional Economic Development Corporation performs as an advisory board to the City Council and investigates and recommends to the Council such projects as in its opinion would be advantageous to the future growth of the City and to assist the City in the establishment and location of industries. Composition Eighteen(18)Directors,of which six(6)are designated by the City of Corpus Christi to represent the public sector;-one of which shall be the Mayor of the City of Corpus Christi and another a Council member appointed bythe Mayor.The remainder of the Board shall be comprised of not more than eight(8)Directors to represent the private sector elected by the Corporation's membership in accordance with its bylaws.Representingthe public sector,two(2)shall be appointed by the Port of Corpus Christi Authority,and up to two(2)designated by any other governmental entities that each contribute at least$50,000 annuallyto the Corporation.The Board may also consist of such additional,non-voting,ex-officio Directors as determined by resolution.The directors shall serve not more than two,consecutive,three-year terms as provided in the Corporation's bylaws;provided that the term of office of any director who is a public official shall coincide with his or her term of public office. Creation/Authority Corporation established under 501(c)(6)of the Internal Revenue Code and its regulations. M2000-031,1/25/00;M2000-053,2/22/00;M2004-382,10/12/04.Amended Bylaws July 2010;November 2016. Meets Member size Term length/limit Liaison 2nd Thursday of every month at 7:30 a.m.,Omni Hotel. 18 3 years/ 6 years Randy Almaguer Name District Term Appt.date End date Appointing Authority Position Status Category Robert J.Gonzalez Sr. District 3 2 2/9/2021 12/31/2026 City Council Immediate Past Chair Resigned City Robert Rocha District 3 1 1/31/2023 12/31/2025 City Council Active City Bart Braselton District 5 1 1/2/2023 12/31/2025 CCREDC Chairman BDAC Active Membership Mark Meyers 1 1/2/2023 12/31/2025 CCREDC Treasurer Active Membership R.Bryan Gulley District 4 2 1/21/2020 12/31/2025 CCREDC Chair Active Port Authority Dennis Black 1 1/24/2024 12/31/2026 CCREDC Active Membership Kyle Sharon 1 1/24/2024 12/31/2026 CCREDC Secretary Active Membership Matthew Guzman 1 1/24/2024 12/31/2026 CCREDC Active Membership Larry R.Elizondo Sr. District 5 1 1/28/2025 12/31/2027 City Council Active City Vishnu V.Reddy District 2 2 12/7/2021 12/31/2027 City Council Active City Gabe Guerra District 5 2 1/1/2022 12/31/2027 Port of C.C.Authority Active Port Authority Anna Aldridge 1 12 1/1/2022 12/31/2027 ICCREDC I Vice-Chair JActive iMembership 5-6-2025 Name District Term Appt.date End date Appointing Authority Position Status Category Chad Courville 1 8/8/2024 12/31/2027 CCREDC Active Membership Paulette Guajardo 1 N/A N/A Mayor Ex-Officio,Voting Active City Roland Barrera District 3 1 N/A N/A Mayor appointee Term of Office,Voting Active City Peter Zanoni 1 N/A N/A City of Corpus Christi Ex-Officio,Non-voting Active City Curtis T.Clark District 5 1 N/A N/A CC Black Chamber Ex-Officio,Non-voting Active CC Black Chamber Roland Hernandez District 5 N/A N/A N/A CCISD Ex-Officio,Non-voting Active CCISD Meridith Darden 1 N/A N/A CCCVC Ex-Officio,Non-voting Active CCCVC Lenora Keas Other N/A N/A N/A Del Mar College Ex-Officio,Non-voting Active Del Mar Cathy Skurow 1 N/A N/A City of Portland Term of Office,Voting Active Mayor of Portland Connie Scott 1 N/A N/A Nueces County Term of Office,Voting Active Nueces County Kent Britton 1 N/A N/A Port of C.C.Authority Ex-Officio,Non-voting Active Port Authority Tom Yardley 1 N/A N/A San Patricio County Term of Office,Voting Active San Patricio County Judge Michelle Cavazos 1 N/A N/A San Patricio County EDC Ex-Officio,Non-voting Active San Patricio County EDC Kelly Miller N/A N/A N/A Texas A&M University-CC Ex-Officio,Non-voting Active TAMUCC United CC Chamber of Al Arreola 1 N/A N/A CC Chamber of Commerce Ex-Officio,Non-voting Active Commerce Ken Trevino District 1 N/A I N/A I N/A IWorkForce Solutions Ex-Officio,Non-voting lActive IWorkForce Solutions 5-6-2025 CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION Applicant List Name District Status Curtis T. Clark District 5 Applied Lindsy Clark District 4 Applied Scott F. Corliss District 4 Applied Alex L. Garcia District 3 Applied John Garcia District 1 Applied Lori A. Garcia District 5 Applied Jonathan L. Garison District 5 Applied Gabriel A. Hernandez District Applied James Hernandez District 3 Applied Samantha Hurtado District 3 Applied Tracy Jackson District 1 Applied Rex A. Kinnison District Applied JohnnyE. Melchionno District Applied Marshall K. Morin District 1 Applied George E. Pollakis District 3 Applied Antonio J. Richard District 3 Applied Rudy Salomon District 2 Applied Currently serves on the Housing Authority and CCREDC as a non-voting member for Black Chamber. Housing Authority is not a city board, resignation is not required.Will resign as Black Chamber appointee if appointed. CITY OF CORPUS CHRISTI Submit Date: Apr 04, 2025 Application for a City Board, Commission, Committee or Corporation Profile Curtis T _ Clark First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78414 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 5 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 24 yrs Treasury Management & IBC Bank Vice President _ Marketing Employer Job Title Occupation Work Address - Street Address and Suite Number 221 S. Shoreline Blvd. Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78401 Work Phone 361.903.7229 Curtis T Clark Work E-mail address curtisclark@ibc.com Preferred Mailing Address 9 Work Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: CC Crime Control Prevention District Board Education, Professional and/or Community Activity (Present) Paris junior College, St. Leo University, Del Mar College, US Naval justice School Command, US Navy Vet VP CC Crime Control Prevention District Board President Boys & Girls Club of the Coastal Bend VP NAACP VP CC Black Chamber of Commerce Board Mbr Dr. Hector P Garcia Foundation If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Airport Board 2nd Vice Chair CC Regional Economic Development Corporation CC Transportation Authority Why are you interested in serving on a City board, commission or committee? Serving my community is deeply rooted in my DNA as it was when i served my nation by joining the US Navy years ago. My voice will be used to represent those that cant be heard, and to give sound judgement advice or recommendation to our community, city and county as we continue to navigate through uncharted waters of new years to come. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? z: Yes r No Curtis T Clark No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r' No Are you a current candidate in an election for a non-city public office? Yes r No Do you currently serve as an elected official for a non-city public office? r Yes (- No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A n/a Demographics Gender V Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? Yes f No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes (- No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes f: No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes � No Curtis T Clark Do you or your spouse have a pending claim, lawsuit or proceeding against the City? Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to CORPUS CHRISTI REGIONAL TRANSPORTATION AUTHORITY Are you a qualified voter* residing in the Authority? (Note: Authority includes the following services areas: Nueces County and the municipalities, Bishop, Corpus Christi, Driscoll, Gregory, Banquete, Agua Dulce, San Patricio, Port Aransas and Robstown) r Yes r No Question applies to CORPUS CHRISTI REGIONAL TRANSPORTATION AUTHORITY The City Council designates at least one of its appointees to represent the interests of the "transportation disadvantaged". "Transportation disadvantaged" is defined as meaning the elderly, persons with disabilities, and low-income individuals. State law does not mandate that the board member be transportation disadvantaged. Can you represent the interests of the "transportation disadvantaged"? r Yes r No Question applies to CORPUS CHRISTI REGIONAL TRANSPORTATION AUTHORITY Explain how you represent the interests of the transportation disadvantaged. (If No, enter "N/A") by becoming a voice for the disadvantaged. too often they are not heard and is misrepresented; with my voice and determination they will be heard. Curtis T Clark Question applies to HOUSING AUTHORITY Are you a Housing Authority Resident? r Yes r No The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r- Yes � No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. rJ I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Curtis T Clark Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Curtis T Clark Curtis Clark IBC Bank Assistant Vice President Curtis Clark- IBC Bank Asst. Vice President - Treasury Mgmt. - Marketing - IBC Corpus Christi Employee Advisory Board Liaison. 1995 Graduate of Greenville Senior High, Paris Junior College, St. Leo University, Del Mar College, and US Navy Legal Justice School Command. Resident of Corpus Christi for 20 years. Family - Married to Melissa A. Clark 17 years, one son Jaden Clark - Senior at Veterans Memorial High School class of 2022. Animal Lover of 5 dogs. Proud Military Veteran and engaged Servant Leader. As a graduate of Leadership Corpus Christi Class 44, it is my responsibility to be the difference in our community and be the voice and champion for others. Over the years, I have continued to stay active and sit on numerous boards to help bring change and break barriers. I am committed and driven to continue my path as a Servant Leader. Current Boards Vice President NAACP, H. Boyd Hall branch Chapter #6168 Vice President Corpus Christi Black Chamber of Commerce Vice President Boys & Girls Club of the Coastal Bend President Corpus Christi Crime Control & Prevention District Board Board Member Dr. Hector P. Garcia Memorial Foundation Previous Boards 1st Vice Chairman CC Airport Board President Mary McLeod Bethune Early Childhood Development, Inc. Chairman United Corpus Christi Chamber of Commerce Chamber Champions Vice President Corpus Christi Council of PTAs Board of Directors LCC Class 44 LCC Steering Committee Class 46 'A leader takes people where they want to go. A great leader takes a people where they don't'necessarily want to go, but ought to be. " -Rosalynn Carter CITY OF CORPUS CHRISTI Submit Date: Aug 05, 2024 Application for a City Board, Commission, Committee or Corporation Profile Lindsy Clark First Name Last Name Email Address 7- 1 Street Address Corpus Christi TX 78418 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 4 Coastal Bend Home Builders Event and Membership Assoc Coordinator Marketing manager Employer Job Title Occupation Work Address - Street Address and Suite Number 6262 Weber Rd Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78413 Work E-mail address membership@cbhba.org Lindsy Clark Preferred Mailing Address W Work Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? (.- Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: no Why are you interested in serving on a City board, commission or committee? Want to be involved with Corpus and give input as a resident. Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No Are you a current candidate in an election for a non-city public office? r Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes �- No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A na Demographics Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r• No Lindsy Clark Do you, your spouse, your business or your spouse's business have a City contract? r Yes r•° No Does your employer or your spouse's employer have a City contract? Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. na Board-specific questions (if applicable) Question applies to BUILDING STANDARDS BOARD The Building Standards Board preferred representatives from certain categories. Do you qualify for any of the following categories? J Realtor Question applies to BUILDING STANDARDS BOARD Are you a Homeowner in the City of Corpus Christi? r Yes r No Question applies to CORPUS CHRISTI COMMUNITY IMPROVEMENT CORPORATION/LOAN REVIEW COMMITTEE The CCCIC/Loan Review Committee must include representatives from certain categories. Do you qualify for any of the following categories? W Real Estate Agency Lindsy Clark Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Lindsy Clark Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Lindsy Clark CITY OF CORPUS CHRISTI Submit Date: Dec 31, 2024 Application for a City Board, Commission, Committee or Corporation Profile Mr Scott F _ Corliss Prefix First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78418 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 42 Corliss Mechanical Inc. DBA; A/C&R Services President/ CEO _ Owner Employer Job Title Occupation Work Address - Street Address and Suite Number 582 Yorktown Blvd Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78418 Work Phone 361-939-7900 Mr Scott F Corliss Work E-mail address scott@acr-services.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: NO not for the City, but serve as Nueces County Civil Service Commissioner Education, Professional and/or Community Activity (Present) 8 years USN, High School Diploma, 2 years college - no degree, Business owner for over 30 years, Participated in various Boards and commissions - Nueces County Sheriff commission 96-98, Corpus Christi Mechanical Board 98-2006. Flour Bluff ISD citizens advisory committee 1996 & Current, Nueces County Civil Service Commission - currently serving 3 year term. Please see resume Why are you interested in serving on a City board, commission or committee? With my long experience as a Business Owner, Community service, fiscal board member, as well as the amount of travel and Network of information throughout the US and other countries that I have operated with, I feel that I would be a great candidate on this board. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes (- No Mr Scott F Corliss Are you a current candidate in an election for a non-city public office? Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A n/a Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r. No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No Mr Scott F Corliss If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r. Yes r No Verification Mr Scott F Corliss City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Mr Scott F Corliss Resume City of Corpus Christi City Council Council Members, Staff; I appreciate the opportunity to be considered for this position. I have lived here in Corpus Christi for 42 years, served on various boards and commissions, volunteered on multiple events and y have been an owner of a successful business for 30 years. Here is SCOTT F. CORLISS a bit of my background: 1994- Current- Owner A/C&R Services. Started this company in 1234 Cornerstone Dr the backseat of my car (literally), that is now a company with 25 Corpus Christi, TX 78418 employees and an annual revenue of 5 -7 million. This Company 361-438-8780 services major metro areas in Houston, Corpus Christi, San Antonio, Austin, from Orange Texas to Del Rio Texas all the way south for the entire Rio Grande Valley. 1992 - 1994 Manager/Mechanical Naval Station Ingleside - President/ Owner: Started during the opening of the Naval Station Ingleside as the Corliss Mechanical Inc. Public Works Contractor manager. As the Naval Station grew, I dba; A/C&R Services moved into Mechanical manager for all of the buildings and 582A Yorktown Blvd infrastructure of Naval Station Ingleside Corpus Christi, TX 78418 1990-1991 US Consultant Kuwait Air Force -After the invasion of Kuwait I was asked to help put together a team for the Kuwait Airforce support. I had unique opportunity through my previous experience, from Military and Contractor, that applied directly to the Aircraft type that was primarily used in the Kuwait Air Force. I later moved to logistical support until my contract expired. 1987-1990 Lockheed Support Services - Manager/Supervisor of PHONE: Intermediate Maintenance for Aircraft Support Equipment at 361-939-7900-Office Corpus Christi Naval Air Station. During that time, I was also an 361-438-8780- Cell integration specialist that was used in various Military bases, throughout the US, to move from Military to Contractor support. W EBSITE: 1977-1987: US Navy-Served aboard several ships including the www.acr-services.com USS Lexington, stationed at NAS Corpus Christi for the last 4 years of my Military Career. Started as an E-1 made rank up to an E-6 prior to my departure from the service. Awards: 2 honorable Discharges, various medals and awards including: 2 Good Conduct & Navy Achievement Medals. Boards & Commissions: Corpus Christi Mechanical Board 1998- 2006, South Texas Joint Military Task force 1996 - 2003, Nueces County Sheriff Commission 1995-1998, Appointed by Gov. Ann Richards-South Texas Juvenile Crime Task Force, currently serving as Nueces County Civil Service Commissioner. In the 30 years of business, I have been traveling all over the US for business integrating and commissioning Energy Management Systems for multiple big box stores. I can literally say that I have worked in ALL 50 states of this country at least three times over. During that endeavor I have been able to network with people from all over the US in all different cities, regarding Construction, Municipal Code, Large corporate real estate, Municipal Planning and coordination, not to mention the Corporations that I work with (Honeywell, Parker, Sporlan, Costco, Walmart, Sams, Whole Foods, Hussmann, Emerson Climate Technologies and many others) that help me see things on an investment perspective for regional growth. Community Involvement- Over the years I have been very active in the community volunteering for the Flour Bluff Schools, involved in the FBISD Citizen Committee, working with the Nueces County ESD2 in their annual Santa Claus Parade both Financially and Physically, the CCPD on their Don't Drink & Drive Campaigns, financially providing 4 vehicles to display throughout the community. I have been on numerous boards and commissions and have stayed active with the city on other venues. I am also involved in the many outreaches of my church where I have been a member since 1985 and as a Deacon/ Executive Board member, for 25 of those years. Personal - I have been married to my wonderful wife for 37 years and have 3 Children and 4 grandchildren. I truly enjoy being a grandfather. I am very active in my church and enjoy time with family. I have traveled all over the world and enjoy doing so with my wife. I own several properties in Corpus Christi in both residential and commercial. I have built my company to a point where I can dedicate more time to the city that helped me build it. I have worked with multiple leaders throughout the years, Such as Mayor Betty Turner with initiatives for the community, Mayor Mary Rhodes with the bringing of the Lexington, discussions and panels for the Packery Channel, the water issues of the time Desalination vs Pipeline, the 78415 initiatives. Mayor Loyd Neal, Whataburger Field, the expansion of the American Bank Center, the South Texas Military Task force. Mayor Henry Garrett, multiple city outreach initiatives. Mayor Guajardo, the Choose your ride campaign, the Desal initiative, and many others. As I stated I have lived in Corpus Christi for over 42 years, I have loved Corpus Christi since the day I arrived. Corpus Christi has so much to offer, Drive on beaches, Solid balance of industry and tourism, Corpus Christi is truly an unrealized gem of an opportunity that is just waiting to flourish. With all of the major infrastructural needs for growth being addressed, such as water, roads, and the New Harbor Bridge project, there is a real potential for growth in every aspect of living here in Corpus Christi. It will take patience, tenacity, and perseverance, all qualities I have during and through my tenor as a business owner. It will take some experience, t in aspects of all of the different communities and cities that I have been involved with. It will take financial planning; experience I have gained from the experiences of owning and growing a business for 30 years and being a board member, whose main goal is financial stability. I would really like to be a part of the Solid and stable steady growth of our region. CITY OF CORPUS CHRISTI Submit Date: Mar 12, 2025 Application for a City Board, Commission, Committee or Corporation Profile Alex L _ Garcia First Name Middle Last Name Initial Email Address Street Address CORPUS CHRISTI TX 78413 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 3 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 62 Lone Star TRS, LLC Executive Marketing Director Marketing/Sales Employer Job Title Occupation Work Address - Street Address and Suite Number 5722 Patton Street Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78414 Work Phone 3615102001 Alex L Garcia Work E-mail address alex.garcia@lonestartrsllc.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: ESC Region 2 - Board Member Education, Professional and/or Community Activity (Present) See attached resume If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) 1. Corpus Christi B Corporation. 2. Regional Economic Development 3. Corpus Christi Downtown Management District Why are you interested in serving on a City board, commission or committee? I am eager to serve on a City board, commission, or committee because I am passionate about contributing to the growth and well-being of our community. With my skills and experience, I believe I can help address key challenges our city faces and work collaboratively with others to find effective solutions. Serving in this capacity would allow me to actively participate in shaping the future of our city, ensuring it remains a vibrant and thriving place for all residents. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r- Yes r No Alex L Garcia No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r' No Are you a current candidate in an election for a non-city public office? Yes r No Do you currently serve as an elected official for a non-city public office? r Yes (- No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A Yes Demographics Ethnicity 9 Hispanic Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r° Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r. No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Alex L Garcia Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r. No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r- Yes r= No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to CORPUS CHRISTI DOWNTOWN MANAGEMENT DISTRICT The Corpus Christi Downtown Management District must include representatives from certain categories. Do you qualify for any of the following categories? * W Property Owner in the District W Resident of the District Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r, Yes r No Alex L Garcia Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Alex L Garcia Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. fJ I Agree Alex L Garcia Alex L . Garcia , Jr. 6050 Broadmoor Corpus Christi, TX 78413 361-510-2001 EDUCATION University: University of Houston, BBA, 1977 Junior College: Del Mar College, Associate of Arts, 1975 High School: Mary Carroll High School, 1973 PROFESSIONAL EXPERIENCE: September 2023 to Present-- Lone Star TRS, LLC., Construction and its affiliates Executive Marketing Director Today, I am Marketing Director for three companies with a focus on open relationships for future growth. August 2018 to September 2023 -American Red Cross Coastal Bend Chapter—Senior Disaster Program Manager South Texas Territory I managed the implementation of the disaster services program in an assigned geographic territory based on the regional configuration. I lead and manage a team of local Disaster Program Managers responsible for the implementation of disaster preparedness, response, and recovery programs in the local area. I plan, direct, and implement department, service or programs overall strategic goals and objectives. My role is to ensure the development of Disaster leadership volunteers in each of the programs support functional areas of the disaster cycle to meet the needs of the territory, region, state, and division. Previously as former Executive Director one of my key roles is to provide information and develop relationships with all elected officials in my 19 County Area. I served as the liaison during disasters to provide current and updated information during these situations to my local Board of Directors, State elected Officials, the County Judges and Emergency Managers as deem necessary. I also worked to continue to Develop our volunteer base to help the American Red Cross implement programs such as Sound the Alarm, ERV Rodeo and Pillowcase Project. May 2015 to September 2019, K&M Premier Real Estate: As a Real Estate agent my role was to assist future or present homeowners in finding that place of real estate that they could call home.As their agent I made sure they understood options that were available to them in inspecting home, financing available and pro/cons in selection of neighborhoods. The joy of helping individuals in finding the place their dream home was rewarding in watching excited about the next chapter of their lives. I inactivated my license when accepted present responsibilities as Executive Director of the American Red Cross. August 2015 to February 2016 Coastal Community and Teachers Credit Union: Responsible for Business Development for Credit Union utilizing new Credits Score Analysis program seek opportunities to assist anyone wanting to improve their Credit Scores. Sought small business operations wanting to offer On Spot Financing to improve their sales volumes. May 2013 to January 2015 Mike Shaw Toyota- Direct Marketing Manager Sought marketing opportunities to gain experience the Toyota footprint in a Mult-County area while staying involved within community seeking venues to allow local businesses to be more competitive when making transportation investments. May 2010 to May 2013,Value Bank Texas -Vice President Commercial Lending I had the opportunity to stay involved with my community while seeking financing opportunities for existing and future customers. I reviewed client's Annual Financials, Tax Returns and P&L's when they requested new money for existing businesses, expansion of businesses, car loans, extensions, or renewals. My portfolio of$4 million plus consisted of small and larger businesses maintaining or growing all facets of their operations.As a Commercial Banker my responsibilities were inclusive of seeking and meeting new customers, opening checking and savings accounts, originating consumer, commercial and SBA loans from inception to closing, while offering all Bank products and services. July 2008 to May 2010 H. E. B. Plus - Food Director I managed 15 Departments, 150 partners (staff members) and had the financial and responsible for operational responsibility of supporting my$90 Million Store, in the Gulf Coast Region and Partners. Our Bold Promise is to offer the best customer service possible while supporting our community and partners. February 2003 to July 2008 WAL-MART- Store Manager Salinas Valley, California Trained in the Rio Grande Valley area, where I served as acting Store Manager and later accepted a position in the Corpus Christi District. I served as Co-Manager for the Alice Wal-Mart Supercenter managing over 350 associates with annual sales exceeding $80 million. Further in my career, I was promoted to Store Manager of a Walmart, a$105 Million Dollar store, in Salinas Valley California. My responsibility consisted of dealing with every facet of the business inclusive of operations, financials and staffing while maintaining a good rapport with the community. June 2001 to February 2003 Unique Staff Leasing -Sales Representative I sought small and large businesses in need of outsourcing their Human Resource responsibilities. October 1985 to 2006, Self-Employed served as President/Owner of Super Mex No. 5 Supermarket, Super Mex No. 6 Supermarket, Super Plus Supermarket, Super Seven Superette, Five Star Foods, and Boatners'Restaurant. Being raised in the grocery store business since 1965, incentivized me to purchase my first Supermarket and move my family from San Antonio to Corpus Christi. My wife and I then successfully operated all facets, including market, produce, grocery departments, of supermarket. During these twenty plus years we were able to maintain a profitable business regardless of challenges and competition, managing over three hundred employees during tenure of sole proprietorship. Due to competition and economic hardships for our customer base we sold our last neighborhood grocery store in 2006. July 1998 to January 2000, Powerhouse Advertising - Partner/Owner Agency Recruited business clients in need of advertising agency offering a full line of advertising opportunities. Two of our greatest successes were the creation of the Logo for TX A&M Islanders and Radiology Associates. January 1985 to June 1986, Richard Gill Savings —AVP Quality Control Implemented Quality Control standards while spear heading the certification of 1300 Government National Mortgage Association Pools, which were missing approximately 248,000 original documents. Managing over two hundred part-time employees we were able to certify all but one GNMA Pool when resigned. May 1980 to December 1984, Commonwealth Mortgage Corp. —AVP Escrow Division Responsible for Collections, Foreclosures, HUD 235's, Data Processing Liaison, Customer Service,Adjustable Mortgage Loans, Loan Set Up, Tax, Department, Escrow Analysis, Insurance Department, Record Retention, Mailroom, and Building Maintenance managing over seventy-five employees. January 1980 to April 1980,Wendt, Perrin, Mote and Barnett, CPA -Auditor Audit Clients financial books in preparation for audits and tax returns. March 1978 to December 1979 First City Bank- Collector Collected debt secured & unsecured and was later instrumental in establishing a Mastercard/Visa Credit Card Dept. PROFESSIONAL INVOLVEMENT: COASTAL BEND FOOD INDUSTRY ASSN. - 1987 TO 2001 Served as Executive Director, President, and Vice President TEXAS FOOD INDUSTRY ASSN. - 1992 TO 2001 Served as Secretary, Treasurer, Vice President, State President, and Past President, Representing the interest and concerns of 2,000 plus food retail outlets statewide. ELECTRONICS BENEFIT TRANSFER TASK FORCE - Member 1991 TO 2004 Appointed by the State Comptroller to study and automate the distribution of Food Stamps and AFDC benefits using plastic cards. COMMUNITY INVOLVEMENT: CORPUS CHRISTI CHAMBER OF COMMERCE- Director 1990 TO 1995 Served as Vice-Chairman - Mexico Relation Committee, Vice-Chairman Cultural Enhancement Council, Director-Executive Board, Served on Small Business Council, Image Campaign, Public Relations Council and Executive Director Search. GREATER OF CORPUS CHRISTI BUSINESS ALLIANCE - MEMBER 1995-1998 Served as Vice Chair for two years, Search Committee for CEO, Leadership and Education Task force, CO-Chair Legislative weekend where we hosted forty-seven legislators to learn about the needs of our community. CORPUS CHRISTI LEADERSHIP BOARD - 1996 TO 2003 Served on board to grow the leadership program and Co-chaired the first two fund raisers for LCCA which raised $10,000.00 net. GRIEVANCE COMMITTEE FOR STATE BAR OF TX DIST. 11209 - 1996 TO 1998 Members address and evaluate grievances while assessing punishment for legal counsel. CORPUS CHRISTI HISPANIC CHAMBER OF COMMERCE - 1997-1999, 2007-2013,2014-2016 Member of Chamber and have served as Co-Chair International affairs Committee, Parliamentarian and Treasurer. Chaired Casio Grande and continued participating in raising monies for Scholarships through our Mano a Mano Scholarship fund. BUCCANEER COMMISSION - 1998 TO Present Commissioner serving as mascot for Buccaneer Days and committee member for BUC Days Scholarship promoting continued education. Over the last 21 years we have awarded over$1,000,000 in scholarships assisting students in full filling their dreams. I continue to serve on the Buc Days King and Queens Scholarship Committee promoting and awards scholarships to young men and women seeking to pursue their careers. TEXAS A&M CORPUS CHRIST BUSINESS ADVISORY COUNCIL- 1994 TO 2002 Member assisting in evaluation programs under review for the Business School. HABITAT FOR HUMANITY-2009 TO 2010 Board Member for Habitat for Humanity, the organization assisted the financially challenged low-income families to qualify for housing. SEMBRADORES DE CORPUS CHRISTI —2003 to 2016 As Board President I oversaw fundraisers to assist college bound students with an opportunity to pursue their education goals. The organization has raised over$300,000 to serve those students in need and continues to raise monies to grow the endowments that have been established at Del Mar Junior College and Texas A&M University- Corpus Christi. LEAGUE OF WOMEN VOTERS - 2009-2019 Past Treasurer and Member serving as an advocate to educate registered voters while encouraging others to better understand the importance of voting and promoting everyone to register to vote. YMCA BOARD - 2010-Present Past Board President helping direct the board on focusing ways to expand the YMCA's outreach to other areas of Coastal Bend while seeking funding opportunities for additional programs for the youth of Corpus Christi and infrastructure challenges. Still serving as Vice Chair. BACALA BOARD -2010-2017 Board Member helping to educate the public regarding frivolous lawsuits in Coastal Bend while promoting positive business community growth. HISPANIC WOMEN NETWORK OF TEXAS -2010-2017 Parliamentarian of Board helping to support educational initiatives to help advancement women and men while helping raise funds for Student Scholarships. JUNIOR ACHIEVEMENT BOARD -2011-2019 Board Member supporting fund raising events and JA Programs to help young students comprehend the difference between hourly verses a salaried job. AIRPORT ADVISORY BOARD -2013-2019 Served as Board Member to discuss daily activities and on-going challenges to enhance the experience and the delivery of service to our customer base. Had the opportunity to be part of the Leadership in the construction and relocation of the Coast Guard. Termed out after six years. AMERICAN RED CROSS BOARD -2014-2018 President of Board helping to promote the importance of any organization that helps touch the lives and families during and after any life change event situation.As president I also try to keep board members engaged in volunteer opportunities while telling the story of what our Coastal Bend Chapter does to help families experiencing catastrophic situations. APPRAISAL REVIEW BOARD —2017-2019 Member of the Appraisal Review Board that address taxpayers concerns regarding their annual property evaluation.As advisory board member I participate on panel that listens to evidence presented by both the Appraisal District Representative and the Property Taxpayer before deliberating and assessing the final property tax value for the year being protested. ARK ASSESSMENT CENTER—2018 — Present Was as by Catholic Sister Milagros to Chair this year's Annual Fundraiser, whereby funds raised assist the center support the Children ages 0 to 17 that have been removed from an unhealthy environment from the Judge of the Juvenile Court. The Ark Staff have the responsibility of housing, feeding, transporting, protecting while providing meals and medical provision during their stay. This is an Incredible Honor. COASTAL BEND DISASTER RECOVERY GROUP—2018 — Present As a board member I assist in making sure that we continue to fulfill our mission of helping individuals affected by Hurricane Harvey rebuild their homes. To date the CBDRG has partnered with organizations to help twenty families move into new homes in the Coastal Bend Region. CIVIC INVOLVEMENT: CORPUS CHRISTI CITY COUNCIL MEMBER - 1997 TO 1999 Elected as first Hispanic to serve in an at large seat in the history of Corpus Christi, dealt with all City issue inclusive of traffic, taxes, education, maintain proper benefit coverage for our employees and any other City related issue that affected the quality of life for Corpus Christians. NUECES COUNTY DEMOCRATIC PARTY CHAIR- 2006 TO 2008 Served as Party Chairperson assisting candidates and elected officials getting elected or re-elected to office in Primary and General Elections. HONORS RECEIVED: • HISPANIC WOMEN'S NETWORK OF TEXAS - 2013 Estrella Award as Community Advocate • LEADERSHIP OF CORPUS CHRISTI - 1997 Alumni of Year Award in 1997 • TEXAS FOOD INDUSTRY ASSOCIATION - 1996 Spirit of Texas Award • CORPUS CHRISTI HISPANIC CHAMBER OF COMMERCE - 1995 Recipient of Business Member of Year Award in 1995 • CHAMBER OF COMMERCE - 1997 Recipient Small Business of the Year • DEL MAR COLLEGE - 1974 Who's Who among Junior College Students - 1974 R E F E R E N C E S: (Contact Information can be provided upon request) • Ben Molina- Former Councilman • Johnny Philipello - President and CEO Buccaneer Commission • Gabe Guerra- President Kleberg Bank CITY OF CORPUS CHRISTI Submit Date: Dec 16, 2024 Application for a City Board, Commission, Committee or Corporation Profile Mr. John Garcia Prefix First Name Last Name Email Address Street Address Suite or Apt CORPUS CHRISTI TX 78401 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 1 Current resident of the City of Corpus Christi? r Yes r- No If yes, how many years? 48 Comfort Suites Near Texas A&M-Corpus Christi DIRECTOR OF SALES tourism Employer Job Title Occupation Work Address - Street Address and Suite Number 1814 ENNIS JOSLIN ROAD Work Address - City CORPUS CHRISTI Work Address - State TX Work Address - Zip Code 78412 Work Phone 361-991-7100 Mr. John Garcia Work E-mail address johngarciasales@gmail.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: NO Education, Professional and/or Community Activity (Present) SEE ATTACHED RESUME If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) i want to be in the visit corpus christi cvb board Why are you interested in serving on a City board, commission or committee? be involved in the city to make it a better community Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? i- Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? � Yes t- No Are you a current candidate in an election for a non-city public office? x Yes r No Mr. John Garcia Do you currently serve as an elected official for a non-city public office? Yes r. No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A n/a Demographics Gender rj Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r. No Does your employer or your spouse's employer have a City contract? f- Yes r= No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r= No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r= No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. n/a Mr. John Garcia Board-specific questions (if applicable) Question applies to CORPUS CHRISTI DOWNTOWN MANAGEMENT DISTRICT The Corpus Christi Downtown Management District must include representatives from certain categories. Do you qualify for any of the following categories? 9 Resident of the District Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree Mr. John Garcia City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Mr. John Garcia JAN-06-2015 06:44 From: To:8263113 Pase:2/6 John Garcia 317 Peeples Street Apt#205 Corpus Christi, TX 78401 Cell. 361.444.9566 Email: John Garcia has been active in the hospitality industry for 19 }ears. Bo and raised in Corpus Christi, Garcia's first opportunity-arose when he started at the Ramac a Inn Bayfront & Conference Center in 1997. This experience adds supplemental fainiliai ity with conventions sales, hospitality, and strong community involvement. During his first 6 years at the Ramada Inn, he became a member of numerous organizations: Corpus Christi Ch ber of Commerce (Ambassador), Corpus Christi Hispanic:Chamber(Embajador), Hospi lity Sales Marketing Association(Vice President, 2004) (HSMA Member of the Year 2004 , and Harbor Lights Festival (Committee member) Dress for Success Volunteer; Transportatio Advisory Committee Board member;NAACP Banquet Committee member. Corpus Christi. Greater Hospitality Association member, Girl Scouts of South Texas, Westside Business Association member and the Corpus Christi Transportation Advisory Board. John also accomplished a graduate, certification course from the prestigious Dale Carnegie. Garcia's experience as Sales Manager gave hire an opportunity o advance in the hotel industry. In June 2003. lie became Director of Sales& Marketing at the R ada Limited Airport Hotel on McBride Lane and Interstate 37. Its April 2005 an opportunity arose at the Corpus Christi Convention Visitor Bureau as Destination Sales Manager for the sports & Mexico market for the city. Is currently Director of Sales for a couple hotels in the greatc r Corpus Christi area. John holds a great appreciation for the power of community, and his continued involvement and support is evident in his work performance CITY OF CORPUS CHRISTI Submit Date: Sep 05, 2024 Application for a City Board, Commission, Committee or Corporation Profile mrs. lori a. _ garcia Prefix First Name Middle Last Name Initial Email Address Street Address corpus christi TX 78415 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 5 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 10 keller williams coastal bend realty ceo/investor _ real estate Employer Job Title Occupation Work Address - Street Address and Suite Number 4518 everhart rd Work Address - City corpus christi Work Address - State texas Work Address - Zip Code 78411 Work Phone 361-225-7900 mrs. lori a. garcia Work E-mail address Iorif0l@kw.com Preferred Mailing Address 9 Work Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: no Education, Professional and/or Community Activity (Present) Some college, 20 years in real estate industry as a realtor, owner and ceo. Our Keller Williams Costal Bend office participates/ sponsors or donates to many non-profit organizations within the coastal bend community If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) at this time just the EDC. Why are you interested in serving on a City board, commission or committee? I am passionate about contributing to the community and helping shape its future. My goal is to apply my skills and experience to address local challenges and opportunities effectively. By participating inthee deliberative bodies, I aim to collaborate with fellow members to develop innovative solutions, advocate for the needs of our residents and ensure our community continues thrive. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r- Yes r No mrs. lori a. garcia No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r' No Are you a current candidate in an election for a non-city public office? Yes r No Do you currently serve as an elected official for a non-city public office? r Yes (- No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A n/a Demographics Gender rJ Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? Yes f No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes (- No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes f: No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes � No mrs. lori a. garcia Do you or your spouse have a pending claim, lawsuit or proceeding against the City? Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. n/a Board-specific questions (if applicable) Question applies to multiple boards Are you willing to provide an Annual Report of Financial Information as required by the Code of Ethics? r Yes r- No Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r- No Verification mrs. lori a. garcia City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree mrs. lori a. garcia Lori Garcia 2582 Pacific View Corpus Christi, Texas 78415 956-534-1598 Professional Summary Experienced real estate professional with a comprehensive background in team leadership, management, and real estate supervision. Proven track record in driving team success and maintaining high standards in real estate practices.Adept at strategic planning, client relations, and team development. Professional Experience Keller Williams Coastal Bend Team Leader/CEO/TREC Designated Supervisor 2016—Present • Oversee daily operations and strategic planning for the Keller Williams Coastal Bend office. • Lead and mentor a team of real estate professionals, fostering a collaborative and productive work environment. • Ensure compliance with Texas Real Estate Commission (TREC) regulations and industry standards. • Develop and implement business strategies to drive growth and achieve organizational goals. Keller Williams RGV Team Leader/CEO/Designated TREC Supervisor 2010—2016 • Managed all aspects of office operations, including staff management, client relations, and business development. • Provided leadership and direction to a team of real estate agents, promoting professional development and best practices. • Maintained compliance with TREC regulations and real estate laws. • Executed strategic initiatives to enhance office performance and client satisfaction. Education University of the Rio Grande Valley Attended 1991 —1993 McAllen High School High School Diploma 1991 Certifications Texas Realtors License Received 2006 Skills • Team Leadership • Strategic Planning • Client Relations • Regulatory Compliance • Business Development • Real Estate Management Professional Affiliations • Texas Realtors • National Association of Realtors CITY OF CORPUS CHRISTI Submit Date: Nov 26, 2024 Application for a City Board, Commission, Committee or Corporation Profile Jonathan L _ Garison First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78414 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 5 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 20 CCISD Assistant Principal _ School Administration Employer Job Title Occupation Work Address - Street Address and Suite Number 3750 Cimarron Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78414 Work Phone 361-878-7900 Jonathan L Garison Work E-mail address jlgarison@ccisd.us Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Assistant Principal at Veterans Memorial High School Why are you interested in serving on a City board, commission or committee? I have always had a interest in serving my community. I believe that serving on a board, commission, or committee will provide an opportunity to work for the betterment of the city. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? e- Yes t. No Are you a current candidate in an election for a non-city public office? (-- Yes r No Jonathan L Garison Do you currently serve as an elected official for a non-city public office? Yes r. No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender rj Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r. No Does your employer or your spouse's employer have a City contract? f- Yes r= No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r= No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r= No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Jonathan L Garison Board-specific questions (if applicable) The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r° Yes r: No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree Jonathan L Garison City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Jonathan L Garison 7434 Stampede Dr. Corpus Christi, TX 78414 (361) 742-5949 Jonathan L. Garison Objective Summary of Experience Education Professional Experience To join a city board, - Passed Principal's Certification Exam commission, or committee - Courses in personnel management and campus finance. -Internship at Cullen Middle School - Fourteen years in - 4.00 G.P.A. education. - Currently in my seventh May 2008— Oct. 2008 Lamar University, Beaumont, TX year as an assistant Coursework for M.S. in Educational Administration principal. - 12 hours - Data Analysis and Action - Courses in teacher leadership and technology in schools. Plan Implementation - 4.00 G.P.A. - Instructional leadership - Budgeting, record Aug. 2003— Dec. 2005 TAMUCC, Corpus Christi, TX keeping, and purchase of B.A. History materials - Graduated Magna Cum Laude. - Obtained teacher certification. Jan. 2009 —Dec. 2009 Aug. 2012— Present Browne Middle School CCISD TAMUCC, Corpus Christi, Assistant Principal TX - In charge of testing, textbooks, emergency response, etc... M.S. Educational - Data analysis and action plan implementation Administration - Partial budget management - ILD and PDAS -Administrative duties calendar coordinator completion Nov. 2006—2012 Cullen Middle School CCISD Teacher/Coach - Taught Texas History, Social Studies, and Reading. -Worked as head 7Ih grade boys' coach CITY OF CORPUS CHRISTI Submit Date: Jan 02, 2025 Application for a City Board, Commission, Committee or Corporation Profile Gabriel A _ Hernandez First Name Middle Last Name Initial Email Address Street Address Corpus christi TX 78412 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 2 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 55 Snap Finance Strategic Account Executive Fin Tech Employer Job Title Occupation Work Address - Street Address and Suite Number 488 Palmetto St Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78412 Work Phone 2106898399 Gabriel A Hernandez Work E-mail address Texasfoodprogram@yahoo.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Hospitality/Management Del Mar College, Former Dir of Ops American Bank Center. Held Real Estate License, Previous instructor Del Mar College, Assist with Food Protection Management with a variety of local community groups. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Regional Eco Dev Corp Airport Board Why are you interested in serving on a City board, commission or committee? My professional views during my extensive travels to many metropolitan cities has given an outlook to improve our way of life living in our city. Are you an ex-Off icio member of a City Board, commission or committee? r Yes c No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r: No Gabriel A Hernandez Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A n/a Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r= No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r= No Does your employer or your spouse's employer have a City contract? r Yes r. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Gabriel A Hernandez Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r No The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r- Yes r• No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree Gabriel A Hernandez City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Gabriel A Hernandez CITY OF CORPUS CHRISTI Submit Date: Dec 29, 2024 Application for a City Board, Commission, Committee or Corporation Profile James Hernandez First Name Last Name Email Address 7- 1 Street Address Corpus Christi TX 78416 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 3 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 40 Landmark Electric Company Owner Master Electrician Employer Job Title Occupation Work Address - Street Address and Suite Number PO BOX 71723 Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78467 Work Phone 3619292122 James Hernandez Work E-mail address jhernandez@cclandmark.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: I do not. Education, Professional and/or Community Activity (Present) Craft Training Center of the Coastal Bend, Small business owner, Community volunteer for several community organizations. LCCA Alumni Class 47 Why are you interested in serving on a City board, commission or committee? To continue to serve my community and help boost economic opportunities for small businesses included those owned my minorities, women and our retired service members. Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No James Hernandez Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r= No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r= No Does your employer or your spouse's employer have a City contract? r Yes r. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) James Hernandez The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes � No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree James Hernandez City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree James Hernandez CITY OF CORPUS CHRISTI Submit Date: Apr 22, 2025 Application for a City Board, Commission, Committee or Corporation Profile Mrs Samantha Hurtado Prefix First Name Last Name Email Address Street Address Suite or Apt Corpus Christi TX 78412 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 3 Current resident of the City of Corpus Christi? r Yes r- No If yes, how many years? 12 Security Service Title Company, LLC Escrow Manager Manager Employer Job Title Occupation Work Address - Street Address and Suite Number 7301 S. Padre Island Drive, Ste. 105 Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78412 Work Phone 3615636063 Mrs Samantha Hurtado Work E-mail address shurtado@sstc.org Preferred Mailing Address 9 Work Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: Not at this time Education, Professional and/or Community Activity (Present) Professional, community activity. Why are you interested in serving on a City board, commission or committee? Developmental growth in CC. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes f- No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? Yes � No Mrs Samantha Hurtado Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r= No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r= No Does your employer or your spouse's employer have a City contract? r Yes r. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Mrs Samantha Hurtado Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Mrs Samantha Hurtado Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Mrs Samantha Hurtado Samantha K. Hurtado 4317 Nicholson Street, Corpus Christi,TX 78412 (361) 300-1785 Professional Summary I strive to contribute a strong business-to-business background in obtaining new relationships with people by showing my administrative experiences, along with contributing organization and a unique drive for excellence and success. I take pride in being a team player in every learning experience and making sure the job is completed to perfection. I've always had a passion for helping others and I take pride in being a dependable person. Experience Security Service Title Company August 2022- Current Escrow Manager ➢ Ensure daily branch operations are conducted in accordance with operations standards. ➢ Establish and monitor processes for accurate and timely processing of title, scheduling, closing preparation, closing and post-closing. ➢ Coordinate with business partners to ensure smooth transitions and support between land, construction, sales, accounting, and mortgage. ➢ Ensure quality customer service with Security Service Title Company Process. ➢ Review and respond to monthly quality and accounting audits. ➢ Ensure proper handling of all funds and closings. ➢ Prepare and adhere to departmental budgets with focus on expense reduction and maximizing revenue. ➢ Market value of Security Service Title Company, customers, realtors, and other lenders. ➢ Perform as a team member in allocating and coordinating the workflow. ➢ Maintain thorough and current knowledge of all federal, state, and local regulations as well as internal policies and procedures. ➢ Keep abreast of area competitors' products, services, and costs. ➢ Maintain and foster branch participation in division/community events and promote SSTC values and culture. ➢ Ensure that all security procedures for SSTC are followed, branch is operationally sound, and satisfactory audits are achieved. ➢ Identify &mitigate operational risk and to ensure ongoing adherence with SSTC compliance procedures. ➢ Ensure appropriate staffing to meet department needs. ➢ Utilize recruiting and selection tools/processes to build organizational talent. ➢ Delegate work according to employee's abilities and skills. ➢ Evaluate employee performance and plan for compensation actions in accordance with that performance. ➢ Provides developmental opportunities through identification of internal and external training opportunities. ➢ Provides continuous coaching regarding functional and leadership as well as technical skills and behaviors. ➢ Maintain staff schedules to always provide adequate coverage. 832.226.9947 - Samantha K. Hurtado ➢ Facilitate regular employee meetings to discuss goals, disseminate company information, discuss operational issues, etc. ➢ Supervise, coach, and develop staff regarding service expectations, policies, procedures, products, systems, and banking transactions. ➢ Other duties as assigned MANAGEMENT RESPONSIBILITIES COACHING & FEEDBACK: With Direct Reports: Big H Building Materials & Surplus December 2019-August 2022 Owner 8s Operator ➢ I am the owner and operator of a business that sales, promotes design &labor for building materials for new build or home renovation projects. I oversee, manage, and execute design projects from start to finish for residential, multi-complex and commercial remodels. ➢ I conduct client consultations to assist the desires of a budget based friendly design for my client's potential remodel & design. I replicate the design into a 3d rendering to provide a visual so the client can analyze and make sure their needs are met before I produce. ➢ I go onsite the client property to inspect existing conditions of the home or facility to determine possible architectural problems and confers with clients to resolve problems if anything is present. I measure out the property to consider measurements for the actual design so I can make sure the template is accurate. ➢ Design unique concepts for each project including cabinets, floor, backsplash, countertops, hardware, color schemes, paint, carpet, tile, etc. as needed. ➢ Estimates material requirements and costs and presents design to client for approval. ➢ Advises client on interior design factors such as space planning, layout and utilization of furnishings or equipment, and color coordination. ➢ Manages builders, subcontractors, and all work performed ensuring that deadlines are met in a timely, on budget, and professional manner. ➢ Assist the client in choices and buys from my on-site showroom. I maintain a relationship with multiple vendors to be able to assist promoting their product to this market. ➢ I manage and create new vendors for more material to be supplied for my onsite showroom. ➢ I manage my onsite administrative team and train them to assist the consumer from the multiple vendors &material so there is product knowledge if in the event new customers arrive to my storefront. ➢ I operate a full yard of stone material, manage an on-site stone fabricator and construction liaison service. ➢ Ultimately, I oversee design or construction projects from start to finish and create customer relations to guide and assist them to a budget friendly remodel. I take pride in organizing& assisting customers to obtain their desired vision. 832.226.9947 - Samantha K. Hurtado Celebrity Title April 2019- September 2017 Escrow Officer ➢ My responsibilities were to manage several shareholder accounts and to bring in new clientele. I was hired to be a relief closer for resale accounts due to the volume escalating rapidly. I reviewed title commitments, reviewed executed contracts, surveys and tax certificates for informing my assistant how to insure and issue clear title by utilizing paperless tasks in RQ. I'd prepare Closing Disclosures for lenders to balance to close. I printed &prepared lender closing packages to perform closings. In addition, I would send the lender closing packages, as per lender closing instruction, to the assigned funding department. Upon funding authorization, I would notify all parties that the closing was successful and complete. Then, I prepped the closing package for our funding department and post-closing department. ➢ In addition, from my training background, I was given the responsibility to train all new employees on Celebrity's Outlook Email and Calendar, RQ system, Filescan, Closing Market and presenting paperless processing. ➢ As State regulations changed, I received my e-closing license and performed e-closings. ➢ I presented numerous closing packages to notarize for clients arriving to buy a new house. I am familiar with lender packages for VA REO, FHA, REFI, HELOC, Conventional, FSBO, Seller Finance, Cash Deal, and Commercial packages. In addition, have utilized several lender portals throughout being an Escrow Officer to paperless close and prelim the file to close and disburse. ➢ In addition, I would fund &prep the package for releasing proceeds and wires to clients associated on the file. Platinum Title Partners May 2014-April 2019 Escrow Officer/ Manager to Escrow Assistants ➢ As an Escrow Officer, I research conveyance of title and curative issues on each transaction from my assigned accounts to insure title is verified free and clear. I ensure that all transactions meet their closing timeline according to closing projections. I act as a third party to correspond this information to all interested parties (lenders, mortgage brokers, attorneys, real estate agents, and clients). As a third party, I also ensure all legal documents from the lender have been properly executed and notarized, verify funds and paperwork have been finalized per real estate transaction according to each sale &transfer title accordingly. Upon funding each file, I am responsible for making sure all attorney/ lender documents are executed properly for recording of public record. ➢ As an Escrow Officer, I am responsible for preparing numerous closing disclosures by utilizing Ramquest to email the lender timely to abide by TRID regulations. In doing so, I am responsible for examining contracts, title commitments, tax certificates, and all other money assumed to the transaction. This is to ensure the closing disclosure has been worked up to payoff and liens or outstanding debts. Each transaction is specific to its own land, so each legal description is customized to its own title search. I must be thorough & detailed oriented to make sure all money reflects to the transaction accurately. ➢ I disburse all funds for each transaction; initiate/release electronic wire transfers, balance files based on lender withholds, signer to checks and anything further to assist the file to post-closing. 832.226.9947 - Samantha K. Hurtado ➢ As an Escrow Assistant Manager my responsibilities were to train all assistants to conform and prioritize their work setting to the title company centralize processing procedures/ policies. I coordinated timelines for all builder, resale and refinance accounts to show each processor how to customize their daily work schedule. By start, I would search all closing projections for the month &pull files from examination to process. Prep for processing to the lender and all other parties from beginning to end. Educated each assistant on how to examine surveys according to the title commitment, order HOA's statements, payoffs, home warranties, and clear curative issues on the title commitment. Coordinated high volume processing for closings and funding's in order to assist as administrative support to each Escrow Officer. The most important part of me overseeing each assistant was the team building efforts on each real estate transaction. To ensure their communication abilities, customer service skills, accuracy, and attention to details, how well they worked under pressure, keeping the confidentiality of each client, teaching new ways and shortcuts for computer literacy and research skills. Overall being a guide or a team lead in the event a processor needed help. San Jacinto Title Services December 2012 -April 2014 Escrow Assistant/ Junior Closer to VP-Pam Mosley& Melanie Smith ➢ My primary responsibility is providing a daily team effort corresponding with my Escrow Officers by assisting with working files to meet title requirements. I make sure to provide quality customer service to stay in contact on a daily basis with a wide variety of cliental and customers using Microsoft Outlook, calling and faxing. As a team we worked to meet all deadlines and make sure each individual file is prepped and reached its goal for closing. ➢ I have prepped title commitment packages for lender requests and corresponding parties by using RamQuest and December 2012 -April 2014 I have updated title work with our Examiner to retrieve the newest title requirements and make sure they are met prior to closing. I have corresponded with lenders to receive title work so I can generate settlement statements to receive HUD approval and retrieve title clearance to collect the lender closing documents. ➢ I have utilized Ramquest software and Microsoft Excel to create checklist to assist in organizing each file for title requirements. I.E.: lender request for title work, payoff demands, home warranty, homeowners insurance, etc. I would contact agents on a daily basis by setting time triggers on my Microsoft Outlook calendar. I would call to follow up on tasks that need to be completed for closing the file. ➢ As an Escrow Assistant I provided support by setting up new order entry, customer service with new members, agents, lenders and third parties, abstracting files for title requirements, retrieving lender settlement statement approval/ reviewing lender closing instructions, emailing lender funding requirements, prep loan packages, e-recorded/send out of county filing, prepare loan documents, order legal documents for closing, order payoff demands and any other duties assigned. Beaed Inside Sales/ Administrative August 2012- November 2012 ➢ Servicing and managing all incoming sales calls for the company by leading customers to purchase refinery tags, signs and safety gear and maintaining orders for industrial oil refineries, nuclear plants and power plant industries. ➢ Coordinating all sales to production team and art department in making sure the orders on all jobs are complete to purchase and close. ➢ Tracking all sales by forming reports, managing emails, coming up with quotes for all new purchases, following up on all quotes and utilizing my time to promote more sales. 832.226.9947 - Samantha K. Hurtado Braselton Homes, Inc. June 2007 -August 2012 VP Assistant- Sales/ Marketing Liaison ➢ Working side by side with Bart Braselton/ VP and Evan Dundas/Sales Manager of Braselton Homes. Planning, critiquing, and organizing everything to receive the best results. `Our goal for every marketing project is making sure all ideas are strategically organized to succeed with high volume traffic in every model to create more sales!' ➢ Coordinate and lead all PR projects, Ads for magazines, Parade of Homes and local newspaper Caller Times, etc. ➢ Manage and update the website, create and coordinate new innovative ideas to succeed in online high-volume traffic and track using online tools to report for weekly updates. Managing numerous amounts of online software's to create a database of leads and managing the CRM (Customer Relationship Management/Who's On) for our website traffic to coordinate leads to Sales Managers Asst, Alma Phillips. ➢ Assist Sales team with designing innovative content to build sales on the field and coordinate in receiving all proper materials (large signs (all types), enlarged photos, and many more) to keep their models up to date with Braselton's newest ideas. ➢ Managing social networking. Announcing our, Braselton Homes, newest and most attractive assets in each and every new home. Creating content to track and drive social networking traffic to targeted models. Also, promoting new likes/followers and news trends to drive traffic to our website. Contract Administrator-Lead Management/Online Hostess ➢ Direct role of approving and processing all incoming contracts and important documentation. ➢ Enrollments, Cancellation, and Scheduling of all inspections and/or certificates for each home to be built and qualified for homebuilding process from start to finish. ➢ Performing customer service for Online Hostess and scheduling appointments/directing all new prospects to a Sales Representative and following up to make sure customers were taken care of. ➢ Providing excellent customer service skills, multi-tasking, learning/creating new ideas to market ads for `Braselton Homes'website and designing ads for each Sales Representative, creating new procedures and administrating each to many different departments. 832.226.9947 Samantha K. Hurtado Spherion Temp Agency- Braselton Homes, Inc. March 2007 - June 2007 Receptionist/ Data Entry ➢ Answering and screening all phone calls internally & externally, attending to visitors that come into the office and scheduling appointments for the office managers. ➢ Processed Billing Data into Microsoft Access-Builders 360. ➢ Distribution of important documents &presenting edited projects in a prompt manner. ➢ Organization skills to being efficient at work and filing important documents & checking incoming deliveries & adapting quickly to any new jobs duties assigned. Worth Finance, Corp. October 2006-February 2007 Loan Consultant ➢ Provided guidance to prospective loan applicants ➢ Contact borrowers with reminder to payment and/or delinquent accounts to obtain payment in full or to negotiate repayment plans. ➢ Required responsibilities to operate cash register for loans qualified and close out 8s report of cash in my drawer. 832.226.9947 Samantha K. Hurtado Education 2006 - 2010 DELMAR (Attended school 2010) • Attended College for Business TAMUK (Attended school 2006 -2007) • Attended College for Bachelors in Science (Pre-Nursing) H.M. King High School- Diploma 2004 KNOWLEDGE &SHILLS: I have knowledge in Quickbooks,Kitchen Pro&Prokitchen Design Software,Inventory Software for bookkeeping. I was a Notary Republic in Texas for 5+years.Closed onsite title and mortgage packages for several builders, realtors and title companies in between. Ramquest,Closing Insight,Electronic Wires,Microsoft Office(Word,Excel,Outlook,PowerPoint),eFaxing/faxing, the knowledge of administrative and clerical procedures and systems such as managing files and records,ability to prioritize time-sensitive tasks at multiple stages of completion,speaks clearly in conversations,interactions and in writing with others using appropriate grammar and choices of speech,communicating with customers to let them know I am willing to meet their needs and ensure issues are resolved quickly and effectively.I have identified information needed to be clarified in a situation and will seek information from appropriate sources.Ability to always provide excellent customer service in spite of technically difficult circumstances with customers or third party. CITY OF CORPUS CHRISTI Submit Date: Jan 13, 2025 Application for a City Board, Commission, Committee or Corporation Profile Tracy Jackson First Name Last Name Email Address 7- 1 Street Address Corpus Christi TX 78402 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 1 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 5 Self Employed Consultant Business Consultation Employer Job Title Occupation Work Address - Street Address and Suite Number 3938 Surfside Blvd, Unit 2132 Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78402 Work Phone 8323770577 Tracy Jackson Work E-mail address TLJTRUST@GMAIL.COM Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) EDUCATION: Pursued undergraduate studies at: Cornell University, Texas Tech University, and University of Houston. Accumulated substantial college credits while developing entrepreneurial ventures and building successful businesses. Focus on practical business experience and hands-on learning led to early career launch rather than degree completion. PROFESSIONAL ACTIVITY: Business Consultant/ Certified Business Technical Assistance Consultant (CBTAC) COMMUNITY ACTIVITY: Board of Directors, North Beach Community Association (NBCA); Member, Symphony Guild of Corpus Christi; Member, Member, South Texas Alliance of Republicans; Member, Nueces County Republican Club Why are you interested in serving on a City board, commission or committee? I am seeking appointment to the board of the Corpus Christi Regional Economic Development Corporation to contribute my extensive experience in business consulting, real estate investment, and community development toward fostering economic growth and prosperity in our region. With over a decade of experience as a Financial Consultant and as the Principal Owner of Global One Strategic Vision LLC, I have successfully driven initiatives in real estate, mortgage finance, and construction, which have directly contributed to local economic development. As a Texas Certified Business Technical Assistance Consultant (CBTAC) and an active Board Member of the North Beach Community Association, I have demonstrated a commitment to strategic planning and community collaboration. My experience with business planning, financial analysis, and market research equips me with the skills to support sustainable economic policies and attract investments that benefit both businesses and residents of Corpus Christi. I am passionate about fostering a dynamic economic environment that supports job creation, innovation, and long-term growth, and I look forward to the opportunity to serve and contribute to the success of our community through this role. Tracy Jackson Are you an ex-Off icio member of a City Board, commission or committee? Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Are you a current candidate in an election for a non-city public office? r Yes r= No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r= No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Tracy Jackson Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r. No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r- Yes r. No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes c No Tracy Jackson Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. IJ I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. I°J I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. V I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Tracy Jackson Tracy L. Jackson 3939 Surfside Blvd, Unit 21 32 Corpus Christi, TX 78402 Tel: (832) 377-0577 Email Statement of Purpose I am seeking appointment to the board of the Corpus Christi Regional Economic Development Corporation to contribute my extensive experience in business consulting, real estate investment, and community development toward fostering economic growth and prosperity in our region. With over a decade of experience as a Financial Consultant and as the Principal Owner of Global One Strategic Vision LLC, I have successfully driven initiatives in real estate, mortgage finance, and construction, which have directly contributed to local economic development. As a Texas Certified Business Technical Assistance Consultant(CBTAC) and an active Board Member of the North Beach Community Association, I have demonstrated a commitment to strategic planning and community collaboration. My experience with business planning, financial analysis, and market research equips me with the skills to support sustainable economic policies and attract investments that benefit both businesses and residents of Corpus Christi. I am passionate about fostering a dynamic economic environment that supports job creation, innovation, and long-term growth, and I look forward to the opportunityto serve and contribute to the success of our community through this role. Professional Experience Board of Directors, North Beach Community Association (NBCA) Corpus Christi, TX 2022 -Present • Lead community engagement initiatives to promote sustainable development and environmental preservation of North Beach area • Collabo rate with local government officials, business owners, and residents on beach management and community improvement projects • Participate in monthly board meetings to review and approve community initiatives, budgets, and strategic planning • Organize and oversee community events and educational programs to increase public awareness of coastal conservation • Advocate for infrastructure improvements and responsible development while preserving natural beach resources Self-Employed, Texas Certified Business Technical Assistance Consultant (CBTAC) Corpus Christi, TX 2022 -Present • Provide specialized consulting services to individuals with disabilities, supporting them in exploring and achieving self-employment opportunities. • Develop and implement Customized Self-Employment plans, including Discovering Personal Genius, business concept creation, market research, operations, marketing strategies, financial planning, and business plan development. • Collaboratewith multidisciplinaryteams to design and support sustainable small business models tailored to client needs. • Coordinate extended services and long-term support to ensure clients maintain successful self-employment outcomes. • Maintain compliance with Texas Workforce Commission (TWC) standards by upholding required certifications and accurate service documentation. Financial Consultant Self-Employed 2010 -Present • Provided advisory services in realestate investing, mortgage finance, and insurance to clients seeking financial growth and stability. • Assisted clients in navigating mortgage financing options and securing optimal loan structures. • Developed strategies to maximize returns on real estate investments through market analysis and risk assessment. • Guided clients on insurance policies to protect assets and mitigate risks effectively. Independent Insurance Agent Self-Employed 2016 -2019 • Licensed in Life& Health insurance across 32 states. • Provided personalized insurance solutions to individuals and businesses. • Educated clients on policy options, coverage details, and benefits to ensure informed decision-making. • Managed client portfolios, conducted policy reviews, and recommended adjustments to align with clients' needs. • Developed and maintained a strong client base through excellent service and relationship management. Principal Owner, Global One Strategic Vision LLC Houston, TX 2004 -2010 • Managed operations and strategic planning for real estate investing, mortgage finance, and construction projects. • Developed and implemented business plans to drive profitability and sustainable growth. • Negotiated contracts and managed budgets to ensure financial stability and project success. • Supervised construction projects, ensuring compliance with regulations and quality standards. • Built strong client relationships through effective communication and service delivery. Court Appointed Special Advocate/Guardian Ad Litem Child Advocates, Houston, TX 2012 • Trained and certified by Child Advocates, Inc. and appointed by Harris County Family Law Center/31 1 District Court. • Worked closely with CPS investigators to advocate forthe best interests of abused and neglected children. • Provided detailed reports and recommendations to the court regarding the welfare and placement of children. • Ensured children received appropriate services, including counseling, education, and medical care. • Supported children through court proceedings and transition plans. Education Pursued undergraduate studies at: • Cornell University • Texas Tech University • University of Houston Accumulated substantial college credits while developing entrepreneurial ventures and building successful businesses. Focus on practical business experience and hands-on learning led to early career launch rather than degree completion. Certifications • Texas Certified Business Technical Assistance Consultant(CBTAC), 2022 • Open Meetings Act • Public Information Act Skills • Business Planning and Development • Financial Analysis and Budgeting • Marketing Strategy Development • Market Research and Competitive Analysis • Client Relationship Management • Workshop Facilitation and Training • Real Estate Investment Strategies • Mortgage Financing and Insurance Planning • Life& Health Insurance Solutions • Child Advocacy and Legal Reporting References Available upon request. CITY OF CORPUS CHRISTI Submit Date: Dec 24, 2024 Application for a City Board, Commission, Committee or Corporation Profile Rex A _ Kinnison First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78418 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 43 Retired Reti red _ Retired Employer Job Title Occupation Work Address - Street Address and Suite Number 13914 Laffite Drive Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78418 Work Phone 3618168867 Rex A Kinnison Work E-mail address Rexakinnison@gmail.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) BBA Accounting Why are you interested in serving on a City board, commission or committee? Former city councilman and interested in servicing on a board and using my background Are you an ex-Off icio member of a City Board, commission or committee? f' Yes r No Are you a current candidate in an election for a non-city public office? Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Rex A Kinnison Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes f: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes �- No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? Yes c No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes ?-. No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Rex A Kinnison The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. P I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Rex A Kinnison Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Rex A Kinnison CITY OF CORPUS CHRISTI Submit Date: Apr 27, 2024 Application for a City Board, Commission, Committee or Corporation Profile Johnny E _ Melchionno First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78418 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? 0 Yes r No Keller Williams Coastal Bend Agent _ _ Real Estate Employer Job Title Occupation Work Address - Street Address and Suite Number 4518 Everhart suite 101 Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78411 Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Johnny E Melchionno Interests & Experiences Are you a Nueces County registered voter? r: Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Master's in Business Administration MBA, Pardre Island Business Association, BNI Professionals networking group, Team Lead of Blue Ribbon Realty Group If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) #1. I wanted to express my admiration for Sarah Tindall and the wonderful work she is doing at the Corpus Christi Regional Economic Development Corp. Although I noticed there are no current job openings, I would like to submit my application to demonstrate my interest and enthusiasm for the organization. I am confident that my skills and experience would make a valuable contribution to the EDC, and I look forward to being considered for any future opportunities that may arise. #2. The Corpus Christi Convention & Visitors Bureau promotes Corpus Christi as a year-round destination for meetings, conventions, and vacations. They design and execute advertising campaigns to attract visitors and provide support services to conventions. I believe this would be something I could enjoy by getting involved to help promote Corpus Christi as THE destination. (Sorry Galveston, it's our time!) Why are you interested in serving on a City board, commission or committee? I bring a unique and innovative perspective to the table, coupled with an enthusiastic and forward-thinking mindset that will undoubtedly benefit the people of Corpus Christi. I am deeply passionate about the progress and success of this city, and I firmly believe that it all starts with good people who are willing to step up and take on the responsibility. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r•° Yes r No Are you a current candidate in an election for a non-city public office? Yes r No Johnny E Melchionno Do you currently serve as an elected official for a non-city public office? Yes r. No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender rj Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r. No Does your employer or your spouse's employer have a City contract? f- Yes r= No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r= No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r= No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Johnny E Melchionno Board-specific questions (if applicable) Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree Johnny E Melchionno City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Johnny E Melchionno JOHNNY ENZO MELCHIONNO 361.910.4154 PROFILE My name is Johnny Enzo and I've always had a deep-rooted passion for helping 3402 Meadow Ridge Dr. people. I joined the Air Force and spent 10 years serving. In that time, I earned Corpus Christi,TX 78418 my Master's degree in business administration (MBA) and several other degrees and certifications.Today, I help people through the"rewards of real estate"in residential, luxury, and commercial properties. EXPERIENCE Facebook: Realtor/Commercial Specialist, Keller Williams Coastal Bend, 2023 -Present @RealtybyjohnnyEnzo Set Ruthless Goals-Clear and ambitious goals Instagram: Seek to Improve -Always fine tune your process @ListwithBlueRibbonRealtyGroup Relationship Building-This is something I am excellent at • Knowledge- Deep understanding of real estate, as every transaction is different Private Security, North American and Immigration, 2021-2022 Organizations: Identification and Authentication: Identifying an individual or system and Padre Island Business Association • authenticating their identity • Credential check, such as their face, fingerprints, PIN number, proximity card Corpus Christi Military Veterans • Enforcement- Flexibility and adaptability are key for success when allowing BNI Business Professionals personal from foreign governments into a secured facility Intelligence, USAF, 2009 -2021 • Ensured the safety of lives in war efforts during OIF, OEF, Operation New Dawn, and several other smaller and less known conflicts • Identified High Valued Individuals (HVIs) using various platforms • Saved 54 lives in Jalalabad from Taliban attack EDUCATION Lean Six Sigma Green Belt, 2019 University of Phoenix, MBA, 2018 Bellevue University, BA Criminal Justice, 2015 CITY OF CORPUS CHRISTI Submit Date: Jan 08, 2025 Application for a City Board, Commission, Committee or Corporation Profile Marshall K _ Morin First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78408 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 1 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 35 IBEW LU 278 Assistant Business Manager Journeyman Electrician Employer Job Title Occupation Work Address - Street Address and Suite Number 2301 Saratoga Blvd. Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78417 Work E-mail address mmorin@ibew278.com Marshall K Morin Preferred Mailing Address W Work Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: N/A Education, Professional and/or Community Activity (Present) Roy Miller High School Graduate 2007 IBEW/NECA Apprenticeship Graduate 2018 Why are you interested in serving on a City board, commission or committee? I attend the monthly meeting for my organization so the thought of possibly being on the board for the CCREDC seems like a Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Marshall K Morin Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? f- Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r. No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes (- No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Marshall K Morin The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes � No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. 1J I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Marshall K Morin Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Marshall K Morin CITY OF CORPUS CHRISTI Submit Date: Jan 08, 2025 Application for a City Board, Commission, Committee or Corporation Profile Mr George E _ Pollakis Prefix First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78413 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 3 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 35 Vick's Famous Hamburgers Owner _ mgr Employer Job Title Occupation Work Address - Street Address and Suite Number 626 N. Port ave. Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78408 Work Phone 361-882-5082 Mr George E Pollakis Work E-mail address vickshamburgers@gmail.com Preferred Mailing Address 9 Work Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) College, West Side Business (WBA) board member Why are you interested in serving on a City board, commission or committee? To better understand the city's approach on economic development, and how to help improve the economic conditions on the west side Are you an ex-Off icio member of a City Board, commission or committee? r° Yes �- No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? (- Yes (.- No Are you a current candidate in an election for a non-city public office? r Yes r• No Do you currently serve as an elected official for a non-city public office? r Yes r No Mr George E Pollakis Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A NA Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r= No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r= No Does your employer or your spouse's employer have a City contract? r Yes r. No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. na Board-specific questions (if applicable) Mr George E Pollakis The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree Mr George E Pollakis City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Mr George E Pollakis CITY OF CORPUS CHRISTI Submit Date: Dec 04, 2024 Application for a City Board, Commission, Committee or Corporation Profile Antonio J _ Richard First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78413 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 3 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 10 Palm Harbor Homes Sales Consultant _ Real Estate Professional Employer Job Title Occupation Work Address - Street Address and Suite Number 1638 N Padre Island Dr Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78408 Work Phone 3612892422 Antonio J Richard Work E-mail address sls035-05@palmharbor.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: n/a Education, Professional and/or Community Activity (Present) I may not have the fancy school education or deep community connections, but I've worked hard to carve out a path for myself and make an impact where I can. I earned my Real Estate Certification from Tarrant County College in 2020 and spent a year studying Film and Digital Marketing at Collin College. These experiences taught me how to adapt, think creatively, and approach challenges from different angles. Professionally, I've spent the last several years selling manufactured homes, helping families find affordable and quality housing solutions. It's a career that has shown me the importance of listening to people's needs and advocating for them when it matters most. While my community activity hasn't been through large organizations or flashy events, it's been in the small, meaningful moments—mentoring coworkers, helping friends navigate buying their first homes, and using social media to share knowledge about affordable housing options. These are the spaces where I've learned the value of contributing and connecting with people on a real, human level. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) I am most interested in serving on the Corpus Christi Regional Economic Development Corporation board, as I believe economic development plays a critical role in shaping the future of our community and ensuring long-term prosperity. However, I am equally enthusiastic about the opportunity to serve on the Parks and Recreation Advisory Committee, as it directly enhances the quality of life for the community here by promoting health, wellness, and community engagement. Both boards provide tremendous value to the community, and I am fully open to contributing wherever I can be most helpful. My ultimate goal is to support initiatives that strengthen and uplift Corpus Christi, no matter the capacity in which I serve. Antonio J Richard Why are you interested in serving on a City board, commission or committee? I'm applying because I believe representation matters, and I want to bring my work ethic, real-world experience, and commitment to serve others. Parks and recreation play such an important role in bringing people together, giving families and friends spaces to connect, relax, and enjoy life. I want to help make sure those spaces are the best they can be- accessible, well-maintained, and a true reflection of what our community deserves. When it comes to economic development, I've always been big on our cities growth and ways that create opportunities for everyone. Serving on this board would give me the chance to work on strategies that bring in new businesses, support the ones we already have, and keep building up Corpus Christi as a place people want to live, work, and invest in. At the end of the day, it's about giving back and doing my part to make sure our city continues to grow in ways that benefit everyone. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? f- Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r• Yes r No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Antonio J Richard Do you, your spouse, your business or your spouse's business have a City contract? r Yes r•° No Does your employer or your spouse's employer have a City contract? Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Antonio J Richard Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Antonio J Richard Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. fJ I Agree Antonio J Richard Antonio Richard Corpus Christi, TX 78413 +1 682 429 8617 Authorized to work in the US for any employer Work Experience Sales Consultant Palm Harbor Homes - Corpus Christi, TX August 2023 to Present Sell Manufactured homes CEO ARCMA - Corpus Christi, TX September 2022 to Present I own a social media marketing agency, where I help a lot of businesses grow their online presence, and also build their websites! Property Manager AirBnB - Corpus Christi, TX February 2023 to November 2023 1 would manage a STR for a client by scheduling any maintenance or cleaners, as well as handling guest communication. Licensed Realtor Monument Realty - Frisco, TX January 2020 to January 2023 Helped homeowners sell and buy their homes. Helped negotiate contractual terms, for buyers and sellers. Inside Sales Representative My Realty - Corpus Christi, TX January 2022 to October 2022 Would take inbound calls, and also call outbound leads, would update CRM, to make sure it flows with the transaction as a whole. Customer Service Representative Collin County Community College - Plano, TX January 2019 to January 2020 Customer service for the students, if they needed IDs printed, lost and found, event planning/marketing. Education Certification in Real Estate Tarrant County College District February 2019 to January 2020 College in Film/digital market Collin College - Dallas, TX August 2018 to August 2019 High school diploma North Crowley High School - Fort Worth, TX Skills • Communication skills • Digital Marketing • Web Development • Email Marketing • Graphic design • Real estate law • Video production • Negotiation • Branding • Social Media Management • Sales • Business development • Customer service • Property management • Marketing Languages • English - Fluent Certifications and Licenses Real Estate License Adobe Suite certified CITY OF CORPUS CHRISTI Submit Date: Dec 27, 2024 Application for a City Board, Commission, Committee or Corporation Profile Rudy Salomon First Name Last Name Email Address 7- Street Address Corpus Christi TX 78404 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 2 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 39 Pivot Energy Senior Engineer Energy Engineer Employer Job Title Occupation Work Address - Street Address and Suite Number 614 Ohio Avenue Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78404 Work Phone 3614461511 Rudy Salomon Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION: Submitted Interests & Experiences Are you a Nueces County registered voter? (.- Yes r- No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) Texas A&M University Corpus Christi Graduate in B.S. Mechanical Engineering Del Mar College Graduate Speech Communication A.A. Graduate Habitat for Humanity Volunteer If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) 1.) PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY, TX 2.) CORPUS CHRISTI REGIONAL ECONOMIC DEVELOPMENT CORPORATION LIBRARY BOARD 3.) CAPITAL IMPROVEMENTS ADVISORY COMMITTEE Why are you interested in serving on a City board, commission or committee? As a lifelong resident of Corpus Christi, I'm deeply invested in the city's success. My extensive experience in the engineering and construction industry, particularly with leading national firms, has provided me with a strong understanding of project management, cost control, and efficient execution across a wide range of project sizes (from $50 million to $5 billion). This experience has also given me valuable insights into the best practices employed by world-class organizations. I'm passionate about leveraging this expertise to contribute to our city's growth and development. Serving on a board, commission, or committee would allow me to directly participate in shaping a thriving future for Corpus Christi and its citizens. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r No Rudy Salomon Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No Rudy Salomon If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ARTS&CULTURAL COMMISSION The Arts & Cultural Commission preferred representatives from certain categories. Do you qualify for any of the following categories? • Higher Education • Business Development Groups / Corporate Representative Question applies to BUILDING STANDARDS BOARD The Building Standards Board preferred representatives from certain categories. Do you qualify for any of the following categories? Pr Engineer Question applies to BUILDING STANDARDS BOARD Are you a Homeowner in the City of Corpus Christi? rr Yes r No Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Are you a resident of the Port Authority district and an elector* of Nueces County? r Yes r No Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Have you been a resident of Nueces County for at least 6 months? r: Yes r No Rudy Salomon Question applies to multiple boards Are you willing to provide an Annual Report of Financial Information as required by the Code of Ethics? r• Yes r No Question applies to CORPUS CHRISTI DOWNTOWN MANAGEMENT DISTRICT The Corpus Christi Downtown Management District must include representatives from certain categories. Do you qualify for any of the following categories? W Resident of the District Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r- No Question applies to CONSTRUCTION TRADE ADVISORY&APPEALS BOARD The Construction Trade Advisory & Appeals Board must include representatives from certain categories. Do you qualify for any of the following categories? W Engineer or Architect Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? 17 Development 17 Building Industry\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r, Yes r No The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? Yes r No Rudy Salomon Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. IJ I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. I°J I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. V I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Rudy Salomon INTERNAL Rudy Salomon 361.446.1511 Professional Summary Results-oriented engineer with 5+ years of experience in project management, technical design review, and adherence to industry standards. Proven ability to lead and collaborate effectively in a team environment. Seeking to leverage strong analytical and problem-solving skills in the LNG facility engineering field. Education Texas A&M University-Corpus Christi Bachelor of Science in Mechanical Engineering Related Experience Primoris Renewable Energy Current role: Project Controls Engineer 2024 - Present • Lead and manage teams for energy projects, ensuring efficient project delivery, quality assurance, and adherence to industry standards. Oversee technical design reviews, Project estimate, permitting process, coordinate EPC activities, and maintain effective stakeholder communication. Enel Green Power North America 2022 - 2024 Contract Development engineer • Contract development, execution and management for all North American Region facilities dealing with cross technology lines. Clear understanding of all facets of engineering, procurement, project construction and execution and safety as highest priority. Lead the execution and management of contracts for renewable energy facilities across North America, ensuring compliance with engineering, procurement, and safety standards. • Lead the development and execution of projects for North American renewable energy facilities, manage all technical aspects from design inception to operation, ensuring successful project delivery within budget and adhering to industry standards and company guidelines. Collaborate with internal teams and external stakeholders to navigate permitting processes and secure project approvals, designs and costs are met. • Identify and mitigate project risks through comprehensive risk assessments, resulting in a reduction in cost overruns. • Effectively collaborate with diverse stakeholders, including internal teams, contractors, and regulatory agencies, to achieve project milestones on time and within budget. Kiewit Energy Field/Office Engineer 2019 - 2022 • Environment Permitting Research Federal contract permitting requirements for Renewable Energy projects based on client needs. Create condition reports based on client contracts and regulatory committees such as FERC & Army Corps of Engineers and many more organizations based on Federal, State and regional levels. Discipline preplanning with clients for project execution, budget and forecasting. Capture regulatory and permit changes across all disciplines. Review calculated emissions. Plan for all project cycles. • Indirects Estimate lead/Subject Matter Expert for EPC estimates • Mechanical Estimator for static and rotational equipment, lending support to multiple Engineering Procurement Construction job bids from $300 million to $4.5 Billion budget scope of work for Renewable Energy, Oil, Gas & Chemical industries. Create material & equipment lift plans utilizing supplied software programs. Read, revise & interpret client supplied drawings (P&ID's, PFD's etc.) for estimate bidding process. • Project Estimate Lead managing EPC renewable job estimates of up to 50 Million scope of work. • Field Engineer tracking weekly progress, manage craft leads and team man hours, cost, material handling, equipment management & installation for disciplines such as: structural, Supports, E&I & Piping for Offshore fabrication. Plan Project Schedule forecasting & Execution. INTERNAL Current project goals include managing key contractual risk assessments and build a lasting legacy with our clients. Complete the current project on time, under budget and without any safety incidents. Quality assurance • Drone mission planning & execution for evaluating progress through video data, 3D model implementation & plot plan integration Kiewit Offshore Services Field craft personnel 2018 - 2019 • Welders helper for offshore fabrication, Pipe Fitter helper for Offshore fabrication, Plasma cutting table operator for Offshore fabrication. Cut and fabricate material to Blueprint specifications. Evaluate & build client revisions from specified drawings. Related Academic Projects Texas A&M University-Corpus Christi Spring/Fall 2019 Space Solar Power Development • Media development/integration. • Web design for our group website • Design & Fabrication of our model storage container and mechanical assembly, research solar material, battery cooling & insulation Texas A&M University-Kingsville Summer 2016 Project Title: Simulation & Experimental study of Windfarm Layout optimization. (Published) • NSF IR-SEED REU Summer 2016 Program: Integrating Research in Sustainable Energy and the Environment across Disciplines. Research Experience for Undergraduates. • Research & Utilize Genetic Algorithmic functions to calculate maximum power output through Matlab program for 20 wind turbines on a 500 acre radius • Produce cost & Purchase material, design and fabricate a scale model of Wind turbine (5 ft height) to utilize and prove research to show proper power output. Texas A&M University-Kingsville Summer 2015 Project Title: Chemical Process Flow (published) • Researched proper pipe insulation for deep water drilling exploration Skills Leadership Fundamental understanding of Thermodynamics & Fluid flow Solid Execution & Presentation Skills Conflict Resolution & Time Management Proven Leadership & Supervisory Experience Plan & Execute in High pace environment Problem Solving & Effective Decision-Making Organization & Collaboration Strategic Planning &Analytical Implementation Strong Interpersonal Skills with Diverse Populations Technology Ineight Estimate tool/Hard Dollar, Bluebeam, Autocad, PowerBI, Tableau, Navisworks, Solidworks, WebEx, Zoom, Microsoft Word, Teams, Excel, PowerPoint, Outlook, Google Docs, Google Slides Leadership OrganizationsNolunteerism Society of Hispanic Professional Engineers American Society of Mechanical Engineers Institute of Electrical & Electronics Engineers Habitat for Humanity volunteer SISTER CITY COMMITTEE Two(2)vacancies with terms ending 9-1-2025 and 9-1-2026. Duties The Sister City Committee studies ways and means of improving relations with the Corpus Christi Sister Cities and to advise and consult with and assist the Mayor,the City Council,the City Manager and all other City agencies,boards and officials in accomplishing the purposes of the Sister City Program. Composition The Committee shall consist of nine(9)members who shall be appointed bythe City Council and shall serve three-year terms.In addition,representatives from the following City departments shall serve as ex-officio,non-voting members of the steering committee:Mayor's Office,Corpus Christi International Airport and Parks and Recreation.The officers of the steering committee shall consist of a General Chair and Vice-Chair.The Chair and Vice-Chair shall be elected by majority vote of the Sister City Committee annually. If the General Chair is absent,the Vice-Chair shall serve as General Chair during his/her absence.The steering committee may appoint any other subcommittee as,in its judgment,will aid it in carrying out its duties.The steering committee shall determine the membership of each said subcommittee,its duties and chairman.The membership of each said subcommittee shall consist of members of the steering committee and,at the option of the steering committee,members from the community at-large. Creation/Authority Section 2-150,Code of Ordinances.Ord.Nos.10195,14291,18961,M86-0043-1/28/86;19474-9/1 6/86;19635-2/17/87;21045-12/11/90;021236- 9/10/91;023424-8-25-98;029687-11-20-12;030913-8/9/1 6;031 963-1 2/1 7/1 9 Meets Member Size Term Length/Limit Liaison Second Thursday of the month at 12:00 p.m.at the 9 3 years/6 years Stephanie Box City Hall 3rd floor Engineering Smartboard Room Name District Term Appt.date End date Appointing Authority Position Status Luis F.Cabrera District 2 2 8/27/2019 9/1/2025 City Council Chair Resigned Robert Voorheis District 5 Partial 2/25/2025 9/1/2026 City Council Resigned Valerie Harbolovic District 2 1 4/13/2021 9/1/2025 City Council Vice-Chair Active Susane"Westi"Horn District 5 2 8/27/2019 9/1/2025 City Council Active Charles Harris District 4 1 8/8/2023 9/1/2026 City Council Active Heather Moretzsohn District 5 1 8/8/2023 9/1/2026 City Council Active Jessuip A.Avalos District 5 Partial 2/25/2025 9/1/2027 City Council Active Ana T.Rivera-Soto District 1 8/13/2024 9/1/2027 City Council Active Adria P.Vasquez District 2 2 8/10/2021 9/1/2027 City Council Active C.C.International Airport Rep. N/A N/A N/A Ex-Officio,Non-voting Active Mayor's Office Rep. N/A N/A N/A Ex-Officio,Non-voting Active Parks and Recreation Rep. N/A N/A N/A Ex-Officio,Non-voting lActive 5-6-2025 SISTER CITY COMMITTEE Applicant list Name District Status Wally Gonzalez Jr. District 5 Applied Angelita M. Romero District 3 Applied Dylan C.Steiner District 2 Applied CITY OF CORPUS CHRISTI Submit Date: Aug 20, 2024 Application for a City Board, Commission, Committee or Corporation Profile Mr Wally Gonzalez Jr. Prefix First Name Last Name _.. Email Address Street Address Corpus Christi TX 78413 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 5 Current resident of the City of Corpus Christi? r Yes r- No If yes, how many years? 22 Retired Self Employed Author Author Employer Job Title Occupation Work Address - Street Address and Suite Number 4206 Boros Drive Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78413 Work Phone 361-443-8596 Mr Wally Gonzalez Jr. Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? SISTER CITY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? (.- Yes r- No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) BA Business MA Management Why are you interested in serving on a City board, commission or committee? Corpus Christi Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No Are you a current candidate in an election for a non-city public office? (- Yes r No Do you currently serve as an elected official for a non-city public office? Yes c. No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A Corpus Christi Demographics Gender W Male Mr Wally Gonzalez Jr. Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. Corpus Christi Board-specific questions (if applicable) Question applies to CORPUS CHRISTI CONVENTION&VISITORS BUREAU The Convention & Visitors Bureau Board must include representatives from certain categories. Do you qualify for any of the following categories? fJ None of the above Mr Wally Gonzalez Jr. Question applies to multiple boards Are you willing to provide an Annual Report of Financial Information as required by the Code of Ethics? Yes r No Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? f- Yes r No Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Mr Wally Gonzalez Jr. Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Mr Wally Gonzalez Jr. CITY OF CORPUS CHRISTI Submit Date: Jan 28, 2025 Application for a City Board, Commission, Committee or Corporation Profile Angelita M _ Romero First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78415 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 3 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 33 Licensed Physical Therapist Select Rehabilitation Clinical Lead Therapist Assistant Employer Job Title Occupation Work Address - Street Address and Suite Number 5441 Lipes Boulevard Work Address - City Corpus Christi Work Address - State Tx Work Address - Zip Code 78413 Work Phone 361-371-8157 Angelita M Romero Work E-mail address elan.corpus.christi@selectrehab.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? SISTER CITY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No other city Board. Education, Professional and/or Community Activity (Present) The Young Professionals of the Coastal Bend Las Comadres Corpus Christi If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Downtown Marina District Senior Corps Advisory Committee Animal Care Advisory Committee Why are you interested in serving on a City board, commission or committee? I am interested in serving on a City board, commission, or committee because I am deeply passionate about contributing to my community in meaningful ways. Through my extensive volunteer experience, including organizing events, facilitating group activities, and supporting local organizations, I have gained valuable insights into the challenges and opportunities within our city. Serving in this capacity would allow me to take a more active and integral role in shaping initiatives that benefit our community. I am committed to fostering positive change and ensuring that diverse voices are heard and represented in decision-making processes. Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r• No Angelita M Romero Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender V Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes r No Angelita M Romero If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? r Yes r No Verification Angelita M Romero City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Angelita M Romero CITY OF CORPUS CHRISTI Submit Date: Apr 16, 2025 Application for a City Board, Commission, Committee or Corporation Profile Dylan C _ Steiner First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78412 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 2 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 15 Quick Quack Car Wash Team Member _ Car Wash Employer Job Title Occupation Work Address - Street Address and Suite Number 4110 S Alameda St Work Address - City Corpus Christi Work Address - State Texas Work Address - Zip Code 78411 Dylan C Steiner Which Boards would you like to apply for? SISTER CITY COMMITTEE: Submitted Interests & Experiences Are you a Nueces County registered voter? r Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: No Education, Professional and/or Community Activity (Present) High school If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) sister city committee,RegionaI economic development corporation, ethics commisssion Why are you interested in serving on a City board, commission or committee? Originally just to better the community but it's grown into a desire to get involved in politics Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No Are you a current candidate in an election for a non-city public office? r° Yes r No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A N/A Demographics Gender W Male Dylan C Steiner Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. I believe Quick Quack has a contract with the city Board-specific questions (if applicable) Question applies to ARTS&CULTURAL COMMISSION The Arts & Cultural Commission preferred representatives from certain categories. Do you qualify for any of the following categories? V Youth / Education Dylan C Steiner Question applies to LIBRARY BOARD The Library Board preferred representatives from certain categories. Do you qualify for any of the following categories? rJ None of the above Question applies to WATERSHORE AND BEACH ADVISORY COMMITTEE The Watershore & Beach Advisory Committee must include members representing certain categories. Do you qualify for any of the following categories? * W Environmentalist Question applies to multiple boards Are you willing to provide an Annual Report of Financial Information as required by the Code of Ethics? � Yes r No Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? � Yes r No The Reinvestment Zone No. 6 members must own real property in the zone or be an employee or agent of a person that owns real property in the zone. Do you qualify? Yes c: No Verification Dylan C Steiner City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. row I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Dylan C Steiner se GO � O� A H /NCOOPOR AGENDA MEMORANDUM 1852 City Council Meeting of May 6, 2025 DATE: May 6, 2025 TO: Peter Zanoni, City Manager FROM: Brett Van Hazel P.E., Inner Harbor Program Management Office Director brettvh@cctexas.com 361-826-3273 Update on Inner Harbor Water Treatment Campus Project STAFF PRESENTER(S): Name Title/Position Department 1. Brett Van Hazel Director Inner Harbor Program Management Office BACKGROUND: This briefing will provide an overview of the Inner Harbor Water Treatment Campus project. This briefing will be the first bi-weekly briefing to City Council planned through the end of calendar year 2025. The purpose of the briefings is to inform the City Council and the public on the status Inner Harbor Water Treatment Campus project. The briefing topics will vary each council session and will include updates such as project schedule, cost, milestones, upcoming events, and other key information. The topics for the May 6, 2025 briefing will include: • Project Procurement Recap • Current Project Status Update and Timeline • Presentation — Understanding Guaranteed Maximum Price • Future Topics LIST OF SUPPORTING DOCUMENTS: PowerPoint— Inner Harbor Water Treatment Campus Briefing 5/6/25 Update on Inner Harbor Water Treatment Campus Project City Council Meeting CCW I �u� May 6, 2025 Presentation Overview • Project Procurement Recap + A LDCurrent Project Status Update Project Timeline IL Upcoming Presentations 4 ` Future Pro ect Topics 2 Project Procurement Recap Council Actions: January 30 2024 a b.�o,. wa3,ovMare ,° Z=. -- • Freese and Nichols - $3.7 8 M • Inner Harbor Bond Issuance - $211 M June 25, 2024o • Freese and Nichols - $12M • Authorization to execute contract forbgw Design Build services - $138M Design Build Award: December 2, 2024 • Kiewit Infrastructure South Co., Inc. (Kiewit) — Phase 1 A, $9.25M Mpw - Current Project Status Update Project Overview: ft"14 R I A ON V Inner Harbor Ship Channel Proposed Discharge Location Inner Harbor Ship Channel . Phase 1 A — Planning, Pilot • , Proposed Intake Location t Protocol, and Basis of Design Phase 1 B — Design, Early Works, Inner Harbor Water and Guaranteed Maximum Price A - Treatment campus Site Phase 2 — Final Design and j g h Construction " Phase 3 — Operating and ' ,. ' Maintenance Services ;,, ► ; 4 Current Project Status Update Current Status: Phase 1 A — Start Date: December 3, 2024 Duration: 180 Days Task: Basis of Design Report (BODR) and Cost Model Phase 1 B — First Phase 1 B amendment issued April 2025 (Step 1 ; $4.7M) Scope: Technology supplier submittal development, Siemens transformers, and GHD design support Start Date: April 15, 2025 Upcoming Amendments: Demonstration Plant, Design and GMP Development, and early work packages 5 Project Timeline Current Status ( ) : ""` J F M A M J J I A S 0 N Q • BODR Draft under review PHASE PH 5E 1A COMPLETE • Demonstration Plant amendment under review i Y • Cost Model in development O N ❑ 1 F I M I k M I J J A 1 S 1 O N J D 1 I F I M A M J J A S O N D 1 I F M A I M J J A I 5 1 O 1 N I D J F I M I A M 1 1 p PHASE 1B COMPLETE FINAL ACCEPTANCE NTP PHASE IA COMPLETE DEVELOPMENTDESIGN AND GIVIP 6 Upcoming Presentations City Council Project Briefings Future Presentation Dates: Frequency: Twice per Month May 13t" Topics: General project and June 1 Ot" and 17t" schedule updates July 15t" and 29t" Next Presentation: May 13t" August 12t" and 26t" September 9t" and 16t" October 7t" and 21St November 11t" and 18t" December 9t" and 16t" Upcoming Presentations Understanding the GMP Development Date: June 17, 2025 r - - Presenter: Leofwin Clark, Water Collaborative Delivery Association Topics: Progressive Design Build and GMP Development g Future Project Topics @Kiewit IMPER Upcoming Briefings and Meeting: � RnRBaR • City Council Briefings • Twice per month through 2025 INNEBSISOFTDESGN EREOPRT • Next briefing May 13, 2025 • Basis of Design Workshop • May 14-15, 2025 t � • Attendees: City Staff, Freese and Nichols, and Kiewit Upcoming Project Deliverables: I • Demonstration Plant Amendment • Basis of Design Report and Cost Model _._..a_..._..a.. ,a..e� • Design and GMP Development Amendment ... . .... . . • • •• • •• •• • ••• •i • •• .ii no f• • • .•. . • .••.... . •. .s .. !• •••ff• f . • f f•• •• f• ••f • • . i•• . ••. • . . . ■■ `` R .. . .. ...... . .. ... ..... .. ••• i• if• ••• • f• ••••• ••• • 00 i if• f• •• f•i • • i •i •i ••• •i% •• • • • • i• •. •i . • • • f •• •!• f •• f••• • f• ••f • • • i•i • •• •• •• 08 • •f • •• ••• • • • • f •:• • •"••' f HARbun 0000000: 00 • •• WATER TREATMENT CAMPUS • .. f• .i • . •. bus cr,� w 0 U NORP00.PE AGENDA MEMORANDUM ss52 City Council Meeting of May 06, 2025 DATE: May 06, 2025 TO: Peter Zanoni, City Manager FROM: Drew Molly P.E., Chief Operating Officer DrewM(u�cctexas.com (361) 826-3556 Alternative Water Supply Project Update STAFF PRESENTER(S): Name Title/Position Department 1. Drew Molly P.E. Chief Operating Officer Corpus Christi Water 2. Esteban Ramos Water Resource Manager Corpus Christi Water BACKGROUND: The City of Corpus Christi and the Coastal Bend Region are facing a water supply shortage caused by the ongoing drought conditions in the Nueces River Basin. Corpus Christi Water will provide an update on the alternative water supply projects and efforts underway to help secure short- and long-term water supplies. LIST OF SUPPORTING DOCUMENTS: PowerPoint—Alternative Water Supply Projects Update CITY OF CORPUS CHRISTI CORPUS CHRISTI WATER TO: Peter Zanoni, City Manager FROM: Drew Molly,P.E., Chief Operating Officer COPY: Mayor and City Council DATE: May 2, 2025 SUBJECT: Alternative Water Supply Projects Update Below are updates on Corpus Christi Water's (CCW) efforts to secure alternative water sources. CCW will present these updates to the City Council on Tuesday, May 6th Evangeline Laguna,LLP(Evangeline) Groundwater Project On April 22"d, the City of Corpus Christi (City) and Evangeline executed a Memorandum of Understanding (MOLT) regarding purchasing water rights and related rights for approximately 23,000 acres in San Patricio County. The one-page MOU highlights the terms under which the City and Evangeline will define the potential purchase of partial or full water rights,with a possible closing date of June 30th. • The Evangeline Groundwater Project will be included in the Groundwater Supply Assessment conducted by Garver. Echelman-Voigt(EV)Ranch Project On April 1 lth,the City and the Catahoula Water Company(CWC)met to discuss details for a draft term sheet to purchase groundwater from the EV Ranch. The EV Ranch, near Hebbronville, TX, approximately 70 miles southwest of the City of Corpus Christi,comprises approximately 100,000 acres and can produce up to 28.5 million gallons of brackish groundwater daily (March 6, 2025 EV Ranch Presentation to the City Council). The City and CWC continue to discuss opportunities for regional partnerships, leveraging regional water distribution systems to lower overall conveyance costs and negotiate terms. • The EV Ranch Project will be included in the Ground Water Supply Assessment conducted by Garver. Nueces River Groundwater Wells Project Significant progress has been made in the Nueces River Water Ground Water Wells Program since the City Manager signed the emergency authorization on January 27, 2025. The City continues the permanent development and installation of Wells Nos. 1 through 3. We have begun drilling Well No.4 and aim to complete the work within the next two weeks. We are mobilizing a second drilling rig to begin developing Well No. 5. Alternative Water Supply Projects Update Page 2 On April 15th, the City Council approved the purchase of an additional 4.63 acres adjacent to the existing well field. Preparations for the new property, including fencing and concrete foundation work to support the additional wells. City staff continue to develop the necessary information to submit the permit application to TCEQ by May 12th The current expenditures for this project are $5,796,163. Attached is a detailed list of completed work through May 1st and scheduled work. • The Nueces River Groundwater Wells Project will be included in the Groundwater Supply Assessment conducted by Garver. Reclaimed Water Infrastructure Project On April 1st,the City Council approved a professional services contract with Garver to provide the preliminary design services for this project,which is anticipated to be completed by January 2026. Groundwater Supply Assessment At the April 15th City Council Meeting, the City discussed the need for outside support to help evaluate groundwater supply alternatives. Pape-Dawson Engineers (Pape-Dawson) was initially considered for this assessment due to its knowledge of the Evangeline Project and their experience. On April 18th,City staff were told by the Evangeline team that Pape-Dawson would not be released to support the City. On April 20th, Garver,who also has a strong background in groundwater resources,was alternately selected to conduct the assessment. The signed agreement includes a scope of work to evaluate technical and business case components, focusing on feasibility, cost, risk, and long-term infrastructure and system planning. Garver will complete their scope of work by May 30th The Groundwater Supply Alternatives include: 1. Nueces River Groundwater Wells Project—City-led production and treatment of brackish groundwater wells along the Nueces River 2. Evangeline Groundwater Project—Water rights purchase of 12 MGD and potentially up to 24 MGD near Simon, Texas, with phased delivery and City ownership of eventual production/conveyance infrastructure 3. EV Ranch Project—Third-party treated brackish groundwater supply with City-involved project development 4. South Texas Water Authority(STWA)Project—Third-party well field development by STWAISeven Seas to consider supplying the City, if there is additional water available Attachments: 1. Detailed List of Nueces River Groundwater Wells Project Detailed List of Nueces River Groundwater Wells Project Completed Work through May lst and Scheduled Work The progress to date includes the following: • Site cleanup and preparation of the existing city-owned properties,including security fence installation • Drilling development,test pumping, and permanent pump installation for Well No. 1 • Drilling,development,test pumping,and design of permanent pumping assembly for Well No. 2 • Drilling, development, and test pumping for Well No. 3 • Installation of 13,700 Feet of 4-inch polyethylene pipe by Corpus Christi Gas with assistance from CCW to fuel generators that will electrify the well pumps • Installation of 500 Foot of twenty-four(24) inch PVC waterline • Construction of discharge outfalls at Well No. 1 site,Well No.4 site,and for multiple wells at the well field site • Ongoing development and evaluation of the groundwater model • As approved by the City Council on April 15, 2025, purchasing an additional 4.63 acres adjacent to the existing well field. • Begin drilling Well No. 4 • Rig and equipment mobilization of the second driller to Well No. 5 • TCEQ permit review meetings held on March 3, April 2, and April 23 • Generator concrete pad installed at Well No. 1 The scheduled work, expected to occur in the next two weeks,will consist of. • Placement and installation of the 150 KW natural gas generator, installation of electrical controls, final gas connections, and startup testing of the permanent pumping assembly at Well No. 1 • Complete the drilling of Well No. 4 • Continue drilling of Well No. 5 • Complete the design and pump selection for Well No. 3 • Preparation of the new property, including fencing and pad construction for additional wells • Complete the generator concrete pad at Well No. 2 • Continue installation of water line to Well No. 2 and Well No. 3 • Submit the TCEQ Bed and Banks permit application on May 12 i I RECEIVED TO: Rebecca Huerta, City Secretary MAY 0 2 2025 CITY SECRETARY'S OFFICE FROM: Carolyn Vaughn, City Council at Large DATE: May 2, 2025 SUBJECT: Reconsideration of a Motion I am writing to formally request a reconsideration of the motion to award a contract to Barcom for construction of a new Wastewater bldg. for the amount of$8,476,293.00 in District 3, agenda item 25-424 that was voted on during the recent council meeting on April 29, 2025. 1 would like to respectfully urge you to add this reconsideration motion to the agenda for our next council meeting on May 6, 2025. Warm Regards, Carolyn Vaughn, City Council Member At Large Eric Cantu, City C uncil Me rict 3 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 G, Current Location Corpus Chr sti Engineering Lim Pump and generator open storage - - - area that is outdoors and leaves equipment open to the elements. _ Cn„, City of Corpus Christi Wastewater Maintenance Building Current Location Corpus Chrsti Engineering Pipe storage area that is outdoors and leaves materials open to the elements. n +ems _.�..».'..�- ti City of Corpus Christi Wastewater Maintenance Building Current Location Corpus Chrsti Engineering United States �4 Single bay maintenance shop means only one truck can be serviced or loaded at a time. ti City of Corpus Christi Wastewater Maintenance Building Current Location Corpus Chrsti Engineering 201��-8:39:51 AM • ••• Dr--- Corpus Christi TX United. 4 Welding, fabrication, pipefitting, r mechanical maintenance, and small equipment storage area that is utilizing all available space. Work � � space is cramped. ti City of Corpus Christi Wastewater Maintenance Building Current Location Corpus Chrsti Engineering Very small office ® space being used for storage. Space also contains the I&E Foreman s desk and part of the SCADA system. City of Corpus Christi Wastewater Maintenance Building Current Location Corpus Ch, U Engineering ti This area is being used ® for instrumentation W work, PLC panel . troubleshooting, and as C_ PLC panel assembly. This space was not designed to be an e electrical workspace. ti City of Corpus Christi Wastewater Maintenance Building Current Location Corpus Chrsti Engineering f Break and lunchroom area for 30 employees that also includes a workstation that four crews must use. ti City of Corpus Christi Wastewater Maintenance Building Current Location Corpus Chrsti Engineering n Break and lunchroom area rt for 30 employees that also includes a workstation that four crews must use. e City of Corpus Christi Wastewater Maintenance Building G, Current Location Corpus Chr sti Engineering Jan 31, 1 : 1 ' 14 ' • - oo• Dr --dPO'Corpus a. Meeting and training area. This area also holds the offices of the Mechanical Foreman and I&E Tech. There is not enough space for staff to sit in this area all at the same time. RlIaZK ,,OMROiq E.: ti City of Corpus Christi Wastewater Maintenance Building . Current Location Corpus Chrsti Engineering r ;4 -- Because of the small space in the meeting and training area, some staff must sit lined up in a hallway during meetings. 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. City of Corpus Christi 1201 Leopard Street r Corpus Christi,TX 78401 cctexas.com o Meeting Minutes City Council Tuesday,April 29,2025 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 11:38 a.m. B. Invocation to be given by Pastor Rob Bailey with Southside Community Church. Pastor Rob Bailey with Southside Community Church gave the invocation. 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. Elizabeth Franco, 12th grader from Harold T. Branch Academy, 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. 25-0588 Introduction of Brook Kaufman, CEO, Visit Corpus Christi City Manager Peter Zanoni introduced the new CEO of Visit Corpus Christi Brook Kaufman. 2. 25-0526 Recognition of Appointment - Fire Chief Brandon Wade, Texas Commission on Fire Protection City Manager Peter Zanoni recognized the appointment of Fire Chief Brandon Wade to the Texas Commission on Fire Protection. City of Corpus Christi Page 1 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 F. PUBLIC COMMENT Mayor Guajardo opened public comment. Stephen Klepper, Corpus Christi, TX, spoke in support of Item 22. Susie Saldana, Corpus Christi, TX, spoke in opposition about elected officials filing lawsuits against the City and in support of desalination. Dr. Kristina Nelson, Corpus Christi, TX, briefed Council on a matter on behalf of the Children's Advocacy Center of the Coastal Bend. Jason Hale, Corpus Christi, TX, presented information about desalination and far field modeling studies. Adam Rios, Corpus Christi, TX, advocated for the West Guth Park skate games on May 4th. Isabel Araiza, Corpus Christi, TX, spoke about funding for the Crime Prevention Board. Maggie Peacock, spoke against desalination in Corpus Christi Bay. The following individuals submitted a written public comment which is attached to the minutes: Heath Armstrong, Austin, TX, and Emilio Lopez Pacetti, The Woodlands, TX. G. BOARD &COMMITTEE APPOINTMENTS: (NONE) H. EXPLANATION OF COUNCIL ACTION: I. BRIEFINGS: (ITEM 3) 3. 25-0581 General Fund Budget Financial Forecast for the fiscal year 2026 that begins on October 1, 2025 Mayor Guajardo referred to Item 3. Director of Management and Budget Amy Cowley presented information on the following topics: general fund budget overview; overview of budget development process; city fund types-where do the funds come from; city fund types-how are the funds utilized; focus for today-general fund; FY 2025 general fund budget: $343.8 million; revenues; property tax; property valuation timeline; property tax: existing vs. new; property tax assumptions FY 2026; property tax revenue (general fund); property tax rate; payment in lieu of tax (PILOT) assumptions; sales tax received by year; expenses; cost assumptions; reserves; change in general fund reserves (fund balance); forecast; general fund forecast for FY 2026-revenues; general fund forecast for FY 2026-expenses; general fund forecast for FY City of Corpus Christi Page 2 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 2026; looking forward; planning for a balanced budget; state legislation; federal policy; and FY 2026 budget roadmap. Council Members, City Manager Peter Zanoni, and Director Cowley discussed the following topics: a concern why debt service was not included in this presentation; and all departments are working diligently to identify efficiencies and savings opportunities. J. CONSENT AGENDA: (ITEMS 4 - 25) Approval of the Consent Agenda Mayor Guajardo referred to the Consent Agenda. Items 11, 17, 19 and 25 were pulled for individual consideration. Council Member Paxson moved to approve the consent agenda with the exception of Items 11, 17, 19 and 25, seconded by Council Member Scott. 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 4. 25-0589 Approval of the April 15, 2025 Regular Meeting Minutes The Minutes were approved on the consent agenda. 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. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033633 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. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033634 7. 25-0456 Ordinance authorizing the acceptance of$1,881.57 from the State of Texas - City of Corpus Christi Page 3 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 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. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033635 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. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033636 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). This Ordinance was passed on second reading on the consent agenda. Enactment No: 033637 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-3" Multifamily District; 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: 033638 11. 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 11. Council Member Hernandez requested to pull this Item to vote no. Council Member Barrera moved to approve the ordinance, seconded by Council City of Corpus Christi Page 4 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 Member Scott. The Ordinance failed with the following vote: Aye: 4- Council Member Barrera, Mayor Guajardo, Council Member Scott and Council Member Roy Nay: 5- Council Member Vaughn, Council Member Hernandez, Council Member Campos, Council Member Cantu and Council Member Paxson Abstained: 0 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. This Ordinance was passed on second reading on the consent agenda. Enactment No: 033639 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. This Motion was passed on the consent agenda. Enactment No: M2025-043 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. This Motion was passed on the consent agenda. Enactment No: M2025-044 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. This Motion was passed on the consent agenda. Enactment No: M2025-045 City of Corpus Christi Page 5 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 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. This Motion was passed on the consent agenda. Enactment No: M2025-046 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. Mayor Guajardo referred to Item 17. Council Members and Director of Water Systems Nick Winkelmann discussed the following topics: a concern about only receiving one bid, as well as the price increase; and what type of Cathodic Protection System will be used. Council Member Paxson moved to approve the motion, seconded by Council Member Roy. This 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: M2025-047 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. This Motion was passed on the consent agenda. Enactment No: M2025-048 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. City of Corpus Christi Page 6 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 Mayor Guajardo referred to Item 19. Director of Water System Infrastructure Wesley Nebgen presented information on the following topics: project location; conceptual renderings; and current location. Council Members, City Manager Peter Zanoni, and Director Nebgen discussed the following topics: concerns with the cost of this new facility in that it will impact the ratepayers, as well as a desire to focus on other priorities; the purpose of the new building is for preventative maintenance, repair of wastewater capital equipment, protecting equipment parts and supplies, and additional work space; the average residential customer will notice a three cent per year increase on their utility bill; to consider leasing a new building, rather than constructing a new facility; and rainwater capture was not included in the design for this project. Council Member Campos moved to approve the motion, seconded by Council Member Cantu. This Motion was passed and approved with the following vote: Aye: 7- Council Member Barrera, Council Member Vaughn, Council Member Campos, Mayor Guajardo, Council Member Cantu, Council Member Scott and Council Member Roy Nay: 2- Council Member Hernandez and Council Member Paxson Abstained: 0 Enactment No: M2025-049 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. This Resolution was passed on the consent agenda. Enactment No: 033640 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. This Resolution was passed on the consent agenda. Enactment No: 033641 22. 25-0568 Motion to approve the 2025 Annual Audit Plan City of Corpus Christi Page 7 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 This Motion was passed on the consent agenda. Enactment No: M2025-050 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. This Ordinance was passed on first reading on the consent agenda. 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. This Ordinance was passed on first reading on the consent agenda. 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. Mayor Guajardo referred to Item 25. Council Members and Director of Water System Infrastructure Wesley Nebgen discussed the following topic: the purpose of this project is to assist with flood mitigation at the wastewater plants. Council Member Paxson moved to approve the ordinance, seconded by Council Member Cantu. 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 K. RECESS FOR LUNCH Mayor Guajardo recessed the Council meeting for lunch at 1:29 p.m. Executive Session Items 29-31 were held during the lunch recess. Mayor Guajardo reconvened the meeting at 4:22 p.m. City of Corpus Christi Page 8 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 L. PUBLIC HEARINGS: (NONE) M. INDIVIDUAL CONSIDERATION ITEMS: (ITEMS 26- 28) 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. This Item was withdrawn. 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 from the Wastewater Capital Fund. Mayor Guajardo referred to Item 27. Director of Engineering Services Jeff Edmonds presented information about the bid process. Council Members and Director of Water System Infrastructure Wesley Nebgen discussed the following topics: the odor at the Greenwood Wastewater Treatment Plant will be improved; and whether the cost of this project is under the Environmental Protection Agency consent decree. Mayor Guajardo opened public comment. There were no comments from the public. Mayor Guajardo closed public comment. Council Member Paxson moved to approve the resolution, seconded by Council Member Campos. This Resolution 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: 033642 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 City of Corpus Christi Page 9 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 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. Mayor Guajardo referred to Item 28. A Council Member commended staff for their work. Mayor Guajardo opened public comment. There were no comments from the public. Mayor Guajardo closed public comment. Council Member Paxson moved to approve the motion, seconded by Council Member Campos. This 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: M2025-051 N. EXECUTIVE SESSION: (ITEMS 29 -32) 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 This E-Session Item was discussed in executive session. 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 funding related to the development of water supplies, economic development, appointments to City of Corpus Christi Page 10 Printed on 5/2/2025 City Council Meeting Minutes April 29,2025 governmental entities, and development of infrastructure for the Coastal Bend region This E-Session Item was discussed in executive session. 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 This E-Session Item was discussed in executive session. 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 This executive session was not discussed. O. ADJOURNMENT There being no further business, Mayor Guajardo adjourned this meeting at 5:16 p.m. City of Corpus Christi Page 11 Printed on 5/2/2025 Tuesday, April 29, 2025 ML Public Comment & Input Form For City Council Meetings, Board Meetings, & Commission Meetings To submit a service request, ask a question, report a violation, browse city-required permit forms or access services online, click here: Access Online Services To continue submitting a written public comment click Next below. Public Comment & Input Form For City Council Meetings, Board Meetings, & Commission Meetings Date of Meeting Tuesday, April 29, 2025 Name Heath Armstrong Address 100 Congress Ave Austin, Select, 78711 Please select the Board, Committee, City Council or governing body that your comments are directed to: Are you a resident of Corpus Christi? No Topic April 29th City Council Meeting Agenda Item Number Agenda Item No. 26 Comment Please see the uploaded letter regarding comments on Agenda Item No. 26, the Mediated Settlement Agreement between the City amd Affordable Water for Corpus Christi. Upload supporting images or documents. a AWCC Letter to City of Corpus Christi... .pdf Provide an email to receive a copy of harmstrong@jw.com your submission. Jackson Walker LLP Heath D.Armstrong (512)236-2098(Direct Dial) (512)236-2002(Direct Fax) hrmstrong@jw.com April 28, 2025 Mayor Paulette M. Guajardo Honorable Council Members City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 Re: Council Agenda Item No. 26 Mayor Guajardo, and honorable council members: My name is Heath Armstrong and I am a partner at Jackson Walker, LLP. I am counsel for Affordable Water for Corpus Christi (AWCC) which represents the interests of residential, commercial,and large volume rate payers outside the city limits of Corpus Christi. I am providing the comments below on behalf of AWCC and urge adoption of the 2024 Mediated Settlement Agreement between AWCC and the City of Corpus Christi. As an initial matter, AWCC is disappointed to learn that the City Attorney is proposing that the City Council reject the November 11, 2024 Mediated Settlement Agreement. By way of explanation, let me provide some background and context that the City Council members may not be aware. In March of last year, AWCC filed a petition with the Public Utility Commission of Texas (Commission) appealing the City's 2024 water rates on behalf of residential, commercial and large volume customers residing outside the city limits. The posted 2024 rates reflected substantial increases for most rate classes,with volumetric rates going up as much as 102 percent, and meter rates going up as much as 200 percent depending on the rate class. On November 11, 2024, the City and AWCC participated in an in-person mediation at Corpus Christi City Hall. The City Attorney, City Manager, employees of the City's water department, and representatives of AWCC and its members attended and actively participated in the mediation. At the conclusion of the mediation, the parties reached a settlement which was memorialized in a Mediated Settlement Agreement that was executed by both parties. The agreement documented the negotiated rates for 2024, subject to the approval of the City Council. Importantly, the signed agreement included a commitment by the"undersigned representatives of the City" to recommend approval of the agreement to the City Council, no later than November 20, 2024. However, those same representatives now appear to be advising the City Council members to reject the Mediated Settlement Agreement in violation of the terms of that agreement. Following execution of the Mediated Settlement Agreement, five extensions over six months were requested by the City to"finalize"the documentation for the settlement. In the spirit of cooperation, AWCC agreed to every extension requested by the City's representatives. However, last Monday, a week before the City Council is to consider the Mediated Settlement Agreement and without any notice to AWCC, the City Attorney reversed course and proposed 1W I Austin 100 Congress Avenue,Suite 1100 • Austin,Texas 78701 1 www.jw.com I Member of GLOBALAWTm April 28, 2025 Page 2 rejection of the agreement contrary to its express terms committing the parties to support approval. This was obviously a surprise to AWCC and honestly very disappointing. AWCC remains ready to enter into the Mediated Settlement Agreement negotiated and agreed .to by the parties last November. However, representatives of the City appear to be advising the City Council to head toward an unnecessary and costly contested case hearing before the Commission despite their written agreement to advise the City Council to the contrary. To be clear,the Mediated Settlement Agreement is a negotiated compromise by both parties and if approved by the City Council,avoids additional time, effort, and expense for all involved on these issues. For those reasons, I hope that the City Council will seriously consider voting to approve the executed November 11, 2024 Mediated Settlement Agreement. I thank you for the opportunity to provide comments to this Council. Sincerely, Heath D. Armstrong Attorney Tuesday, April 29, 2025 Public Comment & Input Form For City Council Meetings, Board Meetings, & Commission Meetings To submit a service request, ask a question, report a violation, browse city-required permit forms or access services online, click here: Access Online Services To continue submitting a written public comment click Next below. Public Comment & Input Form For City Council Meetings, Board Meetings, & Commission Meetings Date of Meeting Tuesday,April 29, 2025 Name Emilio Lopez Pacetti Address 1725 Hughes Landing Blvd, Suite 1200 The Woodlands,Texas, 77380 Please select the Board, Committee, City Council or governing body that your comments are directed to: Are you a resident of Corpus Christi? No Topic Greenwood WWTP. Project No.18069A Agenda Item Number 25-0351 Comment Dear Honorable City Council Members, My name is Emilio Lopez, and I am the President of Webber Waterworks LLC. I would like to respectfully request that you consider our proposal, as laid out in the attached letter that was emailed to you on Friday, the 25th, before you decide regarding this agenda item. In case you have any doubt about whether our proposal can be accepted without a rebid, we took the liberty to ask for a legal opinion from an external law firm,which we are attaching as well. We remain at your entire disposal. Kind Regards, Upload supporting images or documents. 2025-04-25 Greenwood WWTP Project.pdf Legal opinion.pdf Provide an email to receive a copy of eflopez@wwebber.com your submission. webber A Ferrovid company April 25, 2025 Mr. Peter Zanoni, City Manager Mr. Drew Molly, Chief Operating Officer CCW Mr.Jeff Edmonds, Director of Engineering Services City of Corpus Christi CC: City of Corpus Christi Council Members Email Transmittal Re: RFB 6160 - Greenwood WWTP-DAFT Unit Rehabilitation and Odor Control Project, Project No. 18069A. City Council meeting on 291h April. Dear Mr. Zanoni, Mr. Molly and Mr. Edmonds, Based on the recently published agenda for the upcoming City Council meeting on 291h April, it has come to Webber Waterworks, LLC's("Webber")attention that the City of Corpus Christi(the"City")intends to award the construction contract for the Greenwood WWTP Dissolved.Air Flotation Unit Rehabilitation and Odor Control project (the "Project") to Rava Construction, LLC("RAVA") in contravention to a prior ruling by the City that RAVA had submitted a non-responsive bid. After RAVA submitted a non-responsive bid,the City held private one-on-one meetings with Rava twice, on January 301h,2025, and March 31st9 2025. After the second meeting, a City Council agenda item that would have awarded the Project to Webber was suddenly withdrawn without explanation. Meanwhile, as the apparent lowest responsible bidder on the Project,Webber sent a letter to the City on March 19th, 2025, offering to work collaboratively to "optimize the project....in both cost and schedule"but we have not been afforded the opportunity to meet and discuss at any time. Webber understands thatthe City has considered the cost savings from Rava's bid price and determined the benefitto be worth waiving RAVA's outright failure to meetthe Project's public bid requirements and qualifications.Webber has continued working diligently over the last months with our subcontractors and vendors and we have identified potential savings and optimizations of$8,054,081.00 from our initial bid, resulting in an adjusted price of$100,897,133.20.Given that Webber is the actual lowest responsible bidder for the Project, the City and Webber may negotiate contract terms prior to contract execution, and the adjusted contract price would be reflected in the final executed contract. Webber has extended, as requested by the City, our bid bond validity and it can be extended again if needed.Webber has a proven record of performance with the City and will continue to be a dedicated construction partner.That is why we would like to formally request that the City adopt the original recommendation of its Project bid selection team and award the project to Webber—an action thatwas recommended bythe City's Engineering,Legal,and Procurement departments as well as the City's independent Engineer of Record Ardurra—for a contract price of$100,897,133.20.We would appreciate it if you granted us the opportunity to meet and explain our position.We are at your disposal to meet as necessary to discuss this issue. Please let me know if you have any questions. Sincerely, Emilio Lopez Pacetti President Webber Waterworks, LLC CC:City of Corpus Christi Council Members 1725 Hughes Landing Blvd.,Suite 1200 The Woodlands,TX 77380 (281)907-8600 - Fax:(281)987-8065 Equal Opportunity Employer Nathan V. Graham Partner I Admitted in Texas and Wyoming Bradl2y ngraham crbradley.com 713.576.0305 direct April 29, 2025 City Council City of Corpus Christi, Texas 1201 Leopard St Corpus Christi, TX 78401 Re: RFB 6160 - Greenwood Wastewater Treatment Plant(WWTP) Dissolved Air Flotation (DAFT) Unit Rehabilitation and Odor Control project(the "Project"). Dear City Council, At the request of our client,Webber Waterworks,LLC we are sending this letter to address the question of whether or not the City of Corpus Christi (the "C ") may award the Project to Webber Waterworks, LLC ("Webber") without re-bidding the Project. On October 14, 2024, the Contracts and Procurement Department of the City issued a Request for Bids (RFB #6160) for the Greenwood Wastewater Treatment Plant (WWTP) Dissolved Air Flotation (DAFT) Unit Rehabilitation and Odor Control project. On December 20, 2024,the City received three bids. BID SUMMARY # 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 Although RAVA was the lowest bidder, the Engineer of Record (Adurra) recommended that RAVA not be awarded the contract because: ➢ 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. Bradley Arant Boult Cummings LLP I JPMorgan Chase Tower 1 600 Travis Street,Ste 5600 1 Houston,TX 77002 1713.576.0300 1 bradley.com C; F j(fl d 4 April 29, 2025 Page 2 In contrast, Webber has successfully completed several projects with comparable scopes of work for local municipalities, including: ➢ City of Pearland: Construction of a 10 MGD WTP at a cost of$137M. Completed in 2024. ➢ North Texas Municipal Water District: Improvements to existing WWTP at a cost of$49M. Completed in 2022. ➢ City of Midland: Renovation and improvements to an existing WWTP at a cost of$60M. ➢ City of Corpus Christi: PLW Waterworks, LLC has successfully completed O.N. StevensWater Treatment Plant High Service Pump Building No. 3 and O.N. Stevens WaterTreatment Plant Maintenance Building. These projects, with a combined cost of $26M,were successfully completed by PLW Waterworks which is a division of Webber. After a review of the Project bids by the City's Engineering,Legal,and Contracts and Procurement Departments, it was recommended that RAVA's bid be disqualified and that the Project be awarded to the second-lowest bidder, Webber. Notwithstanding this, it appears that the City may choose to override the recommendation to award the project to Webber and instead award it to RAVA, despite the noncompliant bid. The Texas Local Government Code provides that if a competitive sealed proposal requirement applies to a procurement contract awarded by a municipality that"the contract must be awarded to the responsible offeror whose proposal is determined to be the most advantageous to the municipality considering the relative importance of price and the other evaluation factors[11 included in the request for proposals." Tex. Loc. Gov't. Code § 252.043(h);See Labrado v. Cnty. of El Paso, 132 S.W.3d 581, 597-98 (Tex. App.—El Paso 2004, no pet.)("The term `lowest responsible bidder' involves compliance with statutory requirements relating to competitive bidding. The term `competitive bidding' contemplates that each bidder will bid on the same material terms and will receive fair and equal treatment. Therefore, to be `responsible,' a bidder must comply with the material specifications of the requests for bids."). The Texas Local Government Code does allow for "revisions... after submissions and before the award of the contract" in order to obtain "the best final offers" but "Offerors shall be treated fairly and equally with respect to any opportunity for discussion and revision of proposals." Tex. Loc. Gov't. Code § 252.042(b). 'In addition to the purchase price,other factors a municipality should consider in deciding whether a contract is"most advantageous" include(among others): i)"the reputation of the bidder and of the bidder's goods or services;"ii)"the quality of the bidder's goods or services;" iii) "the extent to which the goods or services meet the municipality's needs;" and iv) "the bidder's past relationship with the municipality[.]" Tex. Loc. Gov't. Code §252.043(b). It is generally within the discretion of the municipality how to weigh each of these factors in the determination of whether a contract is the "most advantageous". See generally 00) of Austin v. Util. Associates, Inc., 517 S.W.3d 300, 311 (Tex.App.—Austin 2017,pet.denied). April 29, 2025 Page 3 Based on our review we are of the opinion that the City has the authority to determine that Webber is the lowest "responsible" bidder based on a multitude of factors which stretch beyond the purchase price. The overwhelming opinion of the City's departments and officials—including the City's Engineering, Legal, and Contracts and Procurement Departments and the Project's engineer of record—all show a reasonable basis for the City to determine that Webber is the lowest "responsible"bidder who provided the most advantageous proposal to the City. Further,it is clear that the City has a reasonable justification for disqualifying RAVA's bid because it indisputably did not meet the minimum requirements set forth in the invitation to bid. Because it is within the City's authority to accept Webber's conforming bid (and to disqualify RAVA's non-conforming bid)there would be no need to issue a new request for bids/proposals prior to awarding the Project to Webber. Further,to the extent that the City Manager now seeks to make revisions to the bid process after submission of bids (by allowing RAVA's non-compliant bid), the City Manager must do so in a fair manner. The City Manager could potentially do this by submitting a request for Best and Final Offers to both RAVA and Webber,with both being provided equal opportunity to comment and revise their bids. We understand that if such a request for Best and Final Offer were to be made,that Webber would be able to actually provide a bid at a price lower than RAVA's original bid of$102 million. This would mean that there is no reasonable justification for the City to accept RAVA's bid. Again, the request for Best and Final Offer would not require new RFP process but would simply require that RAVA and Webber be treated fairly and equally and given an opportunity to submit an additional bid,with the intent of saving the City money. In conclusion, we are of the opinion that the City is within its discretion to disqualify RAVA's bid as non-complying and to award the Project to Webber as the lowest "responsible" bidder. If the City requests Best and Final Offers, then it will be free to receive the benefit of Webber's lowered bid. I can be available to discuss this matter with you if any additional questions arise. Sincerely, Nathan V. Graham Partner 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 o� A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting May 6, 2025 DATE: April 29, 2025 TO: Peter Zanoni, City Manager FROM: Wesley Nebgen, Director of Water System Infrastructure Wes leyN(a-)cctexas.co m (361) 826-1200 Sergio Villasana, Director of Finance & Procurement sergiov2�cctexas.com (361) 826-3227 Blower Repairs and Alignment for the Wastewater Treatment Plants (WWTPs) CAPTION: Resolution authorizing execution of a one-year service agreement, with two one-year options, based on a best-value bid, with Lone Star Blower, Inc., of Houston in an amount not to exceed $310,000.00 with a potential amount up to $930,000.00 if options are exercised, for blower repairs and alignment at wastewater treatment plants for Corpus Christi Water, with FY 2025 funding of$310,000.00 from the Wastewater Fund. SUMMARY: This agreement will provide the necessary repairs to ensure blower repairs and motor alignments at wastewater treatment plants (WWTP). BACKGROUND AND FINDINGS: Corpus Christi Water operates six wastewater treatment plants (WWTPs) that utilize the conventional activated sludge process to treat raw sewage from residential, commercial, and industrial sources. This biological process employs a large number of microorganisms in aeration tanks to break down and stabilize organic waste in the raw sewage. High-powered blowers are necessary to provide sufficient air or oxygen in these aeration tanks, promoting the growth and reproduction of microorganisms. The blowers play a critical role in wastewater treatment, making their maintenance essential. Lonestar Blowers manufacture, repair and service multi-stage centrifugal blowers and integrally geared high-speed turbo blowers. CCW's wastewater treatment facilities have 40 blowers throughout. There are currently 4 blowers in service manufactured by Lone Star Blowers, with another 12 blowers coming online as a result of the upgrades to the Oso and Greenwood treatment facilities. Preventative maintenance on all blowers is performed by plant staff. Lone Star Blowers can perform minor repairs in the field, but major maintenance will require the blowers to be shipped back to their facility. Wastewater plants are designed with redundancy to meet operational requirements and can operate with a blower out of service. PROCUREMENT DETAIL: Finance & Procurement conducted a competitive Request for Bid (RFB) process to secure a new contract for blower repairs and alignment at wastewater treatment plants (WWTPs). As part of this process, the city received four responsive and responsible bids, which were thoroughly reviewed by Procurement staff and the Corpus Christi Water Department to identify the best- value bidder. The awarded bidder must demonstrate the best value through several key factors, including competitive pricing for services and parts, a strong reputation in service delivery, and consistently high-quality workmanship. Additionally, the bidder's previous relationship with the city, expertise in handling blowers as specified in Section 1.1(B) of the Scope of Work, and relevant references from the past five years play a critical role in the evaluation process. The city also considers the bidder's ability to respond swiftly to emergency calls, assessing both the time taken to arrive onsite and to complete an initial diagnosis as well as the estimated timeframe required to transition from assessment to the commencement of an emergency repair. After careful consideration, staff is recommending the award to Lone Star Blowers Inc. of Houston, Texas, based on their responsiveness, dependability, ability to provide parts for blower repairs, and quality of service for the various types of blowers utilized by the Corpus Christi Water Department to maintain daily operations for the city. Additionally, Lone Star Blowers was the only company to demonstrate familiarity with repairs and maintenance on integrally geared high-speed turbo blowers. By weighing these elements, the city ensures that the contract, purchase orders, and task orders are awarded to the bidder providing the most effective, reliable, and cost-efficient service. ALTERNATIVES: An alternative to awarding this service agreement is to reject the bids and not enter into a service agreement, which would require staff to solicit quotes each time the need for service arises. Having to solicit quotes as needed will result in a time delay due to the procurement process and may also lead to wastewater treatment violations. FISCAL IMPACT: The fiscal impact for Corpus Christi Water in FY 2025 is $310,000.00 from the Wastewater Fund. FUNDING DETAIL: Fund: 4200 Wastewater Organization/Activity: 33100 Broadway WWTP Department: 46 Wastewater Project # (CIP Only): N/A Account: 530215 Maint & repairs — contracted Amount: $50,000.00 Fund: 4200 Wastewater Organization/Activity: 33110 Oso WWTP Department: 46 Wastewater Project # (CIP Only): N/A Account: 530215 Maint & repairs — contracted Amount: $80,000.00 Fund: 4200 Wastewater Organization/Activity: 33120 Greenwood WWTP Department: 46 Wastewater Project # (CIP Only): N/A Account: 530215 Maint & repairs — contracted Amount: $50,000.00 Fund: 4200 Wastewater Organization/Activity: 33130 Allison WWTP Department: 46 Wastewater Project # (CIP Only): N/A Account: 530215 Maint & repairs — contracted Amount: $40,000.00 Fund: 4200 Wastewater Organization/Activity: 33140 Laguna Madre WWTP Department: 46 Wastewater Project # (CIP Only): N/A Account: 530215 Maint & repairs — contracted Amount: $40,000.00 Fund: 4200 Wastewater Organization/Activity: 33150 Whitecap WWTP Department: 46 Wastewater Project # (CIP Only): N/A Account: 530215 Maint & repairs — contracted Amount: $50,000.00 RECOMMENDATION: Staff recommends approval of this motion authorizing a one-year service agreement with two one- year options with Lone Star Blower, Inc., as presented. LIST OF SUPPORTING DOCUMENTS: Resolution Service Agreement Bid Tabulation Resolution authorizing execution of a one-year service agreement, with two one- year options, based on a best-value bid, with Lone Star Blower, Inc., of Houston in an amount not to exceed $310,000.00 with a potential amount up to $930,000.00 if options are exercised, for blower repairs and alignment at wastewater treatment plants for Corpus Christi Water, with FY 2025 funding of $310,000.00 from the Wastewater Fund WHEREAS, this item is necessary for the operation of the City's public wastewater system; WHEREAS, State law provides in determining the best value for the municipality, the municipality may consider-(1) the purchase price; (2) the reputation of the bidder and of the bidder's goods or services; (3) the quality of the bidder's goods or services; (4) the extent to which the goods or services meet the municipality's needs; (5) the bidder's past relationship with the municipality; (6) the impact on the ability of the municipality to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; (7) the total long-term cost to the municipality to acquire the bidder's goods or services; and (8) any relevant criteria specifically listed in the request for bids or proposals; and WHEREAS, the City's Request for Bid provided that the City will award a contract, to the bidder providing the best value to the City. In determining best value, the City will take into consideration: 1 .The purchase price for services and parts; 2.The reputation of the bidder's services; 3.The quality of the bidder's services; 4.The bidder's past relationship with the City; 5.The bidder's experience working on blowers of the manufactured type listed inthe Scope of Work; 6.The references provided by the bidder that are specific to repair orreplacement services completed within the last five years on the type ofblowers listed in the Scope of Work; 7.The bidder's estimated response time to complete an emergency call,measured from dispatch to onsite to the completion of an assessment of theissue; and, 8.The bidder's estimated time to mobilize from assessment to beginning anemergency repair; WHEREAS, the bid submitted by Lone Star Blower, Inc. was determined to provide the best value for the City; WHEREAS, State law provides that procurements are subject to statutory procurement requirements, unless an exception applies; and WHEREAS, there is a statutory exception for this procurement in Local Government Code, Section 252.022(a) (2), as this purchase is necessary to preserve or protect the public health and safety of the City's residents; and 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 a one-year service agreement, with two one-year options, based on a best-value bid, with Lone Star Blower, Page 1 of 3 Inc., of Houston in an amount not to exceed $310,000.00 with a potential amount up to $930,000.00 if options are exercised, for blower repairs and alignment at wastewater treatment plants for Corpus Christi Water, with FY 2025 funding of $310,000.00 from the Wastewater Fund. PASSED AND APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 2 of 3 Page 3 of 3 City of Corpus Christi Bid Tabulation Contracts and Procurement RFB#6183 Buyer:Desirree Ortiz Blower Repairs and Alignments at the WWTP JMF Repair Service LLC TurboMachinery Industries CD Electric Lone Star Blower,Inc. Corpus Christi,Tx Corpus Christi,Tx Corpus Christi,Tx Houston,Tx Item Description Unit 1-Yr.Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Technician 1 M-F 8:00 AM-5:00 PM HRS 700 $ 95.00 $ 66,500.00 $ 115.00 $ 80,500.00 $ 125.00 87,500.00 $ 150.00 $ 105,000.00 Technician 2 After Hours,Weekends, Holidays HRS 50 $ 142.50 $ 7,125.00 $ 230.00 $ 11,500.00 $ 187.50 9,375.00 $ 225.00 $ 11,250.00 3 Helper M-F 8:00 AM-5:00 PM HRS 150 $ 100.00 $ 15,000.00 $ 115.00 $ 17,250.00 $ 200.00 30,000.00 $ 150.00 $ 22,500.00 Helper 4 After Hours,Weekends, Holidays HRS 50 $ 150.00 $ 7,500.00 $ 230.00 $ 11,500.00 $ 300.00 15,000.00 $ 225.00 $ 11,250.00 Item Description Estimated Mark up% Estimated Spend Mark up% Estimated Spend+ Mark up% Estimated Spend Mark up% Estimated Spend Spend +Mark up Mark u +Mark u +Mark u 5 Parts Materials $ 100,000.00 35% $ 135,000.00 30% $ 130,000.00 15% $ 115,000.00 25% $ 125,000.00 Allowance for Shipping 6 Charge for Materials/ Parts $ 10,000.00 $ 10,000.00 10,000.00 10,000.00 10,000.00 7 Allowance for Travel $25,000.00 $ 25,000.00 25,000.00 25,000.00 25,000.00 $ 266,125.00 $ 285,750.00 1 1$ 291,875.00 1 $ 310,000.00 SC O SERVICE AGREEMENT NO. 6183 v Blower Repairs and Alignments for WWTPs N�OftpoA iEO 1852 THIS Blower Repairs and Alignments for Wastewater Treatment Plants Agreement (''Agreement'') is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Lone Star Blower, Inc. ("Contractor''), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Blower Repairs and Alignments for Wastewater Treatment Plants in response to Request for Bid/Proposal No. 6183 ("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 shall provide Blower Repairs and Alignments for Wastewater Treatment Plants ("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. 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 agree to renew this Agreement for up to two additional one-year periods (each, an "Option Period"), provided, the parties do so in writing prior to the expiration of the initial term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $310,000.00, subject to approved renewals, extensions, and changes. Payment will be made for Services provided and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance 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: Service Agreement 6183- Lone Star Blower Page 1 of 8 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, TX 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: Amanda Howard Corpus Christi Water Phone: 361-826-1894 Email: AmandaCCcctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event that a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in its entirety. 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 Service Agreement 6183- Lone Star Blower Page 2 of 8 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, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not 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. Service Agreement 6183- Lone Star Blower Page 3 of 8 12. Subcontractors. In performing the Services, the Contractor may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator unless the subcontractors were named in the bid or proposal or in an Attachment to this Agreement, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. The City may, at the City's sole discretion, choose not to accept Services performed by a subcontractor that was not approved in accordance with this paragraph. 13. Amendments. 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 Corpus Christi Water Attn: Amanda Howard, Contracts/Funds Administrator 2726 Holly Rd., Corpus Christi, TX 78415 Phone: 361-826-1894 Fax: 361-826-4495 IF TO CONTRACTOR: Lone Star Blower, Inc. Attn: Michael Bahnsen, Regional Sales Manager Address: 8883 W. Monroe Rd., Houston, TX 77061 Phone: 832-532-31 12 Fax: 832-532-31 15 Service Agreement 6183- Lone Star Blower Page 4 of 8 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, TO THE EXTENT THEY ARE CAUSED BY CONTRACTOR'S BREACH OF THIS AGREEMENT OR THE NEGLIGENT ACT, OMISSION, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL COVERED 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 Service Agreement 6183- Lone Star Blower Page 5 of 8 event shall the City or the Contractor be liable to the other 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. 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. Service Agreement 6183- Lone Star Blower Page 6 of 8 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. [Signature Page Follows] Service Agreement 6183- Lone Star Blower Page 7 of 8 CONTRACTOR '21-e41faQf Signature. Jeremy Haas(Apr2,202515:08CDT) Printed Name: Jeremy Haas Title. CFO Date. 04/02/2025 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. 6183 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement 6183- Lone Star Blower Page 8 of 8 ATTACHMENT A: SCOPE OF WORK 1.1 General Requirements/Background Information A. The Contractor shall provide blower repairs and blower-motor alignments for the City's wastewater treatment plants as outlined in this Scope of Work. B. The City's blower inventory is outlined in Section 4.3 and consists of 43 (installed and spare) multi-stage centrifugal and turbo blowers of various manufacturers, with HP ranging from 75-300. The most common manufacturers are Gardner Denver, Atlas Copco, Lamson, Hoffman, Lone Star, and Spencer. C. The Contractor shall provide labor, materials, parts, equipment, and transportation necessary to perform the service. D. All work onsite shall be completed during regular business hours Monday through Friday from 8:OOAM to 4:OOPM. When work cannot be performed during regular business hours, overtime hours shall be authorized via written documentation by a City representative, only. E. The highest valued piece of equipment is $125,000, with the potential to have up to three pieces of equipment in the vendor's shop at the same time. 1.2 Scope of Work A. Pick-up Equipment and Delivery 1 . The Contractor shall be responsible for transportation of the blower to and from the City's location to the Contractor's location. The City shall assist in the physical loading and unloading of the blower. A crane will be utilized in the removal and replacement of equipment. The crane will be provided by the City and only City staff will operate the crane. City staff only will load and unload the equipment onto and off the vendor's transport vehicle. Pickup and delivery hours shall be Monday through Friday 8:OOAM - 4:OOPM. 2. The pick-up of equipment shall be coordinated with City personnel. Revised 1 1.30.20 Page 1 of 5 3. Due to the critical function of the blowers in the treatment process, upon notification for service from the City, the Contractor shall pick up the blower within 24 hours of receiving notification. B. Disassembly and Inspection 1 . Disassembly and Inspection includes but is not limited to the following: a. Record any visual findings by drawings and digital photos b. Clean by hydro/steam cleaning, solvent, and/or abrasives c. Thoroughly clean all parts and remove paint for non-destructive evaluation, and to obtain accurate measurements d. Perform dimensional inspection and record, based on data from inspection, calculate and record the running clearances and check against OEM standards e. Perform runout inspection and record f. Perform concentricity inspection and record g. Perform non-destructive inspection and record, level II or higher h. Perform positive material identification of all components and record 2. The Contractor shall submit to the Contract Administrator a repair estimate for each repair within 15 days of receipt of the blower. The repair estimate shall be submitted electronically in PDF format via email and itemized as follows: a. A summary of any noted problems, special conditions, inspection results, recommendations, and visual findings b. Hourly labor cost: OT labor costs must be pre-approved c. Cost of parts to be repaired and/or replaced d. Parts markup e. Shipping costs for parts, including expedited shipping if approved by the Contract Administrator. f. Estimated lead time for completion of blower repair including shipment to City jobsite C. Repairs 1 . The Contractor shall complete repairs within the estimated repair time outlined in the repair estimate. If a repair becomes delayed, the Contractor shall notify the Contract Administrator and provide a revised estimated repair time. Revised 1 1.30.20 Page 2 of 5 2. The Contractor shall use original equipment manufacturer (OEM) parts; however, in some cases, the City may approve aftermarket parts. If the Contractor recommends the use of new aftermarket parts, it must provide the Contract Administrator with the price and lead time for both the OEM part and the aftermarket part. Based on the information provided, the City shall make the final determination for which part to use. The Contractor shall make a reasonable attempt to obtain parts at the lowest possible price. The City reserves the right to purchase repair parts from other sources. 3. General machine work and/or repairs shall consist of, but not limited to: a. Balancing b. Welding c. Straightening d. Grinding e. Custom part manufacturing f. Shaft rebuilding and fabrication g. Sand blasting 4. Typical repairs may include, but are not limited to: a. Hone and de-burr mating surfaces b. Tapping threaded holes c. Repair/replace impeller sleeves d. Repair/replace impellers e. Replacement of radial thrust bearing f. Replacement of process seals g. Repair/replace blower shaft 5. After repairs, the blower shall be repainted to manufacturer's recommendation and specifications, in a color approved by a Contract Administrator. 6. Etch the City asset # (example WW-1234") either on the nameplate or on a place on blower near nameplate. D. Blower-Motor Alignments 1 . All blower-motor alignments must be performed with the use of modern, calibrated laser alignment equipment. 2. The Contractor shall perform cold and hot blower-motor alignment(s), including but not limited to, installation of laser alignment system onto shafts, Revised 1 1.30.20 Page 3 of 5 soft foot inspection with laser system, and correction, if necessary, alignment with laser system, with required corrections, removal of laser alignment system, and removal of locks. Shims must be available and may be used as required. 3. All blower repairs and blower-motor alignments shall be performed in accordance with current nameplate data and conditions, drawings, standards, and/or OEM specifications. 4. The Contractor may designate a 3rd party contractor to perform blower- motor alignment services with the approval of a City representative. The selection of a 3rd party alignment service shall not void repair warranty. 5. Not all blower repairs will require a blower-motor alignment. 6. When an alignment is requested, the Contractor shall perform the service on-site within 2 business days of the request. 7. When an emergency blower alignment is required, service must be performed within 24 hours. 8. After alignment, the Contractor shall submit an electronic report of findings. 1.3 Work Site # of WWTP # Plant Name Address Blowers 1 Allison WWTP 4101 Allison Dr. 6 2 Broadway WWTP 801 Resaca St. 6 3 Greenwood WWTP 6541 Greenwood Dr. 5 4 Laguna Madre WWTP 201 Jester St. 7 5 Oso WWTP 601 Nile Dr. 15 6 Whitecap WWTP 13409 Whitecap Blvd. 4 Revised 1 1.30.20 Page 4 of 5 1.4 Invoicing The Contractor shall submit an itemized invoice for payment, which shall include the following: l . Service Agreement No. and/or PO No. 2. Name and address of service location 3. Description of service 4. Model and serial number of equipment 5. City Asset # 6. Labor cost per hour 7. Parts cost with Itemized list of parts repaired/replaced, including copies of parts invoice to verify markup 8. Shipping costs, including copy of shipping bill/invoice 9. Name of authorizing City representative 1.5 Warran A minimum of one year for both repairs and alignments are required. Parts and materials warrantied by the manufacturer should be at least one year. 1.6 Travel Contractor must adhere to the City's travel policy. Contractor shall ensure that all arrangements and reimbursements involving travel pursuant to this Agreement, including obtaining approval in advance of travel, be conducted in compliance with the City's travel policy, Exhibit A. Revised 1 1.30.20 Page 5 of 5 Exhibit A: Travel Policy OUT OF TOWN TRAVEL FOR CONTRACTORS Reimbursement for Contractors that have contracts with the City that contain travel reimbursement, must comply with this policy unless otherwise noted in their contract. I. Transportation: Mileage Reimbursement: For a Contractor to receive mileage reimbursement, the Contractormust meet the following criteria: • Have a valid Driver's License for the class of vehicle driven; • Maintain current proof of minimum liability insurance coverage as required by the State of Texas. • Maintain the vehicle in compliance with applicable state laws. When traveling by vehicle, reimbursement will be made for self-parking only. Contractors are responsible for accurately reporting mileage for reimbursement. Failure to provide accurate and complete information will be considered non-reimbursable. Car Rental: In the event that a Contractor must utilize a rental car for business travel, a small to mid-size car should be requested at the most economical rate to the City. Airfare: The Contractor should reserve the lowest priced domestic coach class airfare at time of booking in order to keep costs to the City down to a minimum. Reservations should be made as early as possible in order to minimize cost to the City. Luggage fees are reimbursable, but upgrades and preferred seating charges are not unless due to extraordinary circumstances and subsequently approved by the Department Director. Dues for airport or airline frequent flyer programs are not reimbursable. II.Lodging and Meals: Overnight Travel for Meals and Hotel Expenses: Expenses for meals and all tips involving overnight travel will be paid on a per diem basis based on meal charges recommended by the federal per diem rate. Destination cities that are not listed will be reimbursed at the standard continental United States (CON US) per diem rate. The rates can be accessed at www.gsa.gov. When a Contractor travels only part of the day, the federal per diem rate may not be claimed for the entire day. The following times should be considered when requesting meal reimbursement for partial days: Page 1 of 2 Departure Time Returning Time Before 8am Before 12pm Breakfast By 12pm 12pm - 5pm Lunch By 5pm After 5pm Dinner Contractors are expected to use good judgment in minimizing such cost to the City. If a Contractor incurs costs for Internet connections and/or other business-related costs while on City business, City will reimburse with receipts. III.Non-Allowable Expenses: The cost of alcoholic beverages, laundry/dry cleaning, in-room movies, tours, personal entertainment, limousines, expenses related to a personally owned vehicle, parking and traffic violations, lost baggage, and spouse or other family expenses are specifically excluded from reimbursement except when approved by the City Manager as "extraordinary expenses". All reimbursements MUST be submitted in writing with required receipts attached. Page 2 of 2 i i ATTACHMENT B:BID/PRICING SCHEDULE w � CITY OF CORPUS CHRISTI o � CONTRACTS AND PROCUREMENT v BID FORM N000POAASE 1852 RFB No. 6183 Blower Repairs and Alignments for the WWTPs PAGE 1 OF 2 Date: 12/04/2024 Lonestar Blower Authorized �"Y i cl a i 6a. A4zn. Bidder: 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 1-Yr Unit Price Total Price Qty Technician for Repairs 1 M-F 8:00 AM -4:00 PM HR 700 $ 150.00 $105,000.00 2 Technician for Repairs After HR 50 $ 225.00 $ 11 ,250.00 Hours, Weekends, Holidays 3 Technician for Alignments HR 150 $ 150.00 $ 22,500.00 M-F 8:OOAM -4:OOPM 4 Technician for Alignments After HR 50 $ 225.00 $ 11 250.00 Hours, Weekends, Holidays 0 I I Estimated Estimated spend Item Description Mark up (%) Spend plus markup 5 Parts/Materials $100,000 25 $125,000.00 6 Allowance for Shipping/Freight $10,000 $ 10,000 7 Allowance for Travel $25,000 $ 25,000 Total $ 3109000.00 ATTACHMENT C: INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this contract until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Park & Recreation Director one (1) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-day advance written notice of Bodily Injury and Property Damage cancellation, non-renewal, material Per occurrence - aggregate change or termination required on all certificates and policies. Commercial General Liability including: $1,000,000 Per Occurrence 1 . Commercial Broad Form $1,000,000 Aggregate 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTOMOBILE LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired & Non-owned 3. Rented & Leased WORKERS' COMPENSATION Statutory and complies with Part II this Exhibit. Employer's Liability $500,000 / $500,000 / $500,000 PROPERTY COVERAGE $250,000 Per Occurrence *Must Provide Coverage for City of Corpus Christi Property While in Care, Custody or Control. Revised 1 1.30.20 Page 1 of 4 MOTOR TRUCK CARGO (or) TRIP TRANSIT $250,000 Combined Single Limit *Must Provide Coverage for City of Corpus Christi Property While in Transport. C. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insureds by endorsement with regard to operations, completed operations, Revised 1 1.30.20 Page 2 of 4 and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the ''other insurance'' clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than ten (10) calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. H. It is agreed that Contractor's insurance shall be deemed primary and non- contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. Revised 1 1.30.20 Page 3 of 4 I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. Bond Requirements: No bond requirements therefore, Agreement Section 5 Insurance; Bond subsection 5(B), is hereby void. 2024 Insurance Requirements Exhibit Contracts for General Services - Services Performed Onsite-Offsite - Motor Truck Cargo - Property Coverage 10/03/2024 Risk Management - Legal Dept. Revised 1 1.30.20 Page 4 of 4 ATTACHMENT D: WARRANTY REQUIREMENTS A minimum of one year for both repairs and alignments are required. Parts and materials warrantied by the manufacturer must be at least one year. Page 1 of 1 se GO � O� A H "CORPOR^`E° AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting May 06, 2025 DATE: May 06, 2025 TO: Peter Zanoni, City Manager FROM: Jeffrey Edmond, P.E., Director of Engineering Services 0effreye(u-)-cctexas.com (361) 826-3851 Brandon Wade, Fire Chief, Fire Departments brandonw(u-)cctexas.com (361) 826-3935 Sergio Villasana Jr, CPA CGFO, CIA, Director of Finance sergiov2�cctexas.com (361) 826-3227 Construction Contract Award Fire Department Resource Center Phase II (Bond 2022, Proposition C) CAPTION: Motion awarding a construction contract to Crawford Henrichson & Crawford LLC Addison, TX, for the Fire Department Resource Center Phase II project in an amount not to exceed $3,041,742.00 for the addition of two apparatus bays, and a multipurpose space for Fire Department personnel training and storage, located in Council District 3 with FY 2025 funding available from the Certificates of Obligations and G.O. Bond 2022. SUMMARY: This motion approves a construction contract for the addition of Fire Department Resource Center Phase II. The proposed Fire Department Resource Center Phase II will be a pre-engineered metal building constructed next to the existing building with a 7,700-squarefoot, site improvements with nine additional parking spaces, and space for engine storage and emergency vehicle use. BACKGROUND 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 C included $1.0 million for the design and construction of Resource Center Upgrades. Fire Department Resource Center is located behind Fire Station 18. Fire Department Resource Center Phase I was built in February 2022. The Fire Department Resource Center Phase I is a three-bay apparatus building with 4,123-squarefoot space that houses reserve emergency response units and other equipment for the Corpus Christi Fire Department. The existing building does not meet the current needs of the Fire Department. The Fire Department currently faces a shortage of equipment storage space for reserve emergency response vehicles and insufficient classroom space for training. The Fire Department currently uses the Fire Department Warehouse at 1501 Holly and the Resource Center Phase I to house their reserve apparatus. Often, both locations reach capacity, forcing the department to relocate reserve apparatus to various fire stations around the city. This causes an issue because it negates the drive-through feature of the station, potentially leading to increased backing accidents. There is a need for more classroom space due to insufficient room at our Del Mar College Dome and Fire Station #5 classroom locations. The classroom space at Del Mar College is shared, with the department having access to two classrooms. However, one of these requires prior approval for use, making it less than ideal. The classroom space at Fire Station #5 is insufficient and limited in capacity for a proper classroom setting. The proposed Fire Department Resource Center Phase 11 will be a pre-engineered metal building constructed next to the existing building with a 7,700-squarefoot, site Improvements include nine additional parking spaces needed for when the department conducts classes in the building and space for engine storage and emergency vehicle use. The driveway incorporates a drive-through feature for phase 2, enabling units to enter and exit the apparatus bay without backing in. The proposed building will have two-bay apparatus, space for multi-purpose room that can be used for classrooms, two office spaces, equipment storage and restrooms with limited showers for training, Fire Department's wellness program and emergency personnel. This project is essential to meet the mandatory training requirements for emergency response readiness for all Fire Department personnel. PROJECT TIMELINE: 2024-2025 20251 1 . January — January February — May May — February Design Bid/Award Construction Project schedule reflects award in May 2025 with anticipated completion by February 2026. COMPETITIVE SOLICITATION PROCESS: On February 2, 2025, the Contracts and Procurement Department issued a Request for Bids with the RFB Number 6310 for The Fire Department Resource Center Phase 2. On March 5, 2025, City received bids from five (5) bidders. The city analyzed the bids in accordance with the contract documents and determined that Crawford Henrichson & Crawford LLC is the lowest responsive, and responsible bidder. A summary of the bids is provided below. The base bid is for the construction of the building and infrastructure. The alternate is for the construction of additional concrete driveway improvements, upgrades to signage, restroom tile and installation of metal liner panels for the apparatus bay. BID SUMMARY CONTRACTOR Base Bid Alternates Base Bid + Alternates Crawford Henrichson & Crawford LLC, $2,979,567.00 $62,175.00 $3,041,742.00 Addison,Texas Northstar Elite Construction & Consulting, LLC $3,116,099.00 $129,980.00 $3,246,079.00 Spring Branch, Texas TRIUN, LLC, $3,407,839.00 $330,000.00 $3,737,839.00 San Antonio, Texas STBP, Inc., Corpus Christi, Texas $3,711,233.00 $86,080.00 $3,797,313.00 Frontera Construction, $4,224,617.94 $140,986.00 $4,365,603.94 Del Rio, Texas Engineer's Opinion of Probable Construction Cost $3,216,000.00 Crawford Henrichson & Crawford LLC is a nationally recognized contractor and facilities management company established over a decade ago and has since thrived in the construction industry primarily as a general contractor with headquarters in Addison, Texas. On March 27, 2025, the Engineering Services Department conducted an administrative hearing to assess the contractor's background and the qualifications of their team. This meeting provided further validation of their expertise across a wide range of construction projects, including government contracts. Crawford Henrichson & Crawford LLC, in collaboration with local contractors and vendors, specializes in various sectors, including government, commercial retail, and medical facilities, while also working with both local private and public entities. Their team has over 50 years of combined experience, having partnered with notable companies such as In-N-Out Burger, Darden Restaurants, HOA Brands, Amazon, and others. Recent projects awarded in Corpus Christi are: (1) Hooters Corpus Christi, built in 2024 with construction cost of$3million (2) Several "In-N-Out Burger" restaurants, built in 2022 with each restaurant construction cost of$3.2million (3) Park Side Apartment Building 1 &2, built in 2023 and 2024 with each building construction cost of approximately $4million (4) Bob Paul Pier Restaurant/Bar expansion, built in 2011 (5) TxDOT Office Remodel SPID, built in 2012 Crawford Henrichson & Crawford LL has also constructed numerous facilities within the surrounded area: Flores Park San Antonio, Golden Community Park San Antonio, Lackland AFB San Antonio-Vehicle Maintenance Building, Base Commissary and Base Store, Yardbird Restaurant, Dallas TX, Studio Movie Grill, Arlington TX, Perry's Steakhouse &Grille, Houston TX, Amazon Stores, Frisco, Woodlands TX, 10 Whataburger Restaurants and 40 In-n-Out Burger Restaurants throughout the state of Texas. ALTERNATIVES: The alternative is not to award the construction contract to the responsive and responsible bidder, Crawford Henrichson & Crawford LLC. This would delay the building of the addition of the Fire Department Resource Center Phase 2. FISCAL IMPACT: The fiscal impact in FY 2024 is an amount not to exceed $3,041,742.00 with funds available from the Certificates of Obligation and G.O Bond 2022. The remaining funds will be used to purchase the furniture and equipment. FUNDING DETAIL: Fund: Fire 2024 CO (Fund 3196) Department: Fire (10) Organization: Grants & Capital Projects Funds (89) Project: Fire Department Resource Center— Phase 2 (Project 23180) Account: Construction (550910) Activity: 23180 Amount: $2,702,702. 70 Fund: 2023 GO Bd22 PropC - Fire (Fund 3195) Department: Fire (10) Organization: Grants & Capital Projects Funds (89) Project: Fire Department Resource Center— Phase 2 (Project 23180) Account: Construction (550910) Activity: 23180 Amount: $339,039.30 Total $ 3,041,742.00 RECOMMENDATION: Staff recommend awarding a construction contract for the Fire Department Resource Center Phase II to Crawford Henrichson & Crawford LL, Addison Texas in an amount not to exceed $3,041,742.00 with anticipated completion by February 2026. LIST OF SUPPORTING DOCUMENTS: Location & Vicinity Maps Bid Tab CIP Page PowerPoint RFB 6310 Fire Dep G.- Center Pbase2 23180 IP RFB6310 Al MOBILIZATIO LS 1Go $76,00000 $76,00000 $15411500 $154,11500 $21625 GO $2162500 $258,o8200 $258,58200 $55,00000 $55,000.00 A2 STORM LS 1.Go $3,50000 $350000 $23,10500 $23,10500 $20,000 GO $20,00000 $12,19700 $12,19700 $8,50000 E8,%o00 A GENERAL Lg 100 $325,000.00 $325,000.00 $1414030o $14140300 $529,881.00 $529,881 D0 $114,21100 $114,211 Do 1165,00000 $1G1,00o G0 A4 TEMPORARY LS 100 $45,000.GG $4s O0OGG $38,3713H $38,3I800 $2s82s.00 $25,82 s.0G $fiG,5GBGG %0,%BG0 $70,000.H $]Ooo H Sub Totals ' $448,500- 335T,6O1p0 5507,33100 S44549800 _Rw4 w B" CONCRETE LS 1 $322905.00 $322,90500 $75,27400 $75,2740o WOO $OW $aoo so E1o0,25000 $100,25000 62 CASTAN- Lg i W $113,178 GO $113,17800 $G38,704.0o $338,]3400 $115,000 GO $115,00000 $167,11000 $167,11000 $5775000 $5],150.00 B3 CONCRETE LS 1 W $6,80000 $6,80000 $50,183.00 $50,18300 %00 $000 $O oo $000 $34,10000 $3410000 B4 EPDXY Lg 100 $T,6o0.0D $],Bo0 o0 $37,63]00 $37,637 GO $15,0]5.0o $15,0]5 GO so oo so oo $24,06300 $24,06300 Sub Totals $450,68300 $50182800 $130,07500 $167,11000 $216,16300 C1 METAL LS 100 $14,15G.GG $14,isoIF $2s,00000 $29,00000 $39,5oG.IF $395GG.GO $14,5]0Go $14,s]0Go $3s,00000 $35,00O0o Sub T:::l 1, $14.15000 $29,00000 $39,50000 $14,5To00 $35,000.00 _. ROUGH L$ iW $s,800.OF $5 BG0oo $5,D0500 $5,Go5oo $3,000.01 $3,oGG.GG $21,G Go $21,00000 $10,00000 $1 G,GGo00 INTERIOR Lg 100 $230s G.OF $23,05O0o $18,346.00 $13,346� $T9,8]5.M $79,675 GG $94,434 GG $94,43400 $65,2000O .520000 pub T._als $28,85000 $23351.00 $8287500 $110,4.00 $75200.00 W ERPROO LS i W $3-0 W $3,50000 $T,T8000 $T,T8000 $12,00000 $12,00000 $65,01000 No Ol 00 $20,GOO 00 $20,00000 E2 INSUI,TION LS 11. $196T2W $1967200 56,000.00 $6,000 GO $10,50000 $10,50000 $3490100 534,90100 $39,T4000 $39,T4000 E3 METAL ROOF LS 100 $O oo $O GG $15,000.00 $15,00000 %00 $0. $000 $000 $55,10000 $5510000 E4 SHEET Lg iW SOW SOW E15,000.00 $15,00000 %0o EOW $000 $000 E10,0 .0 $10,Ooo00 ES GUTTER AND Lg i W so GG so UG $2. Go $2,83500 111 $01 $000 $000 $10,00000 $10,00000 E6 SFAIANTS Lg iW E3,500W E350000 E5,50o.00 $5,50000 $T,SGo.Go $T,50000 $000 Eo 00 E�50000 E7,5G000 $5211500 $.,GONOo Fi HOLLOW Lg 100 $32,.400 $3202400 $6,900.00 $6,900 GO $2100000 $21000 GO $21,15000 $28,15000 $3160000 $3150000 F2 PLASTIC LS i W $458300 $458300 $9,800.0o $9,80000 so GO $000 $000 $0.00 $1%45000 $19,45000 F3 ACCESS Lg iW $1"000 $150000 E0.00 %.00 $9,000.00 $900000 EOW EO00 E9,50o 00 $9,50000 F4 OVERHEAD LS i W $6T,00000 $6T,00000 So,43.00 $6T,54300 %5,Oo0000 $105Oo00O $102908.00 $102,90800 $11165200 $11165200 FS ALUMINUM L$ 100 $25,46300 125,46300 $T,28T o0 $7,258]0o E16,0o000 $16,00000 $54,T5000 $54,T5000 $2180000 $218000o F6 DOOR Lg 1. $14265.00 $14,2650o $8,.I. $8,90000 $o Go $o.00 $0.Go $000 $2100000 $21,00000 Sub T-1, , $144,83500 $100,43000 $15100000 $185,80800 $220,90200 GYPSUM LS 100 E93,50000 $93,Soo0G $4,60200 $G,602.00 $5450000 $5450000 $84,00000 %4,00000 $130,00000 $130,Wo.00 CERAMIC Lg 100 $21O000o $210G. $31O920D $31O92.00 $8GG GO $8200.0o $54,T Go %4,113Z $65,00000 %5,000 Do ACCOUSTICA LS i W $216000O $21.. $1T,Ooo OG $1],00000 $156T50o $156T5.00 $11,0o000 $1T,00000 $25,0000o $25,000.01 64 PAINTING LS 11. $28,O360O $28,G360G E4100o G0 $41O0o0o $2280000 $22600.0G $40,00000 $4O 000 GO $5120000 $51200.00 _. Sub Tc 11, _ - $161,13600 $9459400 $101,1TS_0o $1..H800 $271,20000 HI MARKER Lg 1 $35000 $35000 %0000 $5000o $3,000.Go $3,00000 $000 $0.00 $20G600 $2,00000 H2 SIGNAGE LS 100 $21.000 $2100000 $%, 00 $%TT20o $3,oGo.Go $3-0. 112,42800 $12,42800 $3,G0o 00 $3,00000 IT' TOILET Lg 100 $�.0 GO $�20000 $6,960.00 $6,9600D $16,001 Go $16,00000 $696000 $6"0 Go $%50000 $9,50000 ITT OPERABLE LS i W $36,50000 $3650000 $33,31700 $33,31]0o E6%5G60o $59,%0 Go $34,61300 $34,61300 $42,00100 $42,00100 HS WALL AND LS 100 $30000 $30000 $1480.00 $1480.00 so. $000 $148000 $148000 $365000 $3,fi5000 HG TOILET LS 1DO $s,is09B 85150 Uo E3,s30.00 $3,53000 $0Uo $000 $263500 $2,63AoB %,14500 $6,14500 H] FIRE LS iW $]SU.Uo $]S0.o0 E1800 o0 $1 BU0oo $]So0.U0 $],%O.00 $18]500 $1,87500 $3,50000 $3s000B Sub Totals --- 57125000 $17.1.DO $89,00000 - %9,99100 - %9,796.00 11 RESIDENTIAL LS 1DO $5,15000 $5,1500o $2,3woo $20.. %2s0.00 $8250.00 S6,]00 Do $s,]0000 $21 AD 00 $21,s00.00 12 HORIZONTAL LS 1Do E1 O5o.00 $1 O5Oo0 $11172 DO $11,1720U $3,OOo.Oo $3,Uo0.00 $2,Do.Do $2,000Oo %,12000 $5,12Ooo 13 MANUALLY- LS 1 Do 51 Os0.Do $165000 $111720D $11,172 w $]SBB.BB $]SBB.UO $328000 E3,2800o E6,40o90 $G,40O00 Sub Totals $8,4500P W4,64I00 $18,7.DO $3302000 J1 PRE- LS 1Do WOO,-DO $2850U0Do $151,250.00 $151,2s000 $15400OoO $15400000 $293,12700 $293,12700 $204,50000 $254soo_00 Sub T-Il $285000 DO $151,25000 $104,..0O Ki MECHANICAL LS i W $1]9,00000 $1]9,00000 $200,000.0o :10 0000 $192,50000 $19250000 542o.,P0 $423,-B..O 1.1]3]00 $281,]3100 K2 DUCTWORK LS 100 $4508)W $4508000 $109,ow Boo E109,00000 %Oo sow 5000 $000 $135,B6850 $135,86850 K3 CONTROLS LS i W $211,wow $26,00000 %S,000.00 $65,Oo000 sow so Do SO 00 $0 Do $3540000 $35,40000 K4 ELECTRICAL LS iW S6s 0ooW $650000o E154,500.00 E1s4,s0000 E215,00000 E21s,00I $386,30000 E386,30000 5150,00000 E1s0,W0.00 K5 LIGHT LS 10o $9B80o oo E9600Do. $78,000.00 $]8,000 UP so 00 $000 Eo oo Eo oo $120,00000 5120,00000 K6 GENERAL LS 10o $4'Boo Do E4500o00 so.00 %.00 so Do $000 $1 Do $0.00 $50,00000 %0,00000 K] SIT UTILITY LS i W $is,00000 $15,00000 E]o,400.00 $]0,40000 %00 EI DO $0 Do $000 $]5,00000 E75,00000 Ka BUILDING LS 1 W $61000 Do $610000B $18150700 $181507 DO %00 Eo DO $000 $000 $100,000 Do $100,00000 K9 NATURAL LS 1 W $15,o0000 $15,0000B $8,165.o0 $8,16500 %0O so DO so Do $0.00 $5604000 %0,04000 K10 SURGE LS iW 5200oW 5200000 E14,AW 00 $14,500 OD $000 sow S9oo $000 $950000o %5,0- K11 PLUMBING LS i W 535,000.00 EI. BUD $2s6,340.00 E2s6,34000 E138O0000 $13800000 E39s,4s100 5395,45100 511 s,00400 $115,W4.00 K12 DWVNVATER LS 10O 845wo.0o $4s 00000 $20,000.00 E20,00000 soW so Do 1100 $010 $1'1600 $1.1610 K13 ADJUSTING LS 10o $2000.00 $200000 $4,500.00 $4ADO00 So $O.DO 50.00 $Oo0 $is,00000 E15,00000 Sub Totals r $116191200 E54610000 $1,205,251 oo $1,287,005:5111 Li GROUNDING LS iW $5, 0DO $5, 000 $2,OW 00 $2,00000 $0OU $0.00 E9oo 100o E2],A0000 12140000 L2 UNDERGROU LS 100 $250000 $250000 $2500.Do $2,5w woo sow $0.00 $0 Do $Oo0 E15,40000 $1 Aoo0 L3 COM MUNICA LS 1Do $350000 SO, 000 $12,000.00 $12,0000o soW $000 $000 $Oo0 %50000 $9,50000 L4 BACKBONES LS 1Do $20,Woo 00 $20,00000 E6,000.00 $s,00000 sow $0.00 E20,55800 S2o,%800 $13,20000 $13,m000 L5 ELECTRIC LS iW %00000 $5, 0. E6,000.00 $6,00000 %00 EOW $2,99100 E2,99100 $54,519DO %4,51000 L6 AU DIOVISUA LS i W $2,50o 00 $250000 $14,02300 $14,02300 $0W so 00 E1118]200 $11187200 E12194044 $12194044 L] VIDEO LS 1 W E250o 00 $250000 $101000.00 $101000 Do $115500o $1155000 $✓,SO, 00 $7.300 115,29600 $15,29600 L8 FIRE LS 1Do $10,00ow $10,O0000 E15,400.00 E15,40000 $2117500 $2117500 $23,01700 $23,0170o 545,10000 $45,10000 Sub Toals � � f.11 SOILS FOR LS i W 528,40000 E28,40000 E19,500.00 E1%ADDDo $2.,.000 E248,409Do $169,]5o00 $169,]5000 $49,65000 $49,65000 M2 ROUGH AND LS iW 54s 00000 $4500000 E10,3]500 $10,3]500 $20,88400 E20,88400 $8,]50 Do $8,]50 Do %5,100 Do %5,10000 M3 CLEARING, LS i W $5000 DO %Oo0 o0 sOo...Do $50,o000O sow $O DO $38]500 $3,87500 $20,00000 $20,00000 M4 LIME LS iW $4800000 E4800000 %],455.00 %],4%W %DO so 00 SOW Eo oO E34,10000 E34,10000 M5 CONCRETE LS iW 532290500 $32290500 $],8]400 $18]4 DO $852000.0O $852,OWDO $280,91000 $280,91000 E380,46500 $380,465 Uo M6 SEEDING LS 100 $350o.oU $3,50000 E19,460.Uo $19,4609U $7,325.oU $7,325.DO $92490D so,249 Uo $8,53000 so,53OUo Sub Totals ! $45280.5 DO $164,66400 $1128609 Do E472,53400 %87,8450o N�• REINFORCED LS iW $986]UO $986700 $33,000.00 $33,00000 $52,50000 $52,50000 $ON $000 $25,00000 $25,00000 N2 WATERLINES LS 100 $43"Do $43,50000 E90,02000 $90,02000 $13,20000 $1320000 19Go $000 :710 BOB 00 $71009B0 N3 FIBERGLASS LS 100 $25,642 DO $25,64200 $8,500.00 $8,500 UP $11],000 DO $11],000 DO sow $BOB 35,30000 E35,30000 N1 TAPPING LS 1 W $65]9 DO $657900 546,508.00 $46,50800 sow so. so. $0.00 $6410000 $64,10000 _qub Tc�11 $1]8,D28_00 $182200.00 $900 BONDSAND LS i W ST9,46800 ET9,46800 E15,000.00 $15,00000 $98999 DO $%,.9W $10],90100 $10],90100 %5,40000 $a t0000 ;.� ALLOWANCE LS 100 $3150900 E3150000 $46,000.00 $46,00000 $25,0000O $25,00000 $1]0,00000 $170,00000 $150,00000 E1s0,W0.00 Sub Toiala $110,96800 S6100000 $123,99900 S—,90100 $2.,.000 Grand Toial $29]9,56]00 mmmff� $0,116,0.00 $3,407,83900 $3,71123300 $4,224,617 94 AOOITIGNAL Lg 100 $2539]00 $25397 00 $66,180.00 $66,180.00 $210,00000 $210,00000 $109300 $7109300 $85,42800 $85,42800 -2 A00 L8 100 $9,76800 $9,76800 $7,80000 $7,800.00 $1600000 $1600000 $4,84100 $4,84100 $17,45000 $17,45000 P3 A00 TG Lg 100 $6500.00 $0,500.0 $8,00000 $B4O0000 $28,000.00 $28,00000 $8,0]900 $8,0]900 $19,02000 $19,62000 P4 FINISH Lg 100 $18,510.00 $16,51000 $48100000 $4 B,o90o0 $]]OGG.GO $]]9GG.GG $2,06100 $2067 00 $18,4880G $18,4BB 00 SobT— $62,17500. $129980.00 $33000000 S06,-0. $140,986.00 Grand Toial $62,17500 $12998000 $330,00000 $86,080.00 $140,986.00 Capital Improvement Flan 2025 thru 2027 City of Corpus Christi, Texas Project# 23180 Project Name Fire Department Resource Center-Phase 2 Type Improvement/Additions Department Fire Department Useful Life 40 years Contact Fire Chief Category Buildings-New Priority Priority Level 1 Council District 3 Status Active Description This project will construct a 6,000 SF pre-engineered metal building to provide additional space needed for training,wellness,and equipment storage at the Fire Department Resource Center.The new facility will include emergency vehicle bays,classrooms,health&wellness offices, storage rooms,restrooms,and break room.The building will be constructed next to the existing Emergency Vehicle Garage.This project will also include additional paving for parking and all supporting utilities. Justification Currently,the Fire Department does not have sufficient equipment storage space for reserve emergency response vehicles or enough classroom space to conduct training. This project is necessary to support the mandatory training requirements for emergency response readiness for all Fire Department personnel and EMS recruits.This project will provide equipment storage,classrooms,ands ace for the FD wellness program. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 3,223,462 3,223,462 Design 306,095 306,095 Contingency 200,000 200,000 Eng,Admin Reimbursements 33,103 237,340 270,443 Total 339,198 3,660,802 4,000,000 Funding Sources Prior Years 2025 2026 2027 Total Certificates of Obligation(Prior) 3,000,000 3,000,000 G.O. Bond 2022 339,198 660,802 1,000,000 Total 339,198 3,660,802 4,000,000 Budget Impact/Other An assessment will be done upon completion of project to determine maintenance costs. 194 �. PROJECT LOCATION rah e� asa. do re1ama m. ` , CORPUS CHRISTI BAY - ' ti SCALE: N.T.S. ark. hK Gro Y s" LOCATION MAP WTmW" �a. �'kI It ,gm ` ++ FIRE STATION 18 P f Phase I 1 a PROJECT LOCATION f a AERIAL MAP NOT TO SCALE PROJECT NUMBER: 23180 FIRE DEPARTMENT CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI, TEXAS RESOURCE CENTER (PHASE ll) DEPARTMENT OF ENGINEERING SERVICES - Corpus Chr sti Engineering Fire Department Resource Center - Phase 2 Council Presentation May 06, 2025 Fire Department Resource Center - Phase 2 Location Corpus Chr sti Engineering Ol �f w PRO,EC 1 LOCA7lON r• 1 Project Scope i Corpus Chr sti 0__ -' Engineering Listed below is the project scope of work: • Construction of 7,700-squarefoot pre-engineered metal building with two-bay apparatus, space for multi-purpose room that can be used for classrooms, two office spaces, equipment storage and restrooms with limited showers for training, Fire Department's wellness program and emergency personnel. • Site improvements with nine additional general parking spaces, and space for engine storage and emergency vehicle use Go�Qus cH�� a Project Renderings r J �y C.,p.*Ch,st, Front View Resource Centel Front View Project Renderings Al Corpus Chr sti Back View Engineering IKONLER Back View Fire Department Resource Center - Phase I Current Location Corpu*Ch, Engineering The existing Resource Center— Phase I has reached its storage capacity. - - - - -- It's fully utilized by reserve apparatus and essential units such as UTVs and the water tender. h April 29, 2025 at 2:29 pm 6226 Ayers Resource Center- Phase I Fire Department Warehouse Reserve Apparatus Parking Corp*Ch, ` Engineering - •r _3W' Exposing reserve -° r apparatus outdoors to the elements diminishes G their lifespan, risking the loss of valuable assets, including ambulances valued at $385,000 per vehicle and fire trucks at $1,200,000 per vehicle. z Fire Department Warehouse at 1501 Holly Fire Department Warehouse Reserve Apparatus Parking Corp*Ch, ` Engineering `Wee# F The Fire Departments 1 efficiency in performing `i maintenance and repairs - p — '1 at the Warehouse is negatively impacted ® Ar when the facility is at capacity. Fire Department Warehouse at 1501 Holly Fire Department Classroom Space Training Dome Corpus Chrsti Engineering The existing classroom frequently reaches capacity =? - during training for fire ---- - department personnel. Limiting participation in - - essential professional development and hindering the expansion of necessary programs. Training Dome at Del Mar Windward Campus at 4101 Old Brownsville Fire Department Classroom Space Wj Wellness Program Expansion Corpus Chr sti Engineering ,9 ... ® ® The classrooms ace in - - p Resource Center Phase II is crucial for expanding our Fire - Department's wellness program. It will enable more comprehensive and consistent r; initiatives to support the health and well-being of our personnel. Training Dome at Del Mar Windward Campus at 4101 Old Brownsville Project Schedule Corpus Chr sti Engineering 1 1 1 2025 January-January February-May May-February Design Bid/Award Construction The project schedule reflects City Council award in May 2025 with anticipated construction completion by February 2026. 00 o� � F U NOORPOflpE 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of May 06, 2025 DATE: May 06, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services 0effreye(a)cctexas.com (361) 826-3851 Nicholas Winkelmann, P.E., Director of Water Systems and Support Services nickw�cctexas.com (361) 826-1796 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance & Procurement sergiov2�cctexas.com (361) 826-3227 Construction Contract Award Citywide Wastewater Indefinite Delivery Indefinite Quantity (IDIQ) — Manhole Improvements FY2024, Project No. 24148 CAPTION: Resolution rejecting the bid of D&J Utility Services LLC as non-responsive and authorizing a construction contract to Southern Trenchless Solutions, LLC, La Feria, Texas, as the lowest responsive, responsible bidder in an amount up to $3,891,631.24 with two renewal options for a total amount not to exceed $11,674,893.72 for Citywide Wastewater Indefinite Delivery Indefinite Quantity(IDIQ)—Manhole Improvements FY2024 project, located Citywide, with FY 2025 funding available from the Wastewater Capital Fund. SUMMARY: This resolution approves a construction contract for the Citywide Wastewater IDIQ - Manhole Improvements FY2024 project to complete wastewater collection system infrastructure construction at various locations throughout the city. This contract is one mechanism utilized to meet the city's Consent Decree obligations. BACKGROUND AND FINDINGS: The project is an IDIQ construction contract to complete wastewater infrastructure construction throughout the city. The work will be issued by the City in multiple indefinite quantity individual work orders called "Delivery Orders" (DO) that provide specific scope and requirements in accordance with the plans, specifications, and contract documents. The delivery orders are planned, designed, and prepared by the Corpus Christi Water(CCW) team using established line items for pricing. Only relevant line items will be utilized for each delivery order. The final quantities for each of the line items will differ due to the various projects. The contract and construction are managed and inspected by the Engineering Services Department. This is a "not to exceed" contract, where Delivery Orders may only be issued up to the contract ceiling. The repairs and improvements conducted under this contract will help reduce the risk of sanitary sewer overflows. This contract includes various types of manhole materials and rehabilitation products for the rehabilitation, repair, or replacement of aged and deteriorated manholes. Work also includes emergency response delivery orders that require the contractor to always have management personnel and crews available and on-call during the contract to provide emergency response services. The contract requires personnel to be at the project site within three hours of notification of an emergency. 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 $3,891,631.24, for a total not to exceed $11,674,893.72. 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: • 24 - 2025 2025 - 2026 December - May May - April Bid/Award Construction Project schedule reflects City Council award in May 2025 with anticipated completion in April 2026. COMPETITIVE SOLICITATION PROCESS On December 09, 2024, the Contracts and Procurement Department issued a Request for Bids (RFB #6252) for the Citywide Wastewater Indefinite Delivery Indefinite Quantity (IDIQ)— Manhole Improvements. On January 30, 2025, the City received six bids. The city analyzed the bids according to the contract documents and determined that Southern Trenchless Solutions, LLC, 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 Cost. D&J Utility Services LLC was determined to be non-responsive with failure to demonstrate sufficient experience, which is a minimum of 5 years as an established firm in providing wastewater collection system infrastructure construction services and satisfactory completion as a Prime Contractor or at least 5 similar projects with in the last 5 years. A summary of the bids is provided below: BID SUMMARY CONTRACTOR BASE BID Southern Trenchless Solutions, LLC $3,891,631.24 La Feria, Texas National Power Rodding Corp. $4,036,332.07 Chicago, Illinois Bridges Specialties, Inc. $4,238,755.00 Robstown, Texas Rangeline Utility Services, LLC dba RUTS $4,400,986.00 Construction, LLC Haslet, Texas Reytec Construction Resources, Inc. $4,956,091.00 Houston, Texas D& I Utility SeFV;noc LLJQ $3,644,305. SiRter,Texas Engineer's Opinion of Probable Construction Cost $4,000,000.00 Southern Trenchless Solutions, LLC, has successfully completed various projects with comparable scopes of work for local municipalities, including: • North Texas Municipal Water District: construction and rehabilitation of 534 sanitary sewer manholes at a cost of$5.5M. • City of Tyler: rehabilitation and repair of 115 sanitary sewer manholes at a cost of$1.4M. • City of Galveston: manhole rehabilitation at a cost of$600,000. • City of Corpus Christi — Southern Trenchless Solutions, LLC has successfully completed manhole rehabilitation as subcontractor on six Pipebursting IDIQ contracts from 2017 — 2019 at a cost of approximately $4M. City was pleased with construction work performed by Southern Trenchless Solutions, LLC. Southern Trenchless do not have a local office. Their crews from La Feria will be stationed at Corpus Christi during construction phase. ALTERNATIVES: City Council could choose not to award the construction contract to Southern Trenchless Solutions, LLC. This would delay repairs to the wastewater infrastructure system causing more costly repairs to the infrastructure and property and increasing the risk of wastewater system overflows. FISCAL IMPACT: The fiscal impact for the FY 2025 is an amount of$3,891,631.24 with funding available from the Wastewater Capital Fund. FUNDING DETAIL: Fund: VW1l 2023 CIP (Fund 4259) Mission Elem: Wastewater Collection System (042) Project: Citywide Wastewater IDIQ- Manhole Improvements FY2024 Account: Infrastructure (550060) Activity: 24148-4259-EXP Amount: $3,891,631.24 RECOMMENDATION: Staff recommends awarding the construction contract for the Citywide Wastewater IDIQ — Manhole Improvements FY2024 project to Southern Trenchless Solutions, LLC, in the amount of $3,891,631.24. The construction duration is planned for 12 months from issuance of the Notice to Proceed to begin construction in May 2025 with completion in April 2026. LIST OF SUPPORTING DOCUMENTS: Resolution Location and Vicinity Map Bid Tab CIP Page PowerPoint Presentation Page 1 of 2 Resolution rejecting the bid of D&J Utility Services LLC as non-responsive and authorizing a construction contract to Southern Trenchless Solutions, LLC, La Feria, Texas, as the lowest responsive, responsible bidder in an amount up to $3,891,631.24 with two renewal options for a total amount not to exceed $11,674,893.72 for Citywide Wastewater Indefinite Delivery Indefinite Quantity (IDIQ) — Manhole Improvements FY2024 project, located Citywide, with FY 2025 funding available from the Wastewater Capital Fund. WHEREAS, bids were opened on January 30, 2025, for the Citywide Wastewater Indefinite Delivery Indefinite Quantity (IDIQ) — Manhole Improvements project ("Project"); and WHEREAS, Section 2, paragraph 2.3 Bid Requirements of the Bid Documents states: D.1. Statement of Experience— Bidder agrees to provide a Statement of Experience with its bid to demonstrate the Bidder's responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Bid being considered non-responsive. WHEREAS, Section 00 45 16 Statement of Experience, paragraph 1 .01 provides, "To be considered responsive, the Bidder must complete and submit the Statement of Experience to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner." WHEREAS, Section 00 45 16 Statement of Experience, paragraph 2.05.A requires the Bidder to: "Provide information on projects that have been awarded to the Organization in the last 5 years. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project." WHEREAS, D&J Utility Services LLC formed in February 2023. WHEREAS, D&J Utility Services LLC failed to show satisfactory completion of at least five similar projects within the last five years that are equal to or greater in size and complexity than the current project. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The apparent low bid submitted by D&J Utility Services LLC is rejected as non-responsive. SECTION 2. The City Manager or designee is authorized to execute a construction contract with Southern Trenchless Solutions LLC as the lowest responsive, responsible Page 2 of 2 bidder in the amount up to $3,891,631.24 with two renewal options to be administratively authorized for a total amount up to $11,674,893.72 for Citywide Wastewater Indefinite Delivery Indefinite Quantity (IDIQ) — Manhole Improvements FY2024 project. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Mandel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 D&J Utility Services LLC Southern Trenchless Solutions National Povaer Rodding Corp. F- PROJECT NO.24148 and Citywide Wastemter IDIQ Manhole Improvements 113 Candlelite 1200 W Expressway 83 2500 W.Arthington St. BASE BID Ln Sinton,Texas 78387 La Fen a,Texas 78559 Chicago,Illinois 6061 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Part A-GENERAL Al IMobilization(Max.5%of Part A) LS 1 1 $ 169,000.00 $ 169,000.00 $ 181,506.24 $ 181,506.24 $ 188,396.77 $ 188,396.77 A2 Bonds&Insurance AL 1 $ 72,886.00 $ 72,886.00 $ 80,000.00 $ 80,000.00 $ 80,000.00 $ 8Q000.00 SUBTOTAL PART A-GENERAL Items At thru A2 $ 241,886.00 $ 261,506.24 $ 268,396.77 Part B-WW MANHOLE IMPROVEMENTS B-101 FIBERGLASS WWMH-4 FT DIA.(0'-6'DEPTH) EA 2 $ 14,500.00 $ 29,000.00 $ 15,500.00 $ 31,000.00 $ 21,735.00 $ 43,470.00 B-102 FIBERGLASS WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 4 $ 1,500.00 $ 6,000.00 $ 1,050.00 $ 4,200.00 $ 1,023.50 $ 4,094.00 B-103 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA(0'-6'DEPTH) EA 2 $ 14,500.00 $ 29,000.00 $ 13,200.00 $ 26,400.00 $ 13,570.00 $ 27,140.00 B-104 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA. EXTRA DEPTH,OVER 6'DEPTH VF 4 $ 1,500.00 $ 6,000.00 $ 1,150.00 $ 4,600.00 $ 920.00 $ 3,680.00 B-105 POLYMER CONCRETE WdVMH-4 FT DIA. 0'-6'DEPTH EA 2 $ 14,500.00 $ 29,000.00 $ 13,200.00 $ 26,400.00 $ 16,905.00 $ 33,810.00 B-106 POLYMER CONCRETE WJVMH-4 FT DIA. EXTRA DEPTH,OVER 6'DEPTH VF 4 $ 1,500.00 $ 6,000.00 $ 1,250.00 $ 5,000.00 $ 1,173.00 $ 4,692.00 B-201 FIBERGLASS WWMH-4 FT DIA. 0'-6'DEPTH EA 3 $ 14,500.00 $ 43,500.00 $ 16,800.00 $ 50,400.00 $ 24,771.00 $ 74,313.00 B-202 FIBERGLASS WWMH-4 FT DIA. EXTRA DEPTH,OVER 6'DEPTH VF 10 $ 1,500.00 $ 15,000.00 $ 1,250.00 $ 12,500.00 $ 1,380.00 $ 13,800.00 B-203 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA. 0'-6'DEPTH EA 2 $ 14,500.00 $ 29,000.00 $ 16,900.00 $ 33,800.00 $ 21,275.00 $ 42,550.00 B-204 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 10 $ 1,500.00 $ 15,000.00 $ 1,300.00 $ 13,000.00 $ 1,276.50 $ 12,765.00 B-205 POLYMER CONCRETE WWMH-4 FT DIA(0'-6'DEPTH) EA 2 $ 14,500.00 $ 29,000.00 $ 17,500.00 $ 35,000.00 $ 22,494.00 $ 44,988.00 B-206 POLYMER CONCRETE WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 10 $ 1,500.00 $ 15,000.00 $ 1,350.00 $ 13,500.00 $ 1,196.00 $ 11,960.00 NEW RING & COVER, STANDARD - 36" OPENING, 12" CONCRETE COLLAR, B-301 CONCRETE ROADWAY EA 2 $ 4,500.00 $ 9,000.00 $ 5,850.00 $ 11,700.00 $ 5,773.00 $ 11,546.00 NEW RING&COVER,STANDARD-36"OPENING,12"CONCRETE COLLAR,ASPHALT B-302 ROADWAY EA 2 $ 4,500.00 $ 9,000.00 $ 5,750.00 $ 11,500.00 $ 5,773.00 $ 11,546.00 B-303 NEW RING&COVER,STANDARD-36"OPENING,12"CONCRETE COLLAR,UNPAVED EA 2 $ 4,500.00 $ 9,000.00 $ 5,700.00 $ 11,400.00 $ 5,175.00 $ 10,350.00 B-304 NEW RING&COVER,STANDARD-36"OPENING,DRIVEWAY/SIDEWALK EA 2 $ 4,500.00 $ 9,000.00 $ 5,250.00 $ 10,500.00 $ 5,002.50 $ 10,005.00 NEW RING&COVER,STANDARD-36"OPENING, 18"CONCRETE COLLAR,RAISED B-305 PROTECTION EA 2 $ 4,500.00 $ 9,000.00 $ 6,150.00 $ 12,300.00 $ 5,773.00 $ 11,546.00 NEW RING & COVER, STANDARD - 30" OPENING, 12" CONCRETE COLLAR, B-306 CONCRETE ROADWAY EA 4 $ 3,500.00 $ 14,000.00 $ 4,650.00 $ 18,600.00 $ 4,025.00 $ 16,100.00 NEW RING&COVER,STANDARD-30"OPENING,12"CONCRETE COLLAR,ASPHALT B-307 ROADWAY EA 4 $ 3,500.00 $ 14,000.00 $ 4,600.00 $ 18,400.00 $ 4,025.00 $ 16,100.00 B-308 NEW RING&COVER,STANDARD-30"OPENING,12"CONCRETE COLLAR,UNPAVED EA 4 $ 3,500.00 $ 14,000.00 $ 4,250.00 $ 17,000.00 $ 3,220.00 $ 12,880.00 B-309 NEW RING&COVER,STANDARD-30"OPENING,DRIVEWAY/SIDEWALK EA 4 $ 3,500.00 $ 14,000.00 $ 3,150.00 $ 12,600.00 $ 3,220.00 $ 12,880.00 NEW RING&COVER,STANDARD-30"OPENING, 18"CONCRETE COLLAR,RAISED B-310 PROTECTION EA 4 $ 3,500.00 $ 14,000.00 $ 3,850.00 $ 15,400.00 $ 4,025.00 $ 16,100.00 NEW RING&COVER,36"OPENING-UPGRADE TO COMPOSITE MH NEW RING& B-311 COVER EA 2 $ 8,500.00 $ 17,000.00 $ 7,500.00 $ 15,000.00 $ 7,590.00 $ 15,180.00 NEW RING&COVER,30"OPENING-UPGRADE TO COMPOSITE MH NEW RING& B-312 COVER EA 4 $ 6,500.00 $ 26,000.00 $ 7,000.00 $ 28,000.00 $ 8,510.00 $ 34,040.00 MANHOLE RAISED PROTECTION, 18"CONCRETE COLLAR(> 5'ABOVE GROUND B-313 ELEVATION) VF 4 $ 3,500.00 $ 14,000.00 $ 2,350.00 $ 9,400.00 $ 2,415.00 $ 9,660.00 Page 1 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Mandel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 D&J Utility Services LLC Southern Trenchless Solutions National Povaer Rodding Corp. F- PROJECT NO.24148 and Citywide Wastemter IDIQ Manhole Improvements 113 Candlelite 1200 W Expressway 83 2500 W.Arthington St. BASE BID Ln Sinton,Texas 78387 La Fen a,Texas 78559 Chicago,Illinois 6061 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT B-401 FIBERGLASS WWMH INSERT-4 FT DIA. 0'-6'DEPTH EA 8 $ 14,000.00 $ 112,000.00 $ 12,500.00 $ 100,000.00 $ 12,937.50 $ 103,500.00 B-402 FIBERGLASS WWMH INSERT-4 FT DIA. EXTRA DEPTH,OVER 6'DEPTH VF 70 $ 1,500.00 $ 105,000.00 $ 1,250.00 $ 87,500.60 $ 1,305.25 $ 91,367.50 B-403 CONCRETE W/ANTI-MICROBIAL WWMH INSERT-4 FT DIA. 0'-6'DEPTH EA 2 $ 14,000.00 $ 28,000.00 $ 11,500.00 $ 23,000.00 $ 12,420.00 $ 24,840.00 CONCRETE W/ANTI-MICROBIAL WWMH INSERT-4 FT DIA.(EXTRA DEPTH,OVER 6' B-404 DEPTH) VF 3 $ 1,500.00 $ 4,500.00 $ 1,150.00 $ 3,450.00 $ 920.00 $ 2,760.00 B-405 POLYMER CONCRETE WdVMH INSERT-4 FT DIA(0'-6'DEPTH) EA 2 $ 14,000.00 $ 28,000.00 $ 13,500.00 $ 27,000.00 $ 16,100.00 $ 32,200.00 B-406 POLYMER CONCRETE WJVMH INSERT-4 FT DIA. EXTRA DEPTH,OVER 6'DEPTH VF 4 $ 1,500.00 $ 6,000.00 $ 1,350.00 $ 5,400.00 $ 1,173.00 $ 4,692.00 B-501 POLYMERIC COATING SYSTEM CLASS A -4 FT DIA.WWMH VF 275 $ 425.00 $ 116,875.00 $ 850.00 $ 233,750.00 $ 585.00 $ 160,875.00 B-502 POLYMERIC COATING SYSTEM(CLASS A)-OVER 4 FT DIA.WWMH OR STRUCTURE SF 100 $ 40.00 $ 4,000.00 $ 45.00 $ 4,500.00 $ 46.80 $ 4,680.00 B-503 POLYMERIC COATING SYSTEM(CLASS C)-4 FT DIA.WWMH VF 280 $ 475.00 $ 133,000.00 $ 420.00 $ 117,600.00 $ 293.00 $ 82,040.00 B-504 POLYMERIC COATING SYSTEM(CLASS C)-OVER 4 FT DIA.WWMH OR STRUCTURE SF 100 $ 525.00 $ 52,500.00 $ 33.43 $ 3,343.00 $ 23.44 $ 2,344.00 B-505 CEMENTITIOUS COATING(CLASS B)V THICKNESS-4 FT DIA.WWMH VF 1,200 $ 420.00 $ 504,000.00 $ 280.00 $ 336,000.00 $ 375.00 $ 450,000.00 CEMENTITIOUS COATING(CLASS B) V THICKNESS-OVER 4 FT DIA.WJVMH OR B-506 STRUCTURE SF 110 $ 40.00 $ 4,400.00 $ 22.00 $ 2,420.00 $ 30.00 $ 3,300.00 B-507 CEMENTITIOUS COATING CLASS C 2"THICKNESS-4 FT DIA.WWMH VF 280 $ 450.00 $ 126,000.00 $ 390.00 $ 109,200.00 $ 600.00 $ 168,000.00 CEMENTITIOUS COATING(CLASS C)2"THICKNESS-OVER 4 FT DIA.WWMH OR B-508 STRUCTURE SF 100 $ 40.00 $ 4,000.00 $ 32.00 $ 3,200.00 $ 48.00 $ 4,800.00 B-601 CURED-IN-PLACED MANHOLE LINER(TYPE II)-4 FT DIA VF 30 $ 1,200.00 $ 36,000.00 $ 700.00 $ 21,000.00 $ 1,250.00 $ 37,500.00 B-602 CURED-IN-PLACED MANHOLE LINER(TYPE III)-4 FT DIA VF 30 $ 1,200.00 $ 36,000.00 $ 750.00 $ 22,500.00 $ 1,500.00 $ 45,000.00 B-701 RECONSTRUCT MANHOLE BRICK CORBEL(ALL SIZES) EA 4 $ 12,500.00 $ 50,000.00 $ 5,300.00 $ 21,200.00 $ 7,268.00 $ 29,072.00 B-702 RECONSTRUCT MANHOLE FRP CONE(ALL SIZES) EA 4 $ 12,500.00 $ 50,000.00 $ 5,300.00 $ 21,200.00 $ 8,130.50 $ 32,522.00 B-703 RECONSTRUCT MANHOLE BENCH&INVERTS(ALL SIZES) EA 18 $ 6,500.00 $ 117,000.00 $ 3,500.00 $ 63,000.00 $ 3,450.00 $ 62,100.00 B-704 INSTALL FRAME SEAL-36"OPENING EA 2 $ 4,500.00 $ 9,000.00 $ 850.00 $ 1,700.00 $ 414.00 $ 828.00 B-705 INSTALL FRAME SEAL-30"OPENING EA 2 $ 4,500.00 $ 9,000.00 $ 825.00 $ 1,650.00 $ 977.50 $ 1,955.00 B-706 INSTALL FRAME SEAL-24"OPENING EA 2 $ 4,500.00 $ 9,000.00 $ 800.00 $ 1,600.00 $ 937.25 $ 1,874.50 B-707 LOCATE BURIED MANHOLE EA 1 $ 5,500.00 $ 5,500.00 $ 1,500.00 $ 1,500.00 $ 1,559.40 $ 1,559.40 B-708 ADJUST EXISTING MANHOLE TO GRADE,BURIED MANHOLE EA 2 $ 7,500.00 $ 15,000.00 $ 5,050.00 $ 10,100.00 $ 4,255.00 $ 8,510.00 B-709 ADJUST EXISTING MANHOLE TO GRADE EA 2 $ 7,500.00 $ 15,000.00 $ 4,950.00 $ 9,900.00 $ 4,255.00 $ 8,510.00 B-710 RESET OFFSET FRAME EA 2 $ 3,500.00 $ 7,000.00 $ 1,450.00 $ 2,900.00 $ 1,552.50 $ 3,105.00 B-711 REMOVE&REPLACE RING&COVER,W/STANDARD MH COVER-36"OPENING EA 5 $ 5,500.00 $ 27,500.00 $ 6,250.00 $ 31,250.00 $ 7,590.00 $ 37,950.00 B-712 REMOVE&REPLACE RING&COVER,W/STANDARD MH COVER-30"OPENING EA 5 $ 3,500.00 $ 17,500.00 $ 5,500.00 $ 27,500.00 $ 5,945.50 $ 29,727.50 B-713 REMOVE&REPLACE RING&COVER,W/STANDARD MH COVER-24"OPENING EA 46 $ 3,500.00 $ 161,000.00 $ 5,300.00 $ 243,800.00 $ 5,980.00 $ 275,080.00 B-714 REMOVE&REPLACE RING&COVER,W/COMPOSITE MH COVER-36"OPENING EA 2 $ 8,500.00 $ 17,000.00 $ 7,500.00 $ 15,000.00 $ 10,338.50 $ 20,677.00 B-715 REMOVE&REPLACE RING&COVER,W/COMPOSITE MH COVER-30"OPENING EA 2 $ 7,500.00 $ 15,000.00 $ 5,250.00 $ 10,500.00 $ 7,705.00 $ 15,410.00 Page 2 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Mandel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 D&J Utility Services LLC Southern Trenchless Solutions National Povaer Rodding Corp. F_ PROJECT NO.24148 and Citywide Wastemter IDIQ Manhole Improvements 113 Candlelite 1200 W Expressway 83 2500 W.Arthington St. BASE BID Ln Sinton,Texas 78387 La Fen a,Texas 78559 Chicago,Illinois 6061 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT B-716 REMOVE&REPLACE RING&COVER,W/COMPOSITE MH COVER-24"OPENING EA 1 $ 6,500.00 $ 6,500.00 $ 5,000.00 $ 5,000.00 $ 5,853.50 $ 5,853.50 B-717 12"CONCRETE COLLAR,CONCRETE ROADWAY EA 4 $ 5,500.00 $ 22,000.00 $ 1,100.00 $ 4,400.00 $ 1,196.00 $ 4,784.00 B-718 12"CONCRETE COLLAR,ASPHALT ROADWAY EA 4 $ 5,500.00 $ 22,000.00 $ 1,050.00 $ 4,200.00 $ 1,196.00 $ 4,784.00 B-719 12"CONCRETE COLLAR,UNPAVED EA 4 $ 4,500.00 $ 18,000.00 $ 1,000.00 $ 4,000.00 $ 902.75 $ 3,611.00 B-720 18"CONCRETE COLLAR,RAISED PROTECTION EA 2 $ 7,500.00 $ 15,000.00 $ 1,250.00 $ 2,500.00 $ 1,702.00 $ 3,404.00 REMOVE EXISTING CONCRETE COLLAR(ALL SIZES)(NOT PART OF NEW MH OR B-721 CONE INSTALL) EA 4 $ 3,500.00 $ 14,000.00 $ 550.00 $ 2,200.00 $ 598.00 $ 2,392.00 B-722 INSTALL INFLOW INHIBITOR DISH STAINLESS STEEL EA 24 $ 600.00 $ 14,400.00 $ 1,050.00 $ 25,200.00 $ 1,012.00 $ 24,288.00 B-723 CHEMICAL GROUT GAL 24 $ 1,000.00 $ 24,000.00 $ 600.00 $ 14,400.00 $ 150.00 $ 3,600.00 WJV ACCESS CHAMBER WITH 24"RISER AND STANDARD 24"OPENING MH COVER, B-724 ALL DEPTHS EA 4 $ 8,500.00 $ 34,000.00 $ 7,850.00 $ 31,400.00 $ 12,535.00 $ 50,140.00 WW ACCESS CHAMBER WITH 30"RISER AND STANDARD 30"OPENING MH COVER, B-725 ALL DEPTHS EA 4 $ 12,500.00 $ 50,000.00 $ 9,050.00 $ 36,200.00 $ 13,225.00 $ 52,900.00 B-726 REMOVE&REPLACE AIR RELEASE VALVE EA 1 $ 32,000.00 $ 32,000.00 $ 8,250.00 $ 8,250.00 $ 24,265.00 $ 24,265.00 20' DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL B-727 DEPTHS EA 2 $ 5,000.00 $ 10,000.00 $ 1,300.00 $ 2,600.00 $ 5,807.50 $ 11,615.00 10" DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL B-728 DEPTHS) EA 2 $ 7,000.00 $ 14,000.00 $ 1,800.00 $ 3,600.00 $ 6,946.00 $ 13,892.00 12" DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL B-729 DEPTHS EA 2 $ 9,000.00 $ 18,000.00 $ 21050.00 $ 4,100.00 $ 7,705.00 $ 15,410.00 SUBTOTAL PART B-WW MANHOLE IMPROVEMENTS Items B-101 thru B-729 $ 2,542,175.00 $ 2,158,313.00 $ 2,472,912.40 Part C-WW LINE IMPROVEMENTS C-101 REMOVE AND REPLACE<8"SDR 26 PVC WA LINE 0'-12'DEPTH LF 10 $ 350.00 $ 3,500.00 $ 235.00 $ 2,350.00 $ 272.55 $ 2,725.50 C-102 REMOVE AND REPLACE<8"SDR 26 PVC WA LINE >12"DEPTH LF 10 $ 400.00 $ 4,000.00 $ 275.00 $ 2,750.00 $ 357.65 $ 3,576.50 C-103 REMOVE AND REPLACE 10"-12"SDR 26 PVC WW LINE 0'-12'DEPTH LF 15 $ 450.00 $ 6,750.00 $ 335.00 $ 5,025.00 $ 301.30 $ 4,519.50 C-104 REMOVE AND REPLACE 10"-12"SDR 26 PVC WW LINE >12'DEPTH LF 15 $ 500.00 $ 7,500.00 $ 375.00 $ 5,625.00 $ 386.40 $ 5,796.00 C-201 B"SDR 26 PVC WJV LINE 0'-12'DEPTH LF 10 $ 300.00 $ 3,000.00 $ 235.00 $ 2,350.00 $ 220.80 $ 2,208.00 C-202 B"SDR 26 PVC WJV LINE >12"DEPTH LF 10 $ 350.00 $ 3,500.00 $ 275.00 $ 2,750.00 $ 266.80 $ 2,668.00 C-203 10"-12"SDR 26 PVC WA LINE 0'-12'DEPTH LF 15 $ 400.00 $ 6,000.00 $ 335.00 $ 5,025.00 $ 249.55 $ 3,743.25 C-204 10"-12"SDR 26 PVC WA LINE >12"DEPTH LF 15 $ 450.00 $ 6,750.00 $ 375.00 $ 5,625.00 $ 295.55 $ 4,433.25 C-301 ILOCATE SERVICE LINE FROM MAIN LINE EA 4 $ 3,500.00 $ 14,000.00 $ 4,250.00 $ 17,000.00 $ 2,126.00 $ 8,504.00 C-302 SERVICE RE-CONNECTION(ON OPEN-CUT INSTALLED WW LINE),STANDARD EA 2 $ 3,500.00 $ 7,000.00 $ 1,050.00 $ 2,100.00 $ 947.60 $ 1,895.20 C-303 SERVICE RE-CONNECTION(ON OPEN-CUT INSTALLED WA LINE),DEEP(>8'DEPTH) EA 2 $ 4,500.00 $ 9,000.00 $ 1,250.00 $ 2,500.00 $ 1,695.10 $ 3,390.20 C-304 SERVICE LATERAL REPLACEMENT(0'-12'DEPTH MAIN)(<10 LF) LF 15 $ 500.00 $ 7,500.00 $ 315.00 $ 4,725.00 $ 272.55 $ 4,088.25 C-305 SERVICE LATERAL REPLACEMENT(>12'DEPTH MAIN)(<10 LF) LF 15 $ 600.00 $ 9,000.00 $ 505.00 $ 7,575.00 $ 322.00 $ 4,830.00 C-306 INSTALL 8"CLEANOUT EA 3 $ 2,500.00 $ 7,500.00 $ 3,200.00 $ 9,600.00 $ 3,944.50 $ 11,833.50 C-307 GROUT LATERAL CONNECTIONS(ALL SIZES,ALL DEPTHS) EA 4 $ 1,500.00 $ 6,000.00 $ 2,500.00 $ 10,000.00 $ 2,500.00 $ 10,000.00C-401 REHAB 20'WW LINE(PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5) LF 20 $ 300.00 $ 6,000.00 $ 200.00 $ 4,000.00 $ 250.00 $ 5,000.00 Page 3 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Mandel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 D&J Utility Services LLC Southern Trenchless Solutions National Povaer Rodding Corp. F_ PROJECT NO.24148 and Citywide Wastemter IDIQ Manhole Improvements 113 Candlelite 1200 W Expressway 83 2500 W.Arthington St. BASE BID Ln Sinton,Texas 78387 La Fen a,Texas 78559 Chicago,Illinois 6061 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT C-402 REHAB 10"WW LINE PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5 LF 20 $ 350.00 $ 7,000.00 $ 225.00 $ 4,500.00 $ 275.00 $ 5,500.00 C-403 REHAB 12"WW LINE PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5 LF 10 $ 400.00 $ 4,000.00 $ 250.00 $ 2,500.00 $ 300.00 $ 3,000.00 C-404 STANDARD SERVICE RE-CONNECTION ON PIPE BURSTED WW LINE EA 4 $ 3,500.00 $ 14,000.00 $ 3,200.00 $ 12,800.00 $ 3,200.00 $ 12,800.00 C-405 DEEP SERVICE RE-CONNECTION ON PIPE BURSTED WW LINE EA 2 $ 6,500.00 $ 13,000.00 $ 4,000.00 $ 8,000.00 $ 4,500.00 $ 9,000.00 SUBTOTAL PART C-WW LINE IMPROVEMENTS Items C-101 thru C-405 $ 145,000.00 $ 116,800.00 $ 109,511.15 Part D-ABANDONMENT OF EXISTING UTILITIES D-101 ABANDON VWV MANHOLE(ALL SIZES) EA 5 $ 5,500.00 $ 27,500.00 $ 3,000.00 $ 15,000.00 $ 3,887.00 $ 19,435.00 D-102 REMOVE VWV MANHOLE(ALL SIZES)(NOT RELATED TO NEW MH INSTALL) VF 8 $ 2,000.00 $ 16,000.00 $ 5,000.00 $ 40,000.00 $ 4,554.00 $ 36,432.00 D-103 IGROUT FILL&ABANDON IN PLACE WW LINE CY 5 $ 400.00 $ 2,000.00 $ 1,800.00 $ 9,000.00 $ 2,928.90 $ 14,644.50 SUBTOTAL PART D-ABANDONMENT OF EXISTING UTILITIES Items D-101 thru D-103 $ 45,500.00 $ 64,000.00 $ 70,511.50 Part E-TRENCH/PAVEMENT REPAIR AND SITE RESTORATION E-101 CUT&RESTORE HMAC PAVEMENT(3"THICK PAVEMENT,8"BASE&PRIME COAT) SY 20 $ 200.00 $ 4,000.00 $ 350.00 $ 7,000.00 $ 655.50 $ 13,110.00 E-102 ADDITIONAL HMAC PAVEMENT THICKNESS(1/2"PER SY) SY 20 $ 100.00 $ 2,000.00 $ 58.00 $ 1,160.00 $ 89.70 $ 1,794.00 E-103 CUT&RESTORE CONCRETE PAVEMENT(10"THICK PAVEMENT&BASE) SY 50 $ 250.00 $ 12,500.00 $ 595.00 $ 29,750.00 $ 589.95 $ 29,497.50 E-104 ADDITIONAL CONCRETE PAVEMENT THICKNESS(V PER SY) SY 20 $ 40.00 $ 800.00 $ 75.00 $ 1,500.00 $ 101.20 $ 2,024.00 E-105 STREET HMAC RESTORATION-2"MILL&OVERLAY SY 20 $ 180.00 $ 3,600.00 $ 145.00 $ 2,900.00 $ 240.35 $ 4,807.00 E-106 STREET HMAC RESTORATION-3"MILL&OVERLAY SY 20 $ 180.00 $ 3,600.00 $ 160.00 $ 3,200.00 $ 240.35 $ 4,807.00 E-107 CEMENT STABILIZED SAND BACKFILL 1.5 SACKS OF CEMENT PER 1 CY OF SAND TON 20 $ 160.00 $ 3,200.00 $ 125.00 $ 2,500.00 $ 186.30 $ 3,726.00 E-108 SELECT BACKFILL MATERIAL CY 20 $ 80.00 $ 1,600.00 $ 30.00 $ 600.00 $ 31.05 $ 621.00 E-109 FLOWABLE BACKFILL CY 20 $ 300.00 $ 6,000.00 $ 300.00 $ 6,000.00 $ 300.15 $ 6,003.00 E-201 REMOVE AND REPLACE CONCRETE DRIVEWAY SF 250 $ 40.00 $ 10,000.00 $ 36.00 $ 9,000.00 $ 39.10 $ 9,775.00 E-202 REMOVE AND REPLACE CONCRETE SIDEWALK SF 50 $ 30.00 $ 1,500.00 $ 26.00 $ 1,300.00 $ 39.10 $ 1,955.00 E-203 REMOVE AND REPLACE CURB AND GUTTER OR VALLEY GUTTER LF 50 $ 60.00 $ 3,000.00 $ 75.00 $ 3,750.00 $ 71.30 $ 3,565.00 E-204 REMOVE AND REPLACE CURB RAMP EA 2 $ 5,000.00 $ 10,000.00 $ 2,450.00 $ 4,900.00 $ 2,604.75 $ 5,209.50 E-205 REMOVAL&REPLACEMENT OF CHAIN LINK FENCING LF 100 $ 50.00 $ 5,000.00 $ 40.00 $ 4,000.00 $ 42.55 $ 4,255.00 E-206 REMOVAL&REPLACEMENT OF WOOD FENCING LF 250 $ 100.00 $ 25,000.00 $ 48.00 $ 12,000.00 $ 49.45 $ 12,362.50 E-207 REMOVE,RELOCATE,AND REINSTALL MAIL BOX EA 3 $ 2,000.00 $ 6,000.00 $ 500.00 $ 1,500.00 $ 542.80 $ 1,628.40 E-208 SITE CLEARING AC 1 $ 8,500.00 $ 8,500.00 $ 3,500.00 $ 3,500.20 $ 24,955,00 $ 24,955.00 SUBTOTAL PART E-TRENCH/PAVEMENT REPAIR AND SITE RESTORATION Items E-101 thru E-208 $ 106,300.00 $ 94,560.00 $ 130,094.90 Part F-GENERAL SITE WORK F-101 TEMPORARY CONSTRUCTION ENTRANCE/EXIT EA 1 $ 5,000.00 $ 5,000.00 $ 3,950.00 $ 3,950.00 $ 4,255.00 $ 4,255.00 F-102 TEMPORARY SEDIMENT CONTROL FENCE(SILT FENCE AND/OR SILT BARRIER) LF 40 $ 15.00 $ 600.00 $ 4.80 $ 192.00 $ 5.18 $ 207.20 F-103 INLET PROTECTION EA 10 $ 200.00 $ 2,000.00 $ 48.00 $ 480.00 $ 50.60 $ 506.00 F-104 EROSION CONTROL-SODDING SY 50 $ 40.00 $ 2,000.00 $ 27.00 $ 1,350.00 $ 28.75 $ 1,437.50 Page 4 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Mandel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 D&J Utility Services LLC Southern Trenchless Solutions National Povaer Rodding Corp. F_ PROJECT NO.24148 and Citywide Wastemter IDIQ Manhole Improvements 113 Candlelite 1200 W Expressway 83 2500 W.Arthington St. BASE BID Ln Sinton,Texas 78387 La Fen a,Texas 78559 Chicago,Illinois 6061 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT F-105 EROSION CONTROL-SEEDING SY 20 $ 9.00 $ 180.00 $ 12.00 $ 240.00 $ 12.65 $ 253.00 F-201 TRENCH SAFETY FOR WJV LINE INSTALLATION 0'-12'DEPTH LF 15 $ 300.00 $ 4,500.00 $ 28.50 $ 427.50 $ 28.75 $ 431.25 F-202 TRENCH SAFETY FOR WJV LINE INSTALLATION >12'DEPTH LF 15 $ 350.00 $ 5,250.00 $ 37.50 $ 562.50 $ 36.80 $ 552.00 F-203 EXCAVATION SAFETY FOR MANHOLES,WITHOUT LINE WORK(>5'-12'DEPTH) EA 10 $ 1,500.00 $ 15,000.00 $ 950.00 $ 9,500.00 $ 959.10 $ 9,591.00 F-204 EXCAVATION SAFETY FOR MANHOLES, WITHOUT LINE WORK(>12'DEPTH) EA 10 $ 2,000.00 $ 20,000.00 $ 1,500.00 $ 15,000.00 $ 1,278.80 $ 12,788.00 F-301 BYPASS PUMPING SET-UP-BYPASSING LINE 2-8"DIA. EA 1 1 $ 2,500.00 $ 2,500.00 $ 3,500.00 $ 3,500.00 $ 9,594.00 $ 9,594.00 F-302 BYPASS PUMPING SET-UP-BYPASSING LINE 10"-12"DIA. EA 1 $ 3,000.00 $ 3,000.00 $ 5,000.00 $ 5,000.00 $ 12,567.00 $ 12,567.00 F-303 BYPASS PUMPING SET-UP-BYPASSING LINE 15"-18"DIA. EA 1 $ 3,500.00 $ 3,500.00 $ 8,500.00 $ 8,500.00 $ 14,499.00 $ 14,499.00 F-304 BYPASS PUMPING SET-UP-BYPASSING LINE 24"-30"DIA. EA 1 $ 4,000.00 $ 4,000.00 $ 20,000.00 $ 20,000.00 $ 22,452.00 $ 22,452.00 F-305 BYPASS PUMPING SET-UP-BYPASSING LINE 36"-42"DIA. EA 1 $ 4,500.00 $ 4,500.00 $ 25,000.00 $ 25,000.00 $ 38,322.00 $ 38,322.00 F-306 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 2-8"DIA. LF 350 $ 5.00 $ 1,750.00 $ 100.00 $ 35,000.00 $ 4.19 $ 1,466.50 F-307 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 10"-12"DIA. LF 350 $ 7.00 $ 2,450.00 $ 150.00 $ 52,500.00 $ 18.68 $ 6,538.00 F-308 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 15"-18"DIA. LF 350 $ 9.00 $ 3,150.00 $ 250.00 $ 87,500.00 $ 23.07 $ 8,074.50 F-309 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 24"-30'.DIA. LF 350 $ 11.00 $ 3,850.00 $ 350.00 $ 122,500.00 $ 61.52 $ 21,532.00 F-310 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 36"-42"DIA. LF 350 $ 13.00 $ 4,550.00 $ 450.00 $ 157,500.00 $ 66.36 $ 23,226.00 F-311 BYPASS PUMPING OPERATION-BYPASSING LINE 2-8"DIA. DAY 8 $ 800.00 $ 6,400.00 $ 3,500.00 $ 28,000.00 $ 5,773.50 $ 46,188.00 F-312 BYPASS PUMPING OPERATION-BYPASSING LINE 10"-12"DIA. DAY 8 $ 1,000.00 $ 8,000.00 $ 3,500.00 $ 28,000.00 $ 6,961.50 $ 55,692.00 F-313 BYPASS PUMPING OPERATION-BYPASSING LINE 15"-18"DIA. DAY 8 $ 1,200.00 $ 9,600.00 $ 4,500.00 $ 36,000.00 $ 8,113.50 $ 64,908.00 F-314 BYPASS PUMPING OPERATION-BYPASSING LINE 24"-30"DIA. DAY 8 $ 1,400.00 $ 11,200.00 $ 5,500.00 $ 44,000.00 $ 9,735.00 $ 77,880.00 F-315 BYPASS PUMPING OPERATION-BYPASSING LINE 36"-42"DIA. DAY 8 $ 1,600.00 $ 12,800.00 $ 6,500.00 $ 52,000.00 $ 12,796.50 $ 102,372.00 F-316 FURNISH VACUUM TRUCK TANDEM FOR CONTROL OF WW FLOW 24-HR PERIOD DAY 2 $ 3,500.00 $ 7,000.00 $ 9,500.00 $ 19,000.00 $ 8,400.00 $ 16,800.00 F-401 ALLOWANCE FOR WELL POINTING FOR MANHOLE OR LINE WORK AL 1 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 F-501 PRE CCTV-CLEAN&TELEVISE WJV LINES LINES 8"-18" LF 200 $ 5.00 $ 1,000.00 $ 16.00 $ 3,200.00 $ 15.00 $ 3,000.00 F-502 POST CCTV-TELEVISE WJV LINES LINES 8"-18" LF 200 $ 4.00 $ 800.00 $ 6.00 $ 1,200.00 $ 5.00 $ 1,000.00 F-503 OTHER CCTV-CLEAN&TELEVISE WW LINES LINES 8"-18" LF 200 $ 5.00 $ 1,000.00 $ 16.00 $ 3,200.00 $ 15.00 $ 3,000.00 F-504 OTHER CCTV-CLEAN&TELEVISE WW LINES LINES>18"-42" LF 100 $ 8.00 $ 800.00 $ 35.00 $ 3,500.00 $ 35.00 $ 3,500.00 F-505 CCTV REVERSE SET-UP UNABLE TO TRAVERSE LINE ON INITIAL SET-UP EA 4 $ 600.00 $ 2,400.00 $ 500.00 $ 2,000.60 $ 500.00 $ 2,000.00 F-506 CCTV SET-UPS EA 2 $ 450.00 $ 900.00 $ 250.00 $ 500.00 $ 250.00 $ 500.00 F-507 WJV LINE HEAVY CLEANING LINES 8"-18" LF 50 $ 40.00 $ 2,000.00 $ 30.00 $ 1,500.00 $ 30.00 $ 1,500.00 F-508 WdV LINE HEAVY CLEANING(LINES>18"-42" LF 50 $ 50.00 $ 2,500.00 $ 50.00 $ 2,500.00 $ 50.00 $ 2,500.00 F-509 OBSTRUCTION REMOVAL BY REMOTE DEVICE ALL DEPTHS EA 1 $ 600.00 $ 600.00 $ 650.00 $ 650.00 $ 650.00 $ 650.00 F-510 OBSTRUCTION REMOVAL BY EXCAVATION 0'-12'DEPTH EA 2 $ 600.00 $ 1,200.00 $ 5,400.00 $ 10,800.00 $ 3,760.50 $ 7,521.00 F-511 OBSTRUCTION REMOVAL BY EXCAVATION >12'DEPTH EA 1 $ 600.00 $ 600.00 $ 9,800.00 $ 9,800.00 $ 7,498.00 $ 7,498.00 F-512 CLEAN&CCTV MANHOLE/MANHOLE INSPECTION EA 10 $ 250.00 $ 2,500.00 $ 750.00 $ 7,500.00 $ 750.00 $ 7,500.00 F-601 TRAFFIC CONTROL PLAN,RESIDENTIAL AREAS(3RD PARTY ENGINEER CERTIFIED) EA 2 $ 3,000.00 $ 6,000.00 $ 7,500.00 $ 15,000.00 $ 7,500.00 $ 15,000.00 ALLOWANCE FOR PREPARATION AND IMPLEMENTATION OF A TRAFFIC CONTROL F-602 PLAN(NON-RESIDENTIAL WORK SITES) AL 1 $ 130,750.00 $ 130,750.00 $ 130,750.00 $ 130,750.00 $ 130,750.00 $ 130,750.00 F-701 POTHOLING(0'-12'DEPTH) EA 1 $ 4,000.00 $ 4,000.00 $ 5,000.00 $ 5,000.00 $ 3,680.00 $ 3,680.00 F-702 POTHOLING(>12"DEPTH) EA 1 $ 4,000.00 $ 4,000.00 $ 8,000.00 $ 8,000.00 $ 7,475.00 $ 7,475.00 F-703 TREE REMOVAL(>6"DIA.TRUNK) EA 3 $ 3,500.00 $ 10,500.00 $ 550.00 1$ 1,650.00 $ 566.95 1$ 1,700.85 Page 5 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Mandel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 D&J Utility Services LLC Southern Trenchless Solutions National Povaer Rodding Corp. F_ PROJECT NO.24148 and Citywide Wastemter IDIQ Manhole Improvements 113 Candlelite 1200 W Expressway 83 2500 W.Arthington St. BASE BID Ln Sinton,Texas 78387 La Fen a,Texas 78559 Chicago,Illinois 6061 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT F-704 POWER POLE SUPPORT EA 1 $ 12,000.00 $ 12,000.00 $ 4,000.00 $ 4,000.00, $ 3,998.55 $ 3,998.55 ALLOWANCE FOR OTHER TRENCHLESS TECHNOLOGIES FOR REHABILITATION OF F-705 WASTEWATER MANHOLES AND LINES I AL 1 $ 100 000.00 $ 100,000.00 $ 100 000.00 $ 100 000.00 $ 100,000.00 $ 100,000.00 SUBTOTAL PART F-GENERAL SITE WORK Items F-101 thru F-705 $ 526,330.00 $ 1,166,452.00 $ 954,905.35 Part G-WATER IMPROVEMENTS G1 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS AL 1 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 $ 30,000.00 1$ 3Q000.00 SUBTOTAL PART D-WATER IMPROVEMENTS Item G1 $ 30,000.00 $ 30,000.00 $ 30000.00 TOTAL BASE BID $ 3,637,191.00 $ 3,891,631.24 $ 4,036,332.07 ****Notes regarding any bidder deemed Non-Responsive or Non-Responsible***** Page 6 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Maridel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 Bridges Specialties Inc RUTS Construction Reytec Construction PROJECT NO.24148 and Citywide Wastewater IDIQ Manhole Improvements 4233 FM 624 1150 Blue Mound Rd W Suite 821 1901 Hollister Street BASE BID Robstown,Texas 78380 Haslet,Texas 76052 Houston,Texas 77080 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNITPRICE AMOUNT UNIT PRICE AMOUNT Part A-GENERAL Al Mobilization(Max. of Part LS 1 $ 200,000.00 $ 200,000.02 $ 146,125.00 $ 146,125.00 $ 150,000.00 $ 150,000.00 A2 Bonds&Insurance AL 1 $ 80,000.00 $ 80,000.00 $ 80,000.00 $ 80,000.00 $ 80,000.00 $ 80,000.00 SUBTOTAL PARTA-GENERAL(ItemsAll thru A2) $ 280,000.00 $ 226,125.00 $ 230,000.00 Part B-WW MANHOLE IMPROVEMENTS B-101 FIBERGLASS WWMH-4 FT DIA. 0'-6'DEPTH EA 2 $ 15,000.00 $ 30,000.00 $ 16,800.00 $ 33,600.00 $ 28,000.00 $ 56,000.00 B-102 FIBERGLASS WWMH-4 FT DIA. EXTRA DEPTH,OVER 6'DEPTH VF 4 $ 1,500.00 $ 6,000.00 $ 2,250.00 $ 9,000.00 $ 680.00 $ 2,720.00 B-103 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA. 0'-6'DEPTH EA 2 $ 16,500.00 $ 33,000.00 $ 12,225.00 $ 24,450.00 $ 34,000.00 $ 68,000.00 B-104 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 4 $ 1,800.00 $ 7,200.00 $ 2,170.00 $ 8,680.00 $ 800.00 $ 3,200.00 B-105 POLYMER CONCRETE WWMH-4 FT DIA.(0'-6'DEPTH) EA 2 $ 17,000.00 $ 34,000.00 $ 22,792.00 $ 45,584.00 $ 36,000.00 $ 72,000.00 B-106 POLYMER CONCRETE WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 4 $ 2,000.00 $ 8,000.00 $ 6,155.00 $ 24,620.00 $ 1,100.00 $ 4,400.00 B-201 FIBERGLASS WWMH-4 FT DIA.(0'-6'DEPTH) EA 3 $ 18,000.00 $ 54,000.00 $ 13,193.00 $ 39,579.00 $ 28,000.00 $ 84,000.00 B-202 FIBERGLASS WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 10 $ 1,500.00 $ 15,000.00 $ 1,842.00 $ 18,420.00 $ 680.00 $ 6,800.00 B-203 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA.(0'-6'DEPTH) EA 2 $ 19,500.00 $ 39,000.00 $ 10,192.00 $ 20,384.00 $ 32,000.00 $ 64,000.00 B-204 CONCRETE W/ANTI-MICROBIAL WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 10 $ 1,800.00 $ 18,000.00 $ 1,335.00 $ 13,350.00 $ 800.00 $ 8,000.00 B-205 POLYMER CONCRETE WWMH-4 FT DIA.(0'-6'DEPTH) EA 2 $ 16,500.00 $ 33,000.00 $ 22,792.00 $ 45,584.00 $ 34,000.00 $ 68,000.00 B-206 POLYMER CONCRETE WWMH-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 10 $ 1,800.00 $ 18,000.00 $ 2,930.00 $ 29,300.00 $ 1,000.00 $ 10,000.00 NEW RING & COVER, STANDARD - 36" OPENING, 12" CONCRETE COLLAR, B-301 CONCRETE ROADWAY EA 2 $ 6,000.00 $ 12,000.00 $ 5,385.00 $ 10,770.00 $ 5,400.00 $ 10,800.00 NEW RING&COVER,STANDARD-36"OPENING,12"CONCRETE COLLAR,ASPHALT B-302 ROADWAY EA 2 $ 6,000.00 $ 12,000.00 $ 5,426.00 $ 10,852.00 $ 5,400.00 $ 10,800.00 B-303 NEW RING&COVER,STANDARD-36"OPENING,12"CONCRETE COLLAR,UNPAVED EA 2 $ 5,000.00 $ 10,000.00 $ 5,426.00 $ 10,852.00 $ 5,400.00 $ 10,800.00 B-304 NEW RING&COVER,STANDARD-36"OPENING,DRIVEWAY/SIDEWALK EA 2 $ 6,000.00 $ 12,000.00 $ 5,426.00 $ 10,852.00 $ 5,400.00 $ 10,800.00 NEW RING&COVER,STANDARD-36"OPENING,18"CONCRETE COLLAR,RAISED B-305 PROTECTION EA 2 $ 6,200.00 $ 12,400.00 $ 5,426.00 $ 10,852.00 $ 6,100.00 $ 12,200.00 NEW RING & COVER, STANDARD - 30" OPENING, 12" CONCRETE COLLAR, B-306 CONCRETE ROADWAY EA 4 $ 5,500.00 $ 22,000.00 $ 4,685.00 $ 18,740.00 $ 4,100.00 $ 16,400.00 NEW RING&COVER,STANDARD-30"OPENING,12"CONCRETE COLLAR,ASPHALT B-307 ROADWAY EA 4 $ 5,500.00 $ 22,000.00 $ 4,685.00 $ 18,740.00 $ 4,100.00 $ 16,400.00 B-308 NEW RING&COVER,STANDARD-30"OPENING,12"CONCRETE COLLAR,UNPAVED EA 4 $ 4,500.00 $ 18,000.00 $ 4,685.00 $ 18,740.00 $ 4,100.00 $ 16,400.00 B-309 NEW RING&COVER,STANDARD-30"OPENING,DRIVEWAY/SIDEWALK EA 4 $ 5,500.00 $ 22,000.00 $ 4,685.00 $ 18,740.00 $ 4,100.00 $ 16,400.00 NEW RING&COVER,STANDARD-30"OPENING,18"CONCRETE COLLAR,RAISED B-310 PROTECTION EA 4 $ 5,300.00 $ 21,200.00 $ 4,685.00 $ 18,740.00 $ 4,900.00 $ 19,600.00 NEW RING&COVER,36"OPENING-UPGRADE TO COMPOSITE MH NEW RING& B-311 COVER EA 2 $ 4,800.00 $ 9,600.00 $ 10,047.00 $ 20,094.00 $ 7,400.00 $ 14,800.00 NEW RING&COVER,30"OPENING-UPGRADE TO COMPOSITE MH NEW RING& B-312 COVER EA 4 $ 4,500.00 $ 18,000.00 $ 7,365.00 $ 29,460.00 $ 6,600.00 $ 26,400.00 MANHOLE RAISED PROTECTION,18"CONCRETE COLLAR(>5'ABOVE GROUND B-313 ELEVATION VF 4 $ 2,500.00 $ 10,000.00 $ 1,883.00 $ 7,532.00 $ 1,500.00 $ 6,000.00 Page 7 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Maridel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 Bridges Specialties Inc RUTS Construction Reytec Construction PROJECT NO.24148 and Citywide Wastewater IDIO Manhole Improvements 4233 FM 624 1150 Blue Mound Rd W Suite 821 1901 Hollister Street BASE BID Robstown,Texas 78380 Haslet,Texas 76052 Houston,Texas 77080 ITEM DESCRIPTION UNIT CITY UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT B-401 FIBERGLASS WWMH INSERT-4 FT DIA. 0'-6'DEPTH EA 8 $ 10,000.00 $ 80,000.00 $ 10,795.00 $ 86,360.00 $ 40,000.00 $ 320,000.00 B-402 FIBERGLASS WWMH INSERT-4 FT DIA. EXTRA DEPTH,OVER 6'DEPTH VF 70 $ 1,500.00 $ 105,000.00 $ 1,135.00 $ 79,450.00 $ 440.00 $ 30,800.00 B-403 CONCRETE W/ANTI-MICROBIAL WWMH INSERT-4 FT DIA. 0'-6'DEPTH EA 2 $ 12,000.00 $ 24,000.00 $ 13,937.00 $ 27,874.00 $ 50,000.00 $ 100,000.00 CONCRETE W/ANTI-MICROBIAL WWMH INSERT-4 FT DIA.(EXTRA DEPTH,OVER 6' B-404 DEPTH) VF 3 $ 1,800.00 $ 5,400.00 $ 1,410.00 $ 4,230.00 $ 750.00 $ 2,250.00 B-405 POLYMER CONCRETE WWMH INSERT-4 FT DIA.(0'-6'DEPTH) EA 2 $ 12,000.00 $ 24,000.00 $ 17,462.00 $ 34,924.00 $ 54,000.00 $ 108,000.00 B-406 POLYMER CONCRETE WWMH INSERT-4 FT DIA.(EXTRA DEPTH,OVER 6'DEPTH) VF 4 $ 1,800.00 $ 7,200.00 $ 2,465.00 $ 9,860.00 $ 1,000.00 $ 4,000.00 B-501 POLYMERIC COATING SYSTEM(CLASS A)-4 FT DIA.WWMH VF 275 $ 850.00 $ 233,750.00 $ 537.00 $ 147,675.00 $ 660.00 $ 181,500.00 B-502 POLYMERIC COATING SYSTEM CLASS A-OVER 4 FT DIA.WWMH OR STRUCTURE SF 100 $ 75.00 $ 7,500.00 $ 33.00 $ 3,300.00 $ 220.00 $ 22,000.00 B-503 POLYMERIC COATING SYSTEM CLASS C-4 FT DIA.WWMH VF 280 $ 750.00 $ 210,000.00 $ 619.00 $ 173,320.00 $ 727.00 $ 203,560.00 B-504 POLYMERIC COATING SYSTEM(CLASS C)-OVER 4 FT DIA.WWMH OR STRUCTURE SF 100 $ 75.00 $ 7,500.00 $ 702.00 $ 70,200.00 $ 636.00 $ 63,600.00 B-505 CEMENTITIOUS COATING(CLASS B)1"THICKNESS-4 FT DIA.WWMH VF 1,200 $ 375.00 $ 450,000.00 $ 520.00 $ 624,000.00 $ 630.00 $ 756,000.00 CEMENTITIOUS COATING(CLASS B)1-THICKNESS-OVER 4 FT DIA.WWMH OR B-506 STRUCTURE SF 110 $ 40.00 $ 4,400.00 $ 37.00 $ 4,070.00 $ 112.00 $ 12,320.00 B-507 CEMENTITIOUS COATING(CLASS C)2"THICKNESS-4 FT DIA.WWMH VF 280 $ 425.00 $ 119,000.00 $ 586.00 $ 164,080.00 $ 680.00 $ 190,400.00 CEMENTITIOUS COATING(CLASS C)2"THICKNESS-OVER 4 FT DIA.WWMH OR B-508 STRUCTURE SF 100 $ 55.00 $ 5,500.00 $ 40.00 $ 4,000.00 $ 210.00 $ 21,000.00 B-601 CURED-IN-PLACED MANHOLE LINER(TYPE II)-4 FT DIA VF 30 $ 1,200.00 $ 36,000.00 $ 1,235.00 $ 37,050.00 $ 1,150.00 $ 34,500.00 B-602 CURED-IN-PLACED MANHOLE LINER(TYPE III)-4 FT DIA VF 30 $ 1,400.00 $ 42,000.00 $ 1,284.00 $ 38,520.00 $ 1,200.00 $ 36,000.00 B-701 RECONSTRUCT MANHOLE BRICK CORBEL ALL SIZES EA 4 $ 2,000.00 $ 8,000.00 $ 7,500.00 $ 30,000.00 $ 3,500.00 $ 14,000.00 B-702 RECONSTRUCT MANHOLE FRP CONE ALL SIZES EA 4 $ 6,500.00 $ 26,000.00 $ 8,680.00 $ 34,720.00 $ 8,100.00 $ 32,400.00 B-703 RECONSTRUCT MANHOLE BENCH&INVERTS ALL SIZES EA 18 $ 1,500.00 $ 27,000.00 $ 4,802.00 $ 86,436.00 $ 2,000.00 $ 36,000.00 B-704 INSTALL FRAME SEAL-36"OPENING EA 2 $ 950.00 $ 1,900.00 $ 1,106.00 $ 2,212.00 $ 1,030.00 $ 2,060.00 B-705 INSTALL FRAME SEAL-30"OPENING EA 2 $ 900.00 $ 1,800.00 $ 1,032.00 $ 2,064.00 $ 965.00 $ 1,930.00 B-706 INSTALL FRAME SEAL-24"OPENING EA 2 $ 850.00 $ 1,700.00 $ 970.00 $ 1,940.00 $ 900.00 $ 1,800.00 B-707 LOCATE BURIED MANHOLE EA 1 $ 2,000.00 $ 2,000.00 $ 1,936.00 $ 1,936.00 $ 1,700.00 $ 1,700.00 B-708 ADJUST EXISTING MANHOLE TO GRADE,BURIED MANHOLE EA 2 $ 5,500.00 $ 11,000.00 $ 6,185.00 $ 12,370.00 $ 4,400.00 $ 8,800.00 B-709 ADJUST EXISTING MANHOLE TO GRADE EA 2 $ 3,000.00 $ 6,000.00 $ 5,830.00 $ 11,660.00 $ 4,400.00 $ 8,800.00 B-710 RESET OFFSET FRAME EA 2 $ 1,500.00 $ 3,000.00 $ 2,027.00 $ 4,054.00 $ 3,100.00 $ 6,200.00 B-711 REMOVE&REPLACE RING&COVER,W/STANDARD MH COVER-36"OPENING EA 5 $ 4,500.00 $ 22,500.00 $ 7,620.00 $ 38,100.00 $ 7,300.00 $ 36,500.00 B-712 REMOVE&REPLACE RING&COVER,W/STANDARD MH COVER-30"OPENING EA 5 $ 4,000.00 $ 20,000.00 $ 6,711.00 $ 33,555.00 $ 6,000.00 $ 30,000.00 B-713 REMOVE&REPLACE RING&COVER,W/STANDARD MH COVER-24"OPENING EA 46 $ 3,750.00 $ 172,500.00 $ 6,465.00 $ 297,390.00 $ 5,900.00 $ 271,400.00 B-714 REMOVE&REPLACE RING&COVER,W/COMPOSITE MH COVER-36"OPENING EA 2 $ 6,500.00 $ 13,000.00 $ 13,312.00 $ 26,624.00 $ 9,300.00 $ 18,600.00 B-715 REMOVE&REPLACE RING&COVER,W/COMPOSITE MH COVER-30"OPENING EA 2 $ 5,000.00 $ 10,000.00 $ 10,300.00 $ 20,600.00 $ 7,300.00 $ 14,600.00 Page 8 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Maridel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 Bridges Specialties Inc RUTS Construction Reytec Construction PROJECT NO.24148 and Citywide Wastewater IDIO Manhole Improvements 4233 FM 624 1150 Blue Mound Rd W Suite 821 1901 Hollister Street BASE BID Robstown,Texas 78380 Haslet,Texas 76052 Houston,Texas 77080 ITEM DESCRIPTION UNIT CITY UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT B-716 REMOVE&REPLACE RING&COVER,W/COMPOSITE MH COVER-24"OPENING EA 1 $ 4,500.00 $ 4,500.00 $ 8,775.00 $ 8,775.00 $ 6,000.00 $ 6,000.00 B-717 12"CONCRETE COLLAR,CONCRETE ROADWAY EA 4 $ 1,800.00 $ 7,200.00 $ 1,555.00 $ 6,220.00 $ 2,700.00 $ 10,800.00 B-718 12"CONCRETE COLLAR,ASPHALT ROADWAY EA 4 $ 1,500.00 $ 6,000.00 $ 1,555.00 $ 6,220.00 $ 2,700.00 $ 10,800.00 B-719 12"CONCRETE COLLAR,UNPAVED EA 4 $ 1,000.00 $ 4,000.00 $ 1,555.00 $ 6,220.00 $ 2,600.00 $ 10,400.00 B-720 18"CONCRETE COLLAR,RAISED PROTECTION EA 2 $ 1,500.00 $ 3,000.00 $ 2,065.00 $ 4,130.00 $ 3,100.00 $ 6,200.00 REMOVE EXISTING CONCRETE COLLAR(ALL SIZES)(NOT PART OF NEW MH OR B-721 CONE INSTALL) EA 4 $ 750.00 $ 3,000.00 $ 1,465.00 $ 5,860.00 $ 2,700.00 $ 10,800.00 B-722 INSTALL INFLOW INHIBITOR DISH(STAINLESS STEEL) EA 24 $ 850.00 $ 20,400.00 $ 1,856.00 $ 44,544.00 $ 1,100.00 $ 26,400.00 B-723 CHEMICALGROUT GAL 24 $ 150.00 $ 3,600.00 $ 220.00 $ 5,280.00 $ 2,400.00 $ 57,600.00 WW ACCESS CHAMBER WITH 24"RISER AND STANDARD 24"OPENING MH COVER, B-724 ALL DEPTHS EA 4 $ 8,000.00 $ 32,000.00 $ 11,370.00 $ 45,480.00 $ 16,700.00 $ 66,800.00 WW ACCESS CHAMBER WITH 30"RISER AND STANDARD 30"OPENING MH COVER, B-725 ALL DEPTHS EA 4 $ 9,000.00 $ 36,000.00 $ 13,482.00 $ 53,928.00 $ 19,200.00 $ 76,800.00 B-726 REMOVE&REPLACE AIR RELEASE VALVE EA 1 $ 11,000.00 $ 11,000.00 $ 17,360.00 $ 17,360.00 $ 23,000.00 $ 23,000.00 20' DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL B-727 DEPTHS) EA 2 $ 12,000.00 $ 24,000.00 $ 10,295.00 $ 20,590.00 $ 3,400.00 $ 6,800.00 10" DIA. EXTERNAL DROP CONNECTION AND CONCRETE ENCASEMENT (ALL B-728 DEPTHS) EA 2 $ 13,000.00 $ 26,000.00 $ 11,320.00 $ 22,640.00 $ 5,100.00 $ 10,200.00 B-729 DEPTHS) EA 2 $ 15,000.00 $ 30,000.00 $ 12,110.00 $ 24,220.00 $ 5,700.00 $ 11,400.00 SUBTOTAL PART B-WW MANHOLE IMPROVEMENTS(Items B-101 thru B-729) $ 2,394,750.00 $ 2,901,556.00 $ 3,539,640.00 PartC-WW UNEIMPROVEMENTS C-101 REMOVE AND REPLACE<8"SDR 26 PVC WW LINE 0'-12'DEPTH LF 10 $ 300.00 $ 3,000.00 $ 195.00 $ 1,950.00 $ 1,100.00 $ 11,000.00 C-102 REMOVE AND REPLACE<8"SDR 26 PVC WW LINE(>12"DEPTH) LF 10 $ 650.00 $ 6,500.00 $ 215.00 $ 2,150.00 $ 1,200.00 $ 12,000.00 C-103 REMOVE AND REPLACE 10'-12"SDR 26 PVC WW LINE(0'-12'DEPTH) LF 15 $ 350.00 $ 5,250.00 $ 230.00 $ 3,450.00 $ 1,100.00 $ 16,500.00 C-104 REMOVE AND REPLACE 10"12"SDR 26 PVC WW LINE(>12'DEPTH) LF 15 $ 750.00 $ 11,250.00 $ 235.00 $ 3,525.00 $ 1,300.50 $ 19,500.00 C-201 20'SDR 26 PVC WW LINE(0'-12'DEPTH) LF 10 $ 300.00 $ 3,000.00 $ 177.00 $ 1,770.00 $ 1,050.00 $ 10,500.00 C-202 20'SDR 26 PVC WW LINE(>12"DEPTH) LF 10 $ 650.00 $ 6,500.00 $ 182.00 $ 1,820.00 $ 1,200.00 $ 12,000.00 C-203 10"-12"SDR 26 PVC WW LINE(0'-12'DEPTH) LF 15 $ 350.00 $ 5,250.00 $ 207.00 $ 3,105.00 $ 1,100.00 $ 16,500.00 C-204 10"-12"SDR 26 PVC WW LINE(>12"DEPTH) LF 15 $ 750.00 $ 11,250.00 $ 212.00 $ 3,180.00 $ 1,150.00 $ 17,250.00 C-301 LOCATE SERVICE LINE FROM MAIN LINE EA 4 $ 5,000.00 $ 20,000.00 $ 3,875.00 $ 15,500.00 $ 2,700.00 $ 10,800.00 C-302 SERVICE RE-CONNECTION ON OPEN-CUT INSTALLED WW LINE),STANDARD EA 2 $ 2,500.00 $ 5,000.00 $ 2,990.00 $ 5,980.00 $ 8,000.00 $ 16,000.00 C-303 SERVICE RE-CONNECTION(ON OPEN-CUT INSTALLED WW LINE),DEEP(>8'DEPTH) EA 2 $ 3,500.00 $ 7,000.00 $ 3,282.00 $ 6,564.00 $ 8,000.00 $ 16,000.00 C-304 SERVICE LATERAL REPLACEMENT(0'-12'DEPTH MAIN)(<10 LF) LF 15 $ 300.00 $ 4,500.00 $ 1,681.00 $ 25,215.00 $ 7,300.00 $ 109,500.00 C-305 SERVICE LATERAL REPLACEMENT(>12'DEPTH MAIN)(<10 LF) LF 15 $ 650.00 $ 9,750.00 $ 2,300.00 $ 34,500.00 $ 8,600.00 $ 129,000.00 C-306 INSTALL 8"CLEANOUT EA 3 $ 2,500.00 $ 7,500.00 $ 3,045.00 $ 9,135.00 $ 3,600.00 $ 10,800.00 C-307 GROUT LATERAL CONNECTIONS(ALL SIZES,ALL DEPTHS) EA 4 $ 4,500.00 $ 18,000.00 $ 1,465.00 $ 5,860.00 $ 1,600.00 $ 6,400.00 C-401 REHAB<8"WW LINE(PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5) LF 20 $ 250.00 $ 5,000.00 $ 190.00 $ 3,800.00 $ 320.00 $ 6,400.00 Page 9 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Maridel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 Bridges Specialties Inc RUTS Construction Reytec Construction PROJECT NO.24148 and Citywide Wastewater IDIQ Manhole Improvements 4233 FM 624 1150 Blue Mound Rd W Suite 821 1901 Hollister Street BASE BID Robstown,Texas 78380 Haslet,Texas 76052 Houston,Texas 77080 ITEM DESCRIPTION UNIT QTY UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT C-402 REHAB 10"WW LINE PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5 LF 20 $ 275.00 $ 5,500.00 $ 200.00 $ 4,000.00 $ 334.00 $ 6,680.00 C-403 REHAB 12"WW LINE PNEUMATIC PIPE BURSTING W/HDPE DIPS DR 13.5 LF 10 $ 325.00 $ 3,250.00 $ 215.00 $ 2,150.00 $ 392.00 $ 3,920.00 C-404 STANDARD SERVICE RE-CONNECTION ON PIPE BURSTED WW LINE EA 4 $ 2,900.00 $ 11,600.00 $ 2,610.00 $ 10,440.00 $ 4,500.00 $ 18,000.00 C-405 DEEP SERVICE RE-CONNECTION(ON PIPE BURSTED WW LINE) EA 2 $ 5,500.00 $ 11,000.00 $ 4,190.00 $ 8,380.00 $ 4,800.00 $ 9,600.00 SUBTOTAL PARTC-WW LINE IMPROVEMENTS(Items C-101 thru C-405) $ 160,100.00 $ 152,474.00 $ 458,350.00 Part D-ABANDONMENT OF EXISTING UTILITIES D-101 ABANDON WW MANHOLE SIZES) EA 5 $ 3,000.00 $ 15,000.00 $ 3,013.00 $ 15,065.00 $ 2,500.00 $ 12,500.00 D-102 REMOVE WW MANHOLE(ALL SIZES)(NOT RELATED TO NEW MH INSTALL) VF 8 $ 750.00 $ 6,000.00 $ 921.00 $ 7,368.00 $ 375.00 $ 3,000.00 D-103 GROUT FILL&ABANDON IN PLACE WW LINE CY 5 $ 1,500.00 $ 7,500.00 $ 800.00 $ 4,000.00 $ 780.00 $ 3,900.00 SUBTOTAL PART -ABANDONMENTOF EXISTING UTILITIES(Items D-101 thmD-103)1 $ 28,500.00 $ 26,433.00 $ 19,400.00 Part E-TRENCH/PAVEMENT REPAIR AND SITE RESTORATION E-101 CUT&RESTORE HMAC PAVEMENT 3"THICK PAVEMENT,8"BASE&PRIME COAT SY 20 $ 350.00 $ 7,000.00 $ 323.00 $ 6,460.00 $ 234.00 $ 4,680.00 E-102 ADDITIONAL HMAC PAVEMENT THICKNESS 1/2"PER SY SY 20 $ 38.00 $ 760.00 $ 83.00 $ 1,660.00 $ 19.00 $ 380.00 E-103 CUT&RESTORE CONCRETE PAVEMENT(10"THICK PAVEMENT&BASE) SY 50 $ 550.00 $ 27,500.00 $ 545.00 $ 27,250.00 $ 324.00 $ 16,200.00 E-104 ADDITIONAL CONCRETE PAVEMENT THICKNESS(1"PER SY) SY 20 $ 55.00 $ 1,100.00 $ 116.00 $ 2,320.00 $ 40.00 $ 800.00 E-105 STREET HMAC RESTORATION-2"MILL&OVERLAY SY 20 $ 200.00 $ 4,000.00 $ 123.00 $ 2,460.00 $ 103.00 $ 2,060.00 E-106 STREET HMAC RESTORATION-3"MILL&OVERLAY SY 20 $ 225.00 $ 4,500.00 $ 140.00 $ 2,800.00 $ 116.00 $ 2,320.00 E-107 CEMENT STABILIZED SAND BACKFILL(1.5 SACKS OF CEMENT PER 1 CY OF SAND) TON 20 $ 150.00 $ 3,000.00 $ 180.00 $ 3,600.00 $ 85.00 $ 1,700.00 E-108 SELECT BACKFILL MATERIAL CY 20 $ 95.00 $ 1,900.00 $ 73.00 $ 1,460.00 $ 65.00 $ 1,300.00 E-109 FLOWABLE BACKFILL CY 20 $ 250.00 $ 5,000.00 $ 367.00 $ 7,340.00 $ 246.00 $ 4,920.00 E-201 REMOVE AND REPLACE CONCRETE DRIVEWAY SF 250 $ 55.00 $ 13,750.00 $ 63.00 $ 15,750.00 $ 30.00 $ 7,500.00 E-202 REMOVE AND REPLACE CONCRETE SIDEWALK SF 50 $ 55.00 $ 2,750.00 $ 65.00 $ 3,250.00 $ 28.00 $ 1,400.00 E-203 REMOVE AND REPLACE CURB AND GUTTER OR VALLEY GUTTER LF 50 $ 75.00 $ 3,750.00 $ 8Z00 $ 4,100.00 $ 278.00 $ 13,900.00 E-204 REMOVE AND REPLACE CURB RAMP EA 2 $ 3,500.00 $ 7,000.00 $ 7,758.00 $ 15,516.00 $ 6,700.00 $ 13,400.00 E-205 REMOVAL&REPLACEMENT OF CHAIN LINK FENCING LF 100 $ 80.00 $ 8,000.00 $ 94.00 $ 9,400.00 $ 39.00 $ 3,900.00 E-206 REMOVAL&REPLACEMENT OF WOOD FENCING LF 250 $ 85.00 $ 21,250.00 $ 73.00 $ 18,250.00 $ 46.00 $ 11,500.00 E-207 REMOVE,RELOCATE,AND REINSTALL MAIL BOX EA 3 $ 750.00 $ 2,250.00 $ 783.00 $ 2,349.00 $ 162.00 $ 486.00 E-208 SITE CLEARING AC 1 $ 8,500.00 $ 8,500.00 $ 8,750.00 $ 8,750.00 $ 10,400.00 $ 10,400.00 SUBTOTAL PARTE-TRENCH/PAVEMENT REPAIR AND SITE RESTORATION(Items E-101 thru E-208) $ 122,010.00 $ 132,715.00 $ 96,846.00 Part F-GENERAL SITE WORK F-101 TEMPORARY CONSTRUCTION ENTRANCE/EXIT EA 1 $ 5,000.00 $ 5,000.00 $ 5,775.00 $ 5,775.00 $ 3,900.00 $ 3,900.00 F-102 TEMPORARY SEDIMENT CONTROL FENCE(SILT FENCE AND/OR SILT BARRIER) LF 40 $ 5.50 $ 220.00 $ 9.00 $ 360.00 $ 10.00 $ 400.00 F-103 INLET PROTECTION EA 10 $ 85.00 $ 850.00 $ 248.00 $ 2,480.00 $ 260.00 $ 2,600.00 F-104 EROSION CONTROL-SODDING SY 50 $ 45.00 $ 2,250.00 $ 25.00 $ 1,250.00 $ 13.00 $ 650.00 Page 10 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Maridel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 Bridges Specialties Inc RUTS Construction Reytec Construction PROJECT NO.24148 and Citywide Wastewater IDIO Manhole Improvements 4233 FM 624 1150 Blue Mound Rd W Suite 821 1901 Hollister Street BASE BID Robstown,Texas 78380 Haslet,Texas 76052 Houston,Texas 77080 ITEM DESCRIPTION UNIT CITY UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT F-105 EROSION CONTROL-SEEDING SY 20 $ 30.00 $ 600.00 $ 17.00 $ 340.00 $ 3.00 $ 60.00 F-201 TRENCH SAFETY FOR WW LINE INSTALLATION 0'-12'DEPTH LF 15 $ 25.00 $ 375.00 $ 23.00 $ 345.00 $ 13.00 $ 195.00 F-202 TRENCH SAFETY FOR WW LINE INSTALLATION >12'DEPTH LF 15 $ 30.00 $ 450.00 $ 55.00 $ 825.00 $ 26.00 $ 390.00 F-203 EXCAVATION SAFETY FOR MANHOLES,WITHOUT LINE WORK(>5'-12'DEPTH) EA 10 $ 2,500.00 $ 25,000.00 $ 82.00 $ 820.00 $ 195.00 $ 1,950.00 F-204 EXCAVATION SAFETY FOR MANHOLES,WITHOUT LINE WORK(>12'DEPTH) EA 10 $ 7,500.00 $ 75,000.00 $ 163.00 $ 1,630.00 $ 260.00 $ 2,600.00 F-301 BYPASS PUMPING SET-UP-BYPASSING LINE 2-8"DIA. EA 1 1 $ 5,000.00 $ 5,000.00 $ 21,950.00 $ 21,950.00 $ 8,000.00 $ 8,000.00 F-302 BYPASS PUMPING SET-UP-BYPASSING LINE 10"-12"DIA. EA 1 $ 6,000.00 $ 6,000.00 $ 21,950.00 $ 21,950.00 $ 8,000.00 $ 8,050.00 F-303 BYPASS PUMPING SET-UP-BYPASSING LINE 15"-18"DIA. EA 1 $ 7,500.00 $ 7,500.00 $ 33,910.00 $ 33,910.00 $ 10,000.00 $ 10,000.00 F-304 BYPASS PUMPING SET-UP-BYPASSING LINE 24"-30"DIA. EA 1 $ 18,500.00 $ 18,500.00 $ 55,693.00 $ 55,693.00 $ 15,000.00 $ 15,000.00 F-305 BYPASS PUMPING SET-UP-BYPASSING LINE 36"-42"DIA. EA 1 $ 30,000.00 $ 30,000.00 $ 84,405.00 $ 84,405.00 $ 31,000.00 $ 31,000.00 F-306 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 2-8"DIA. LF 350 $ 85.00 $ 29,750.00 $ 7.00 $ 2,450.00 $ 15.00 $ 5,250.00 F-307 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 10"-12"DIA. LF 350 $ 95.00 $ 33,250.00 $ 8.00 $ 2,800.00 $ 16.00 $ 5,600.00 F-308 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 15"-18"DIA. LF 350 $ 200.00 $ 70,000.00 $ 8.00 $ 2,800.00 $ 30.00 $ 10,500.00 F-309 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 24"-30"DIA. LF 350 $ 300.00 $ 105,000.00 $ 10.00 $ 3,500.00 $ 42.00 $ 14,700.00 F-310 BYPASS PUMPING DISCHARGE PIPING-BYPASSING LINE 36"-42"DIA. LF 350 $ 500.00 $ 175,000.00 $ 20.00 $ 7,000.00 $ 65.00 $ 22,750.00 F-311 BYPASS PUMPING OPERATION-BYPASSING LINE 2-8"DIA. DAY 8 $ 2,500.00 $ 20,000.00 $ 4,950.00 $ 39,600.00 $ 750.00 $ 6,000.00 F-312 BYPASS PUMPING OPERATION-BYPASSING LINE 10"-12"DIA. DAY 8 $ 3,000.00 $ 24,000.00 $ 4,950.00 $ 39,600.00 $ 750.00 $ 6,000.00 F-313 BYPASS PUMPING OPERATION-BYPASSING LINE 15"-18"DIA. DAY 8 $ 3,500.00 $ 28,000.00 $ 4,950.00 $ 39,600.00 $ 750.00 $ 6,000.00 F-314 BYPASS PUMPING OPERATION-BYPASSING LINE 24"-30"DIA. DAY 8 $ 4,500.00 $ 36,000.00 $ 5,445.00 $ 43,560.00 $ 1,100.07$ 8,800.00 F-315 BYPASS PUMPING OPERATION-BYPASSING LINE 36"-42"DIA. DAY 8 $ 6,000.00 $ 48,000.00 $ 9,900.00 $ 79,200.00 $ 700.00 $ 5,600.00 F-316 FURNISH VACUUM TRUCK(TANDEM)FOR CONTROL OF WW FLOW(24-HR PERIOD) DAY 2 $ 8,500.00 $ 17,000.00 $ 8,910.00 $ 17,820.00 $ 7,000.00 $ 14,000.00 F-401 ALLOWANCE FOR WELL POINTING FOR MANHOLE OR LINE WORK AL 1 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 F-501 PRE CCTV-CLEAN&TELEVISE WW LINES(LINES 8"-18") LF 200 $ 20.00 $ 4,000.00 $ 6.00 $ 1,200.00 $ 30.00 $ 6,000.00 F-502 POST CCTV-TELEVISE WW LINES(LINES 8"-18") LF 200 $ 5.00 $ 1,000.00 $ 4.00 $ 800.00 $ 28.00 $ 5,600.00 F-503 OTHER CCTV-CLEAN&TELEVISE WW LINES(LINES 8"-18") LF 200 $ 17.00 $ 3,400.00 $ 6.00 $ 1,200.00 $ 40.00 $ 8,000.00 F-504 OTHER CCTV-CLEAN&TELEVISE WW LINES(LINES>18"-42") LF 100 $ 45.00 $ 4,500.00 $ 10.00 $ 1,000.00 $ 34.00 $ 3,400.00 F-505 CCTV REVERSE SET-UP(UNABLE TO TRAVERSE LINE ON INITIAL SET-UP) EA 4 $ 750.00 $ 3,000.00 $ 825.00 $ 3,300.00 $ 650.00 $ 2,600.00 F-506 CCTV SET-UPS EA 2 $ 250.00 $ 500.00 $ 578.00 $ 1,156.00 $ 455.00 $ 910.00 F-507 WW LINE HEAVY CLEANING LINES 8"-18" LF 50 $ 80.00 $ 4,000.00 $ 42.00 $ 2,100.00 $ 58.00 $ 2,900.00 F-508 WW LINE HEAVY CLEANING(LINES>18"-42" LF 50 $ 150.00 $ 7,500.00 $ 58.00 $ 2,900.00 $ 71.00 $ 3,550.00 F-509 OBSTRUCTION REMOVAL BY REMOTE DEVICE ALL DEPTHS EA 1 $ 1,500.00 $ 1,500.00 $ 825.00 $ 825.00 $ 650.00 $ 650.00 F-510 OBSTRUCTION REMOVAL BY EXCAVATION 0'-12'DEPTH EA 2 $ 7,500.00 $ 15,000.00 $ 6,805.00 $ 13,610.00 $ 600.00 $ 1,200.00 F-511 OBSTRUCTION REMOVAL BY EXCAVATION >12'DEPTH EA 1 $ 10,000.00 $ 10,000.00 $ 9,595.00 $ 9,595.00 $ 650.00 $ 650.00 F-512 CLEAN&CCTV MANHOLE/MANHOLE INSPECTION EA 10 $ 3,500.00 $ 35,000.00 $ 330.00 $ 3,300.00 $ 260.00 $ 2,600.00 F-601 TRAFFIC CONTROL PLAN,RESIDENTIAL AREAS(3RD PARTY ENGINEER CERTIFIED) EA 2 $ 10,000.00 $ 20,000.00 $ 12,377.00 $ 24,754.00 $ 6,500.00 $ 13,000.00 ALLOWANCE FOR PREPARATION AND IMPLEMENTATION OF A TRAFFIC CONTROL F-602 PLAN NON-RESIDENTIAL WORK SITES AL 1 $ 130,750.00 $ 130,750.00 $ 130,750.00 $ 130,750.00 $ 130,750.00 $ 130,750.00 F-701 POTHOLING(0'-12'DEPTH) EA 1 $ 4,500.00 $ 4,500.00 $ 7,015.00 $ 7,015.00 $ 1,560.00 $ 1,560.00 F-702 POTHOLING(>12"DEPTH) EA 1 $ 6,500.00 $ 6,500.00 $ 10,520.00 $ 10,520.00 $ 2,600.00 $ 2,600.00 F-703 TREE REMOVAL(>6"DIA.TRUNK) EA 3 1$ 1,500.00 $ 4,500.00 $ 665.00 $ 1,995.00 $ 1,300.00 $ 3,900.00 Page 11 of 12 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: CCW DESIGN ENGINEER:Maridel Jimenez,P.E. BID DATE: Thursday,January,30,2025 RFB 6252 Bridges Specialties Inc RUTS Construction Reytec Construction PROJECT NO.24148 and Citywide Wastewater IDIQ Manhole Improvements 4233 FM 624 1150 Blue Mound Rd W Suite 821 1901 Hollister Street BASE BID Robstown,Texas 78380 Haslet,Texas 76052 Houston,Texas 77080 ITEM DESCRIPTION UNIT QTY UNITPRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT F-704 POWER POLE SUPPORT EA 1 $ 5,000.00 $ 5,000.00 $ 6,000.00 $ 6,000.00 $ 2,040.00 $ 2,040.00 F-705 WASTEWATER MANHOLES AND LINES AL 1 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 SUBTOTAL PART -GENERAL SITE WORK(Items F-101 thru F-705)1 $ 1,223,395.00 $ 931,683.00 $ 581,855.00 Part G-WATER IMPROVEMENTS 31 AL 1 $ 30,000.00 $ 3Q000.00 $ 30000.00 $ 3Q000.00 $ 30,000.00 $ 30,000.00 SUBTOTAL PARTD-WATER IMPROVEMENTS(item G1) $ 30,000.00 1 $ 30,000.00 1 $ 30,000.00 TOTAL BASE BID $ 4,238,755.00 $ 4,400,986.00 $ 4,956,091.00 ****Notes regarding any bidder deemed Non-Responsive or Non-Responsible***** Page 12 of 12 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 23148/24082/25082/25148 CITYWIDE PROJECT Project Name City-Wide Wastewater ID/IQ Type Reconditioning-Asset Department Wastewater Useful Life 25 years Contact Director of Water Utilities Category Wastewater System Maint. Priority Priority Level 1 Council District City-Wide Status Active Description The City-Wide Indefinite Delivery/Indefinite Quantity program is a long-term initiative designed to reduce the number and volume of sanitary sewer overflows(SSO)as well as infiltration and inflow(I/I)within the city.It is a key component of the life cycle program component to address collection system conveyance and manhole infrastructure requirements within the city.The program will identify,prioritize,and implement specific capital improvement projects in a phased design and construction approach to extend the service life,improve flows,improve water quality,reduce overflows and cave-ins and reduce long-term maintenance costs.The scope of work includes,but is not limited to:rehabilitation and/or replacement of manholes,rehabilitation and/or replacement of gravity collection lines and/or force mains by pipe bursting,cured-in-place pipe,and/or open-cut method for lines up to 36-inches in diameter,gravity line point repairs,dewatering through well pointing,control of wastewater flows through bypass pumping,cleaning and televised inspection of conduits,etc.This project continues into the long-range plan. Justification This project will allow for the City to successfully meet the conditions outlined in the Consent Decree. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 33,821,366 22,000,000 22,000,000 22,000,000 99,821,366 Design 511,256 200,000 200,000 200,000 1,111,256 Eng,Admin Reimbursements 3,435,950 350,000 350,000 350,000 4,485,950 Total 37,768,572 22,550,000 22,550,000 22,550,000 105,418,572 Funding Sources Prior Years 2025 2026 2027 Total PAYGO 2,392,247 8,000,000 8,000,000 8,000,000 26,392,247 Revenue Bonds 35,376,325 14,550,000 14,550,000 14,550,000 79,026,325 Total 37,768,572 22,550,000 22,550,000 22,550,000 105,418,572 Budget Impact/Other 71 The implementation of this program will reduce sanitary sewer overflows and decrease maintenance and response expenditures. 312 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 NOT TO SCALE Project Number: 24148 CITYWIDE WASTEWATER IDIQ - CITY COUNCIL EXHIBIT MANHOLE IMPROVEMENTS CITY OF CORPUS CHRISTI,TEXAS IDIQ FY2024 DEPARTMENT OF ENGINEERING SERVICES Jtzr Corpus Chr sti Engineering Citywide Wastewater Indefinite Delivery Indefinite Quantity (IDIQ) - Manhole Improvements FY2024 Council Presentation u� May 06 2025 Project Location AL Corpus Chr sti Engineering a VIgNIT'MAP � CITYWIDE PROJECT e� a I AERIAL MAP Project Number:24148 2 Project Scope y Corpus Chr sti Engineering A brief summary of proposed improvements is as follows: • Project will include rehabilitation, replacement, and point repair of wastewater collection system manholes and pipelines. • Work includes dewatering through well pointing, control of wastewater flow through bypass pumping, cleaning and televised of pipelines as needed, and site restoration to pre-existing or better conditions. • Work also includes emergency response Delivery Orders that require Contractor to always have management personnel and crews available and on-call during the Contract to provide emergency response on-call services. 3 Project Schedule Corpus Chr sti Engineering 2024 1 1 1 • December - May April - April Bid/Award Construction Projected Schedule reflects City Council award in May 2025 with anticipated completion in April 2026. se 00 � w o F v NCORPOft 185 2 AGENDA MEMORANDUM Action Item for the City Council Meeting of May 6, 2025 DATE: May 06, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services ieffreye(a�cctexas.com (361) 826-3851 Nicholas Winkelmann, P.E., Director of Water Systems and Support Services nickw(u-)-cctexas.com (361) 826-1796 Sergio Villasana Jr, CPA CGFO, CIA, Director of Finance sergiov2acctexas.com (361) 826-3227 Construction Contract Award and Professional Services Contract Amendment ONSWTP Filtration System Hydraulic Improvements CAPTION: Motion awarding a construction contract to Reytec Construction Resources, Inc., of Houston, Texas, in an amount up to $20,991,575.94 and authorizing Amendment No. 3 to the professional services contract with Plummer Associates, Inc., of Corpus Christi, to provide construction phase services in an amount of$55,767.00 for a total contract value up to$1,274,626.00 for the Filtration System Hydraulic Improvements at O.N. Stevens Water Treatment Plant (ONSWTP), located in Council District 1, with FY 2025 funding available from the Water CIP Fund. SUMMARY: This motion approves a construction contract for the modifications to the ONSWTP filter piping and ancillary items to improve the filter hydraulics. The improvements will improve the overall filter efficiency and provide humidity control and turbidity monitoring to the filter galleries. In addition to the construction contract, a professional services contract amendment No. 3 would be authorized to provide construction phase services in support of this project. BACKGROUND AND FINDINGS: The City of Corpus Christi owns and operates the O.N. Stevens Water Treatment Plant (ONSWTP). The ONSWTP consists of Water Treatment Plant (WTP) 1, built in 1950 with twelve filters and WTP2, built in 1981 with ten filters. The filtration system components and equipment that has reached its end of service life. The project is required component of the established strategic plan for resiliency and capacity. Below is the project specific scope: • Remove and replace filter influent and backwash waste gates and actuators. • Remove and replace filter effluent, filter-to-waste, filter backwash, and air scour valves and actuators. • Remove and replace filter effluent flow meters. • Modify filter-to-waste piping to improve hydraulic efficiency • Remove the existing weirs in junction box vaults. • Install combined filter effluent sample piping to the existing analyzer structure. • Installation of a sampling pump and turbidity meter. • Apply Tnemec Aerolon coating on filter effluent, filter-to-waste, and filter backwash piping in the filter galleries. Completion of this project is critical to the overall reliability and resiliency strategic plan for the ONSWTP, that has been developed by Corpus Christi Water(CCW). The resiliency strategic plan provides a sequence for O.N. Stevens capital improvement projects that would address capacity constraints, future flows, and replacements/upgrades of outdated equipment. Together these projects when complete will increase the reliable treatment capacity of the O.N. Stevens Water Treatment Plant from 105 MGD to 135 MGD. This strategic plan for O.N. Stevens includes the projects as shown in the table below. Project Status Estimated Project Completion Date Pre-sedimentation Dredging Construction 2028 Raw Water and Chemical Improvement Construction 2027 Projects Filtration System Hydraulic Improvements Pending Council 2026 Approval Chlorine System Improvements Advertised for Bid 2028 Flocculator and Basin Improvements Design 2027 Solids Handling Design 2029 This action item also authorizes a professional services contract amendment No. 3 to Plummer Associates to provide construction phase services in support of this project services in an amount of $55,767.00, for a total contract value not to exceed $1,274,626.00. The construction phase services are to oversee the construction of the project and provide technical assistance to the contractor. The initial contract was for $49,973.00 to prepare the preliminary engineering report, the amendment No. 1 was for the detailed design of the project and the amendment No. 2 was for the $55,767.00 to make specification changes to refrigerant type, electrical, mechanical and HVAC systems. PROJECT TIMELINE: •22 - 2025 2024 • • • • September - January Sep - May May - October Design Bid/Award Construction Project schedule reflects City Council award in May 2025 with anticipated construction completion by October 2026. COMPETITIVE SOLICITATION PROCESS: On September 15, 2024, the Contracts and Procurement Department issued a Request for Bids (RFB #6126) for the Filtration System Hydraulic Improvements at O.N. Stevens Water Treatment Plant (ONSWTP) project. On February 18, 2025, the City received two bids. The city analyzed the bids according to the contract documents and determined that Reytec Construction Resources, 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 Cost, the city decided to proceed with the project. A summary of the bid is provided below. BID SUMMARY Contractor Base Bid 1 Alternate 1 Base Bid 1 +Alternate 1 Reytec Construction $20,464,576.04 $526,999.90 $20,991,575.94 Associated Construction $20,826,500.00 $509,250.00 $21,335,750.00 Partners, Ltd. Engineer's Opinion of Probable Construction $15,915,000.00 $1,363,000.00 $17,278,000.00 Cost Base bid 1 is to bid the project as designed. The Alternate 1 is to apply Tnemec Aerolon additional coating on filter gallery piping, furnish and install stainless steel bolts, nuts and washer sets for pipe flanges. Reytec Construction has successfully worked on numerous similar construction projects for the City of Corpus Christi. Listed below are the recent projects that have been completed or under construction: • Raw Water Influent and Chemical Facilities Improvements at ONSWTP in an amount of $86,679,500.00 on March 19, 2024. This project is currently under construction. • Nueces River Raw Water Pump Station Transmission Main in an amount of$7,421,500.00 on March 28, 2023. This project is currently under construction. • O.N. Stevens Clearwell No. 3 in an amount of $3,387,006, subcontractor to CSA. This project is currently under construction. ALTERNATIVES: City Council could choose not to award the construction contract to the low bidder, Reytec Construction Resources, Inc. This would delay infrastructure upgrades and hinder the planned operational resiliency upgrades at the ONSWTP. FISCAL IMPACT: The fiscal impact for Corpus Christi Water in FY25 is an amount of$55,767.00 for the professional services contract amendment and $20,991,575.94 for the construction contract with funding available from the Water Capital Fund. The shortfall in funding was transferred from the Mary Rhodes Pipeline Phase 1 Condition Assessment and Improvements Project ($2,241,575.94) and Fund 4491 Reserve ($55,767.00). FUNDING DETAIL: Fund: Water 2024 CIP(Fund 4491) Department: Water(45) Organization: Grants & Capital Projects Funds (89) Project: ONSWTP Filtration System Hydraulic Improvements (Project 19032) Account: Design (550950) Activity: 19032A4491 EXP Amount: $55,767.00 Fund: Water2024 CIP(Fund 4491) Department: Water(45) Organization: Grants& Capital Projects Funds (89) Project: ONSWTP Filtration System Hydraulic Improvements (Project 19032) Account: Construction (550910) Activity: 19032A4491 EXP Amount: $20,991,575.94 RECOMMENDATION: Staff recommends awarding the construction contract to Reytec Construction Resources, Inc. of Houston, Texas for the ONSWTP Filtration System Hydraulic Improvements project in the amount of $20,991,575.94 for Total Base Bid plus selected Alternate 1, and authorize a professional services contract amendment No. 3 to Plummer Associates, Inc., of Corpus Christi, Texas, to provide construction phase services in an amount of$55,767.00 for a total contract value not to exceed $1,274,626.00. The construction duration is planned for 17 months from issuance of the Notice to Proceed to begin construction in May 2025. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Maps Bid Tabulation CIP Page Presentation TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Kat Marotta,EIT DESIGN ENGINEER:Marshall Plunk,PE BID DATE: Tuesday,February 18,2025 RFB 6126 Reytec Construction Associated Construction Partners,LLC. PROJECT NO.19032A ON Stevens WTP Filtration System Hydraulic Improvements 1901 Hollister St 215 W Bandera Rd BASE BID Houston,TX 77080 Boerne,TX 78006 ITEM DESCRIPTION UNIT QTY UNIT PRICE AMOUNT UNIT PRICE AMOUNT Part A-GENERAL Al Mobilization(Maximum 5%of Project Total) LS 1 $ 420,000.00 $ 420,000.00 $ 750,000.00 $ 750.000.00 A2 Bands and Insurance(2 A Maximum) AL 1 $ 70,000.00 $ 70,000.00 $ 252,000.00 $ 252.000.00 A3 Allowance for Unforeseen Items AL 1 $ 50,000.00 $ 60,000.00 $ 50,000.00 $ 50.000.00 A4 Stormwater Pollution Protection Plan and Maintenance LS 1 $ 5,000.00 $ 5,000.00 $ 10,000.00 $ 10.000.00 $ $ $ $ $ $ $ $ $ 8 $ $ $ 8 $ $ SUBTOTAL PART A-GENERAL(Items Al thru A4) $ 545,000.00 $ 1,062,000.00 Part F-WATER IMPROVEMENTS ON Stevenls Water Treatment Plant Improvements(all work for the improvements included F1 in the Contract Documents that are not specifically described in another Bid Item) LS 1 $18,130,574.00 $18,130,574.00 $18,750,000.00 $18,750,000.00 F2 Bypass Pumping for Filters 1-12 while isolated from combined influent channel. INK 12 $ 72,916.67 $ 875,000.04 $ 15,000.00 $ 180.000.00 F3 Crack injection in Filters 1.12 Influent Channels using SikaFix HH LV LF 200 1$ 225.00 $ 45,000.00 $ 200.00 $ 40.000.00 F4 Coat Filters 1.12 Concrete Influent Channels per Section 09 91 00 LS 1 $ 766,000.00 $ 766,000.00 $ 700,000.00 $ 700.000.00 F5 Drill 1.5-inch diameter cores far electrical conduit LF 600 $ 141.57 $ 85,002.00 $ 130.00 $ 78.000.00 F6 Drill 2.25-inch diameter cores for electrical conduit LF 60 $ 300.00 $ 18,000.00 $ 275.00 $ 16.500.00 $ 8 $ $ SUBTOTAL PART F-WATER IMPROVEMENTS(Items F1 thru F6) $19,919,676.04 $19,764,500.00 TOTAL BASE BID $ 20,464,576.04 $ 20 826,500.00 Notes regarding any bidder deemed Non-Responsive or Non-Responsible""""" PART I-ADDITIVE Furnish and apply Tnemec Aerolon additional coating on Filer Gallery process piping at 11 150 ml thickness. SF 10,000 $ 47.20 $ 472,000.00 $ 45.00 $ 450,000.00 Furnish and install additional 316 stainless steel bolts,nuts.,and washer sets for 12-inch 12 pipe flanges. EA 30 $ 100.00 $ 3,000.00 $ 135.00 $ 4,050.00 Furnish and install additional 316 stainless steel bolts,nuts.,and washer sets for 14-inch 13 pipe flanges. EA 30 $ 166.67 $ 5,000.10 $ 130.00 $ 5,400.00 Furnish and install additional 316 stainless steel bolts,nuts.,and washer sets for 16-inch 14 pipe flanges. EA 30 $ 233.33 $ 6,999.90 $ 230.00 $ 6,900.00 Furnish and install additional 316 stainless steel bolts,nuts.,and washer sets for 20-inch 15 pipe flanges. I EA 30 $ 400.00 $ 12,000.00 $ 430.00 1$ 14,400.00 Furnish and install additional 316 stainless steel bolts,nuts.,and washer sets for 3binch 16 pipe flanges. EA 30 $ 933.33 $ 27,999.90 $ 950.00 $ 28,500.00 $ $ $ $ $ $ $ $ SUBTOTAL PART I-ADDITIVE(Items 11 thru 16) $ 626,999.90 $ 509,250.00 TOTAL ALTERNATE 1 BID $ 526,999.90 $ 509,250.00 Page 1 of 1 FY 25 thru FY 27 Capital Improvement Plan Project Pages Corpus Christi, Texas Project# 19032 Project Name ONSWTP Filtration System Hydraulic Improvements Contact Director of Corpus Christi Water Department Water Type Improvement/Additions Category Water Treatment Priority Priority Level 1 Status Active Useful Life 25 years Council District 1 Description This project will upgrade filtration system components and equipment that has reached its end of service life.Additionally,the project will address post-filtration hydraulic issues.The project is required to obtain a reliable treatment capacity of 160 MGD from the O.N.Stevens Water Treatment Plant(ONSWTP).Improvements include but will not be limited to upgrades to filtration piping;replacement of filter gates,valve,and actuators;and filtration system effluent piping and channel hydraulic improvements. justification Proposed improvements will fix the hydraulics on the back end of the plant to achieve treatment capacity of 160 MGD. Expenditures Prior FY 25 FY 26 FY 27 Total Construction/Rehab 9,350,000 11,641,576 0 0 20,991,576 Eng,Admin Reimbursements 527,535 500,000 0 0 1,027,535 Inspection 150,000 100,000 0 0 250,000 Design 1,218,859 0 0 0 11218,859 Total 11,246,394 12,241,576 0 0 23,487,970 Funding Sources Prior FY 25 FY 26 FY 27 Total Revenue Bonds 11,246,394 12,241,576 0 0 23,487,970 Total 11,246,394 12,241,576 0 0 23,487,970 Budget Impact Upgrading the aging equipment will result in more efficient operations at the ONSWTP overall lowering operational and maintenance costs as well as allowing for increased treatment capacity. N 0 nN�s c� wncs PROJECT LOCATION W coaaus nreisn �iaN o Al P- e A� CORPUS CHRISTI BAY a�P �Q m �� �a oq �U cn Po oa avo °^A N1s Sao k N R � FM I 37 LOCATION MAP e wH,«AP NOT TO SCALE 4 LEOPARD ST.� - � -+JkF e. CID am 5� PROJECT LOCATION I . tiYCr y O.N. STEVENS WATER TREATMENT PLANT AERIAL MAP NOT TO SCALE PROJECT NUMBER: 19032A ONSWTP FILTRATION SYSTEM CITY COUNCIL EXHIBIT CITY OF CORPUS I,TEXAS HYDRAULIC IMPROVEMENT I\ . DEPARTMENT OF ENGINEERING SERVICES '��` O. N. Stevens Water Treatment Plant - Filtration System Hydraulic Improvements Nicholas Winkelmann, P.E. Director Water Systems and Support Services Corpus CCW Chgists WatlBeMay 6 2025 ervin the Coastal Bend Background ' The City of Corpus Christi (City) owns and r.. Y. operates the O.N. Stevens Water101 , s Treatment Plant (ONSWTP). The ONSWTP � x sr consists of Water Treatment Plant (WTP) 1 _ and WTP 2. • WTP 1 was built in 1955 and has 12 filters • WTP 2 was built in 1g81 and has 10 filters Q Completion of this project is critical to the overall reliability and resiliency strategic r plan that has,been developed for OIVSWTP r. ,by Corpus Christi Water(CCWJ, �•�:': ONSWTP Strategic Plan Projects • The strategic plan provides a sequence for ONSWTP capital improvement projects to improve resiliency and capacity • When complete, these projects will improve the resiliency of water plant operations and increase the reliable treatment capacity of ONSWTP from soy MGD to 135 MGD Estimated Project . - Date Pre-se• - • -•• • Construction 2028 Chemical.Raw Water and . . - - Projects Construction 2027 SystemFiLtration . .uLic Improvements Pending Council Approval 2026 ChLorine System ImprovementsAdvertised for Bid 2028 FLoccuLator and : . . - Design 2027 So Lids . . Design 2029 COV3 Project ScopeKIN 30• Remove and replace filter influent and backwash waste gates _- -` and actuators ` i • Remove and replace filter effluent, filter-to-waste, filter backwash, and air scour valves and actuators • Remove and replace filter effluent flow meters ek � • Modify filter-to-waste piping to improve hydraulic efficiency • Remove existing weirs injunction box vaults • Install combined filter effluent sample piping to the existing analyzer structure • Installation of a sampling pump and turbidity meter • Apply Tnemec Aero Lon coating on filter effluent, filter-to-waste, and filter backwash piping in the filter galleries Fiscal Impact The fiscal impact for Corpus Christi Water in FY25 is an amount Of$55,767.00 for the professional services contract amendment and $20,991,575.94 for the construction contract with funding available from the Water Capital Fund. • Currently the project has $18,750,000 budgeted for construction • The $2,241,575.94 difference between the budgeted amount and the contract amount Will be coming from $12,000,000 in savings from the Mary Rhodes Pipeline I Assessment and Improvements project Project Timeline •22 -2025 2024 • • • . September-January Sep - May May- October Design Bid/Award Construction Project schedule reflects City Council award in May 2025 with anticipated construction completion by October 2026. CCW'5 Staff Recommendation Staff recommends awarding the construction contract to Reytec Construction Resources, Inc. of Houston, Texas for the ONSWTP Filtration System Hydraulic Improvements project in the amount of $20,991,575.94 for Total Base Bid plus selected Alternate 1, and authorize a professional services contract amendment No. 3 to Plummer Associates, Inc., of Corpus Christi, Texas, to provide construction phase services in an amount of $55,767.00 for a total contract value not to exceed $1,274,626.00. Completion of this project is critical to the overall reliability and resiliency stra tegic plan tha t has,been developed for ONSWTP,by Corpus Christi Water(CCVO CCW'6 Thank you ! Corpus Christi Water- Serving the Coastal Bend se O F v ,NCORPRRAt E 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of May 06, 2025 DATE: May 06, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreyea-cctexas.com (361) 826-3851 Ernesto De La Garza, P.E., Director of Public Works ernestod2a-cctexas.com (361) 826-1677 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance & Procurement sergiov2a-cctexas.com (361) 826-3227 Construction Contract Award Calallen Drive— Red Bird Lane to Burning Tree Lane (Bond 2018, Proposition A) CAPTION: Resolution authorizing a construction contract with Bay, Ltd., of Corpus Christi, in an amount up to $2,858,521.20 for the reconstruction of Calallen Drive, from Red Bird Lane to Burning Tree Lane, with new asphalt pavement, ADA compliant sidewalks and curb ramps, signage, utility upgrades, and pavement markings, located in Council District 1 with FY 2025 funding available from the Street Bond 2018, Water, Wastewater, Storm Water, and Gas Funds. SUMMARY: This resolution awards a construction contract to Bay, Ltd. for the complete reconstruction of Calallen Drive from Red Bird Lane to Burning Tree Lane. The existing two-lane roadway will be demolished and rebuilt with asphalt pavement, sidewalks, ADA-compliant curb ramps, signage, and pavement markings. In addition to roadway improvements, the project includes enhancements to stormwater, water, wastewater, and gas infrastructure. BACKGROUND AND FINDINGS: On November 6, 2018, voters approved the City of Corpus Christi's Bond 2018 Program for a total of $96 million, encompassing fifty-six projects. The propositions passed on election day included projects for streets, parks and recreation, public health, public safety, library and cultural facilities improvements. Proposition A-Streets included $1.05 million for the reconstruction of Calallen Drive from Burning Tree to Red Bird. Calallen Drive from Burning Tree to Red Bird, is approximately 1,800 linear feet (0.34 miles). According to the City's Urban Transportation Plan, this section of Calallen Drive is classified as a C-1 Residential Collector, constructed in the early 1950's. Calallen Drive is currently a two-lane hot-mix asphalt concrete (HMAC) roadway with an average pavement width of 26 feet, one travel lane in each direction with ditches for storm drainage. This project involves reconstructing the existing roadway with new asphalt pavement, one travel lane in each direction, sidewalks, ADA-compliant curb ramps, signage, and pavement markings. It will replace aging utilities where applicable, improve the roadway to accommodate heavier traffic flows, and provide a safer driving experience. Calallen, from Burning Tree to Red Bird, was designed for both asphalt and concrete pavement based on the pavement design recommendations by Engineering Services and Public Works that was approved by the City Council on July 16, 2019 and amended on May 21, 2024. PROJECT TIMELINE 2019 - 2025 20251 1 June - February February-May May/June - May/June FQ/RFP Bid/Award Construction The project schedule reflects the City Council award in May 2025 with anticipated completion by May/June 2026. COMPETITIVE SOLICITATION PROCESS: On March 19, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6347) for Calallen Drive from Red Bird Lane to Burning Tree Lane. The solicitation contained asphalt and concrete pavement base bids. On March 19, 2025, the city received bids from four bidders: three for Asphalt and four for Concrete. The city analyzed the bids in accordance with the contract documents and determined that Bay, Ltd. was the lowest responsible bidder. A summary of the bids is provided below: Bidder Base Bid 1 Base Bid 2 (Asphalt Pavement) (Concrete Pavement) 1 Bay Ltd $2,858,521.20 $3,028,701.40 Corpus Christi,TX 2 Reytec Construction _ $3,809,690.00 Houston,TX 3 MAX Underground Construction, $3,268,165.25 $3,740,779.06 Corpus Christi, TX 4 JE Construction Services $3,441,604.00 $3,443,218.00 Corpus Christi, TX Engineer's Opinion of Probable $5,408,400.00 $5,685,960.00 Construction Cost The bid is well below the engineer's estimate, but staff do not have any concerns about awarding the contract to the low bidder. Bay is a very experienced contractor and are standing by their bid. The grouping of the four lowest bids indicate that the engineer likely overestimated the value of the work. Per City Council Policy 28 - Award Guidelines for Arterial and Collector Streets, an award recommendation for concrete pavement is made if the total cost of the concrete bid does not exceed $125,000 per lane mile ($17.75/SY) of the asphalt cost. When staff analyzed the asphalt section components versus the concrete section components, the concrete sections were not within the threshold.The total cost for asphalt pavement is$482.51 per SY and the total cost for concrete pavement is $455.39 per square yard. The cost differential for concrete is $27.12/SY which exceeds the allowable amount per Council Policy 28 of $17.75/SY. The streets in the adjacent neighborhood are also constructed of asphalt. Thus, staff recommends awarding the asphalt bid for the Calallen Drive from Burning Tree to Red Bird. Bay Ltd. has successfully completed numerous similar construction projects for the City of Corpus Christi. Some recently completed projects include: • 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 • Morgan Avenue (Staples to Ocean Drive): Bond 2014. Construction amount: $5,394,047.57 • Yorktown Blvd (Everhart to Lake Travis): Bond 2014. Construction amount $2,150,466.21 • South Staples Street (Baldwin to Kostoryz): Bond 2018. Construction amount: $14,156,464.49. Staff recommends that the City Council award the construction contract to the low bidder— Bay Ltd. ALTERNATIVES: City Council could choose not to award the construction 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 $2,858,521.20 for the reconstruction of Calallen Drive from Red Bird Lane to Burning Tree Lane. Project funds are available from Street Bond 2018, Water, Wastewater, Storm Water, and Gas allocations. Proposition A-Streets included $1.05 million for the reconstruction of Calallen Drive from Burning Tree to Red Bird. The additional fund of $1.8 million was transferred from other project savings within Bond 2018 and Revenue Bonds. FUNDING DETAIL: Fund: ST2020 Bd18 P1 (Fund 3556) Department: Streets (33) Organization: Grants & Capital Projects Funds (89) Project: Calallen Dr (Red Bird Ln to Burning Tree Ln) (Project No. 18009A) Account: Construction (550910) Activity: 18009A-3556-EXP Amount: $1,076,476.96 Fund: STWCP RR 032950 2023 (Fund 4536) Department: Storm Water (47) Organization: Grants & Capital Projects Funds (89) Project: Calallen Dr (Red Bird Ln to Burning Tree Ln) (Project No. 18009A) Account: Construction (550910) Activity: 18009A-4536-EXP Amount: $549,836.30 Fund: Water 2020 (Fund 4099) Department: Water (45) Organization: Grants & Capital Projects Funds (89) Project: Calallen Dr (Red Bird Ln to Burning Tree Ln) (Project No. 18009A) Account: Construction (550910) Activity: 18009A-4099-EXP Amount: $462,660.21 Fund: WWWCP RR 032950 2023 (Fund 4260) Department: Wastewater (46) Organization: Grants & Capital Projects Funds (89) Project: Calallen Dr (Red Bird Ln to Burning Tree Ln) (Project No. 18009A) Account: Construction (550910) Activity: 18009A-4260-EXP Amount: $704,476.45 Fund: GAS 2024 CIP (RvBds) (Fund 4566) Department: Gas (11) Organization: Grants & Capital Projects Funds (89) Project: Calallen Dr (Red Bird Ln to Burning Tree Ln) (Project No. 18009A) Account: Construction (550910) Activity: 18009A-4566-EXP Amount: $65,071.28 Total: $2,858.521.20 RECOMMENDATION: Staff recommends awarding the construction contract to Bay Ltd. for the HMAC pavement reconstruction of Calallen Drive from Red Bird Lane to Burning Tree Lane in the amount not to exceed $2,858,521.20. LIST OF SUPPORTING DOCUMENTS: Resolution Bid Tabs CIP Page Location &Vicinity Maps PowerPoint Presentation Resolution authorizing a construction contract with Bay, Ltd., Corpus Christi, Texas, in an amount up to $2,858,521.20 for the reconstruction of Calallen Drive from Red Bird Lane to Burning Tree Lane with new asphalt pavement, ADA compliant sidewalks and curb ramps, signage, utility upgrades, and pavement markings, located in Council District 1 with FY 2025 funding available from the Street Bond 2018, Water, Wastewater, Storm Water, 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 Calallen Drive, from Red Bird Lane to Burning Tree Lane, in the amount of $2,858,521.20. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary RFB 6347 Calallen Drive-Redbird to Burning Tree(Bond 2018)18009A ID'.RFB 6347 Item Description Unit Quantity Reytec,Construction Total Bay Ltd Total MAX Underground Costruction Total JE CONSTRUCTION SERVICES Total Al Mobilization LS 1.00 $0.00 $0.00 $5,000.00 $5,000.00 $7,905.00 $7,905.00 $10,640.00 $10,640.00 A2 Bonds and LS 1.00 $0.00 $0.00 $21,500.00 $21,500.00 $55,800.00 $55,800.00 $20,520.00 $20,520.00 A3 Clear Right-of-AC 2.80 $0.00 $0.00 $29,800.00 $83,440.00 $3,410.00 $9,548.00 $30,430.00 $85,204.00 A4 Ozone Day DAY 2.00 $0.00 $0.00 $140.00 $280.00 $1,116.00 $2,232.00 $2.00 $4.00 A5 Survey EA 2.00 $0.00 $0.00 $450.00 $900.00 $3,193.00 $6,386.00 $650.00 $1,300.00 A6 Traffic Control LS 1.00 $0.00 $0.00 $33,000.00 $33,000.00 $26,660.00 $26,660.00 $37,930.00 $37,930.00 A7 Traffic Control MO 12.00 $0.00 $0.00 $2,900.00 $34,800.00 $1,023.00 $12,276.00 $1,260.00 $15,120.00 A8 Message EA 1.00 $0.00 $0.00 $19,900.00 $19,900.00 $27,900.00 $27,900.00 $5,450.00 $5,450.00 A9 Temporary By 500.00 $0.00 $0.00 $18.00 $9,000.00 $64.23 $32,115.00 $76.00 $38,000.00 A10 Block Sodding By 4,150.00 $0.00 $0.00 $9.80 $40,670.00 $7.95 $32,992.50 $12.00 $49,800.00 All Silt Fence for LF 500.00 $0.00 $0.00 $5.50 $2,750.00 $5.33 $2,665.00 $7.00 $3,500.00 Al2 Curb Inlet EA 6.00 $0.00 $0.00 $160.00 $960.00 $180.83 $1,084.98 $395.00 $2,370.00 A13 Storm Water LS 1.00 $0.00 $0.00 $320.00 $320.00 $10,540.00 $10,540.00 $690.00 $690.00 A14 Allowance for LS 1.00 $0.00 $0.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Sub TMals - B1 Mobilization LS 1.00 $0.00 $0.00 $16,000.00 $16,000.00 $42,780.00 $42,780.00 $33,074.00 $33,074.00 B2 Street BY 6,853.00 $0.00 $0.00 $11.25 $77,096.25 $14.97 $102,589.41 $20.00 $137,060.00 B3 12"Lime BY 6,853.00 $0.00 $0.00 $18.00 $123,354.00 $15.97 $109,442.41 $28.00 $191,884.00 B4 8"Crushed By 6,853.00 $0.00 $0.00 $28.00 $191,884.00 $30.15 $206,617.95 $33.00 $226,149.00 B5 Prime Coat GAL 942.00 $0.00 $0.00 $5.70 $5,369.40 $8.10 $7,630.20 $6.00 $5,652.00 B6 One Course By 6,277.00 $0.00 $0.00 $4.30 $26,991.10 $5.94 $37,285.38 $5.00 $31,385.00 B7 3"HMACP BY 6,277.00 $0.00 $0.00 $31.00 $194,587.00 $41.38 $259,742.26 $28.00 $175,756.00 B8 6"Concrete SF 632.00 $0.00 $0.00 $26.00 $16,432.00 $12.77 $8,070.64 $14.00 $8,848.00 B9 6"Concrete SF 100.00 $0.00 $0.00 $62.00 $6,200.00 $33.48 $3,348.00 $17.00 $1,700.00 B10 2"Mill and BY 289.00 $0.00 $0.00 $30.00 $8,670.00 $48.91 $14,134.99 $75.00 $21,675.00 Ell Unanticipated SF 100.00 $0.00 $0.00 $26.00 $2,600.00 $7.13 $713.00 $11.00 $1,100.00 B12 Asphalt BY 52.00 $0.00 $0.00 $260.00 $13,520.00 $79.05 $4,110.60 $235.00 $12,220.00 B13 Concrete BY 64.00 $0.00 $0.00 $210.00 $13,440.00 $140.76 $9,008.64 $260.00 $16,640.00 B14 REFLPAV LF 320.00 $0.00 $0.00 $4.70 $1,504.00 $3.58 $1,145.60 $3.00 $960.00 B15 REFLPAV LF 45.00 $0.00 $0.00 $11.75 $528.75 $8.44 $379.80 $7.00 $315.00 B16 REFLPAV LF 3,001.00 $0.00 $0.00 $2.60 $7,802.60 $1.81 $5,431.81 $2.00 $6,002.00 B17 REFLPAV LF 108.00 $0.00 $0.00 $38.00 $4,104.00 $25.09 $2,709.72 $21.00 $2,268.00 B18 TY II-A-A EA 18.00 $0.00 $0.00 $59.00 $1,062.00 $31.86 $573.48 $32.00 $576.00 B19 TY II-B-B EA 4.00 $0.00 $0.00 $59.00 $236.00 $34.88 $139.52 $31.00 $124.00 B20 Furnish and EA 6.00 $0.00 $0.00 $840.00 $5,040.00 $857.67 $5,146.02 $815.00 $4,890.00 B21 Furnish and EA 3.00 $0.00 $0.00 $1,200.00 $3,600.00 $1,219.33 $3,657.99 $1,130.00 $3,390.00 B22 Furnish and EA 1.00 $0.00 $0.00 $390.00 $390.00 $403.00 $403.00 $376.00 $376.00 B23 Furnish and EA 4.00 $0.00 $0.00 $230.00 $920.00 $232.50 $930.00 $219.00 $876.00 B24 Furnish and EA 1.00 $0.00 $0.00 $270.00 $270.00 $291.40 $291.40 $264.00 $264.00 B25 Furnish and EA 1.00 $0.00 $0.00 $320.00 $320.00 $29,230.00 $29,230.00 $314.00 $314.00 B26 Furnish and EA 2.00 $0.00 $0.00 $470.00 $940.00 $37,920.00 $75,840.00 $455.00 $910.00 B27 Furnish and EA 1.00 $0.00 $0.00 $330.00 $330.00 $378.00 $378.00 $340.00 $340.00 B28 Furnish And EA 19.00 $0.00 $0.00 $630.00 $11,970.00 $634.00 $12,046.00 $620.00 $11,780.00 B29 Allowance for LS 1.00 $0.00 $0.00 $55,000.00 $55,000.00 $55,000.00 $55,000.00 $55,000,00 $55,000.00 Sub Totals $790,161.10 $998.775.82 $951,528.00 C1 Mobilization LS 1.00 $0.00 $0.00 $5,000.00 $5,000.00 $7,750.00 $7,750.00 $6,330.00 $6,330.00 C2 4"Thick SF 10,830.00 $0.00 $0.00 $7.90 $85,557.00 $11.30 $122,379.00 $9.00 $97,470.00 C3 Concrete Curb SF 1,404.00 $0.00 $0.00 $38.00 $53,352.00 $17.05 $23,938.20 $26.00 $36,504.00 C4 Sidewalk LF 50.00 $0.00 $0.00 $112.00 $5,600.00 $19.22 $961.00 $69.00 $3,450.00 C5 REFLPAV LF 153.00 $0.00 $0.00 $38.00 $5,814.00 $26.83 $4,104.99 $20.00 $3,060.00 C6 Unanticipated SF 100.00 $0.00 $0.00 $26.00 $2,600.00 $7.13 $713.00 $9.00 $900.00 C7 Allowance for LS 1.00 $0.00 $0.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 Sub Totals D1 , Mobilization LS 1.00 $0.00 $0.00 $7,600.00 $7,600.00 $15,810.00 $15,810.00 $21,120.00 $21,120.00 D2 12"Dim.RCP LF 659.00 $0.00 $0.00 $130.00 $85,670.00 $70.84 $46,683.56 $159.00 $104,781.00 D3 15"Dia.RCP LF 62.00 $0.00 $0.00 $130.00 $8,060.00 $70.00 $4,340.00 $124.00 $7,688.00 D4 15"Dia.RCP LF 145.00 $0.00 $0.00 $140.00 $20,300.00 $72.05 $10,447.25 $174.00 $25,230.00 D5 18"Dia.RCP LF 370.00 $0.00 $0.00 $170.00 $62,900.00 $74.23 $27,465.10 $196.00 $72,520.00 D6 36"Dia.RCP LF 127.00 $0.00 $0.00 $390.00 $49,530.00 $173.04 $21,976.08 $416.00 $52,832.00 D7 12"S.E.T. EA 19.00 $0.00 $0.00 $1,500.00 $28,500.00 $1,666.66 $31,666.54 $1,555.00 $29,545.00 D8 15"S.E.T. EA 5.00 $0.00 $0.00 $1,700.00 $8,500.00 $2,232.00 $11,160.00 $1,815.00 $9,075.00 D9 18"S.E.T. EA 2.00 $0.00 $0.00 $1,800.00 $3,600.00 $2,542.00 $5,084.00 $2,155.00 $4,310.00 D10 Post Inlet EA 2.00 $0.00 $0.00 $7,700.00 $15,400.00 $3,410.00 $6,820.00 $5,995.00 $11,990.00 D11 5'Standard EA 4.00 $0.00 $0.00 $8,500.00 $34,000.00 $3,069.00 $12,276.00 $7,185.00 $28,740.00 012 4'Dia. EA 2.00 $0.00 $0.00 $8,500.00 $17,000.00 $6,045.00 $12,090.00 $10,100.00 $20,200.00 D13 6"Header EA 50.00 $0.00 $0.00 $69.00 $3,450.00 $18.60 $930.00 $12.00 $600.00 014 6"Concrete LF 830.00 $0.00 $0.00 $46.00 $38,180.00 $19.72 $16,367.60 $28.00 $23,240.00 D15 Junction Box EA 1.00 $0.00 $0.00 $19,300.00 $19,300.00 $30,008.00 $30,008.00 $21,940.00 $21,940.00 D16 36"RCP Tie- EA 1.00 $0.00 $0.00 $1,600.00 $1,600.00 $2,728.00 $2,728.00 $5,211.00 $5,211.00 D17 36"Dia. EA 2.00 $0.00 $0.00 $1,300.00 $2,600.00 $759.50 $1,519.00 $2,655.00 $5,310.00 D18 Drainage Ditch LF 1,290.00 $0.00 $0.00 $15.50 $19,995.00 $12.50 $16,125.00 $17.00 $21,930.00 D19 Sidewalk EA 4.00 $0.00 $0.00 $1,700.00 $6,800.00 $961.00 $3,844.00 $3,785.00 $15,140.00 D20 Trench Safety LF 1,363.00 $0.00 $0.00 $2.20 $2,998.60 $7.11 $9,690.93 $7.00 $9,541.00 D21 Trench Safety EA 9.00 $0.00 $0.00 $490.00 $4,410.00 $2,838.22 $25,543.98 $940.00 $8,460.00 D22 6"THK Storm Sy 10.00 $0.00 $0.00 $900.00 $9,000.00 $533.20 $5,332.00 $1,860.00 $18,600.00 D23 12"Graded Cy 7.00 $0.00 $0.00 $630.00 $4,410.00 $116.91 $818.37 $470.00 $3,290.00 D24 6 OZ.Non- Sy 13.00 $0.00 $0.00 $30.00 $390.00 $28.62 $372.06 $56.00 $728.00 D25 18"Headwall EA 1.00 $0.00 $0.00 $9,100.00 $9,100.00 $1,860.00 $1,860.00 $9,460.00 $9,460.00 D26 Additional UG LS 1.00 $0.00 $0.00 $3,200.00 $3,200.00 $3,410.00 $3,410.00 $19,640.00 $19,640.00 D27 Allowance for LS 1.00 $0.00 $0.00 $29,000.00 $29,000.00 $29,000.00 $29,000,00 $29,000,00 $29,000.00 Sub Totals ® $495,493.60 $353,367.47 $580,121.00 El Mobilization LS 1.00 $0.00 $0.00 $5,000.00 $5,000.00 $20,770.00 $20,770.00 $24,179.00 $24,179.00 E2 6"Te-In EA 7.00 $0.00 $0.00 $2,700.00 $18,900.00 $2,143.43 $15,004.01 $4,780.00 $33,460.00 E3 8"Die.C900 LF 1,576.00 $0.00 $0.00 $83.00 $130,808.00 $49.21 $77,554.96 $82.00 $129,232.00 E4 8"Dia.D.I. LF 587.00 $0.00 $0.00 $110.00 $64,570.00 $81.34 $47,746.58 $142.00 $83,354.00 E5 8"Dia.11.25' EA 1.00 $0.00 $0.00 $550.00 $550.00 $1,252.40 $1,252.40 $1,015.00 $1,015.00 E6 8"Di..22.5" EA 4.00 $0.00 $0.00 $550.00 $2,200.00 $1,550.00 $6,200.00 $1,070.00 $4,280.00 E7 8"Dim.45'D.1.EA 42.00 $0.00 $0.00 $550.00 $23,100.00 $1,378.76 $57,907.92 $1,135.00 $47,670.00 E8 8"Gate Valve EA 15.00 $0.00 $0.00 $2,400.00 $36,000.00 $4,145.73 $62,185.95 $5,252.00 $78,780.00 E9 8"Tie-in EA 2.00 $0.00 $0.00 $4,000.00 $8,000.00 $2,697.00 $5,394.00 $5,315.00 $10,630.00 E10 8"x8"D.I. EA 7.00 $0.00 $0.00 $840.00 $5,880.00 $1,678.43 $11,749.01 $1,655.00 $11,585.00 E71 8"x6"D.I. EA 7.00 $0.00 $0.00 $440.00 $3,080.00 $1,341.86 $9,393.02 $740.00 $5,180.00 E12 Fire Hydrant EA 4.00 $0.00 $0.00 $7,100.00 $28,400.00 $9,827.00 $39,308.00 $9,760.00 $39,040.00 E13 1"Water EA 5.00 $0.00 $0.00 $950.00 $4,750.00 $1,723.60 $8,618.00 $5,110.00 $25,550.00 E14 1"Water EA 12.00 $0.00 $0.00 $1,100.00 $13,200.00 $2,025.33 $24,303.96 $5,130.00 $61,560.00 E15 Remove LF 100.00 $0.00 $0.00 $26.00 $2,600.00 $42.16 $4,216.00 $44.00 $4,400.00 E16 Abandon in LF 360.00 $0.00 $0.00 $8.30 $2,988.00 $5.86 $2,109.60 $26.00 $9,360.00 E17 Abandon in LF 1,700.00 $0.00 $0.00 $15.00 $25,500.00 $6.20 $10,540.00 $29.00 $49,300.00 E18 Trench Safety LF 2,163.00 $0.00 $0.00 $2.50 $5,407.50 $6.88 $14,881.44 $9.00 $19,467.00 E19 Allowance for LS 1.00 $0.00 $0.00 $36,000.00 $36,000.00 $36,000.00 $36,000,00 $36,000.00 $36,000.00 Sub Totals $455,134.85 $674,042.00 F1 Mobilization LS 1.00 $0.00 $0.00 $20,000.00 $20,000.00 $40,300.00 $40,300.00 $25,640.00 $25,640.00 F2 Removeand LF 50.00 $0.00 $0.00 $460.00 $23,000.00 $18.60 $930.00 $405.00 $20,250.00 F3 Rehab LF 963.00 $0.00 $0.00 $170.00 $163,710.00 $552.04 $531,614.52 $149.00 $143,487.00 F4 Rehab LF 396.00 $0.00 $0.00 $170.00 $67,320.00 $527.06 $208,715.76 $151.00 $59,796.00 F5 Remove EA 5.00 $0.00 $0.00 $7,000.00 $35,000.00 $1,922.00 $9,610.00 $6,250.00 $31,250.00 F6 Rehabilitate EA 1.00 $0.00 $0.00 $21,800.00 $21,800.00 $6,262.00 $6,26200 $18,920.00 $18,920.00 F7 4'Dia. EA 5.00 $0.00 $0.00 $24,300.00 $121,500.00 $9,672.00 $48,360.00 $21,155.00 $105,775.00 F8 Extra Depth VF 15.00 $0.00 $0.00 $730.00 $10,950.00 $1,005.00 $15,075.00 $630.00 $9,450.00 F9 Bypass LS 1.00 $0.00 $0.00 $79,500.00 $79,500.00 $34,100.00 $34,100.00 $207,110.00 $207,110.00 F10 8"Tie-in EA 6.00 $0.00 $0.00 $710.00 $4,260.00 $1,860.00 $11,160.00 $615.00 $3,690.00 F71 8"Te-In EA 2.00 $0.00 $0.00 $200.00 $400.00 $248.00 $496.00 $170.00 $340.00 F12 Trench Safety EA 5.00 $0.00 $0.00 $1,100.00 $5,500.00 $979.60 $4,898.00 $965.00 $4,825.00 F13 Adjust Existing EA 1.00 $0.00 $0.00 $2,500.00 $2,500.00 $1,922.00 $1,922.00 $2,176.00 $2,176.00 F14 Wastewater EA 17.00 $0.00 $0.00 $500.00 $8,500.00 $1,542.71 $26,226.07 $440.00 $7,480.00 F15 Wastewater EA 17.00 $0.00 $0.00 $350.00 $5,950.00 $1,256.41 $21,358.97 $300.00 $5,100.00 F16 8"Dia.PVC LF 48.00 $0.00 $0.00 $520.00 $24,960.00 $50.89 $2,442.72 $444.00 $21,312.00 F17 Allowance for LS 1.00 $0.00 $0.00 $40,000.00 $40,000.00 $40,000.00 $40,000,00 $40,000.00 $40,000.00 Sub Totals $0.00 $634,850.00 $1,003,471.04 $706,601.00 G1 Mobilization LS 1.00 $0.00 $0.00 $2,200.00 $2,200.00 $744.00 $744.00 $2,220.00 $2,220.00 G2 Trenching/Bac LF 2,140.00 $0.00 $0.00 $21.00 $44,940.00 $3.71 $7,939.40 $20.00 $42,800.00 G3 Adjust Existing EA 5.00 $0.00 $0.00 $1,300.00 $6,500.00 $756.40 $3,782.00 $1,810.00 $9,050.00 G4 Allowance for LS 1.00 $0.00 $0,00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000,00 $5,000.00 Sub Totals $0.00 , $58,640.00 $17,465.40 $59,070.00 Grand Total $0.00 """" $2,858,521.20 $3,268,165.25 $3,441,604.00 RFB 6347 Calallen Drive-Redbird to Burning Tree(Bond 2018)18009A ID'.RFB 6347 Itern Description Unit Quantity Reytec,Construction Total Bay Ltd Total MAX Underground Cmtruction Total JE CONSTRUCTION SERVICES Total Al Mobilization LS 1.00 $20,000.00 $20,000.00 $5,000.00 $5,000.00 $7,905.00 $7,905.00 $10,640.00 $10,640.00 A2 Bonds and LS 1.00 $75,000.00 $75,000.00 $22,330.00 $22,330.00 $55,800.00 $55,800.00 $20,480.00 $20,480.00 A3 Clear Right-of-AC 2.80 $11,000.00 $30,800.00 $28,750.00 $80,500.00 $3,410.00 $9,548.00 $30,430.00 $85,204.00 A4 Ozone Day DAY 2.00 $500.00 $1,000.00 $140.00 $280.00 $1,116.00 $2,232.00 $2.00 $4.00 A5 Survey EA 2.00 $1,500.00 $3,000.00 $440.00 $880.00 $3,193.00 $6,386.00 $650.00 $1,300.00 A6 Traffic Control LS 1.00 $13,000.00 $13,000.00 $32,700.00 $32,700.00 $26,660.00 $26,660.00 $37,930.00 $37,930.00 A7 Traffic Control MO 12.00 $17,000.00 $204,000.00 $2,800.00 $33,600.00 $1,023.00 $12,276.00 $1,260.00 $15,120.00 A8 Message EA 1.00 $10,000.00 $10,000.00 $19,700.00 $19,700.00 $27,900.00 $27,900.00 $5,450.00 $5,450.00 A9 Temporary By 500.00 $70.00 $35,000.00 $18.00 $9,000.00 $64.23 $32,115.00 $76.00 $38,000.00 A10 Block Sodding By 4,150.00 $7.00 $29,050.00 $9.70 $40,255.00 $7.95 $32,992.50 $12.00 $49,800.00 All Silt Fence for LF 500.00 $5.00 $2,500.00 $6.80 $3,400.00 $5.33 $2,665.00 $7.00 $3,500.00 Al2 Curb Inlet EA 6.00 $110.00 $660.00 $160.00 $960.00 $180.83 $1,084.98 $395.00 $2,370.00 A13 Storm Water LS 1.00 $17,000.00 $17,000.00 $320.00 $320.00 $10,540.00 $10,540.00 $690.00 $690.00 A14 Allowance for LS 1.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 $30,000.00 Sub Totals $471,010.00 $278,925.00 B1 Mobilization LS 1.00 $50,000.00 $50,000.00 $16,000.00 $16,000.00 $42,780.00 $42,780.00 $33,074.00 $33,074.00 B2 Street BY 6,853.00 $15.00 $102,795.00 $11.00 $75,383.00 $14.97 $102,589.41 $12.00 $82,236.00 B3 12"Lime BY 6,853.00 $30.00 $205,590.00 $17.75 $121,640.75 $15.97 $109,442.41 $28.00 $191,884.00 B4 6"Thick BY 6,408.00 $115.00 $736,920.00 $93.00 $595,944.00 $151.20 $968,889.60 $75.00 $480,600.00 B5 6"Concrete SF 632.00 $32.00 $20,224.00 $26.00 $16,432.00 $12.77 $8,070.64 $14.00 $8,848.00 B6 6"Concrete SF 100.00 $35.00 $3,500.00 $62.00 $6,200.00 $33.48 $3,348.00 $17.00 $1,700.00 B7 2 Mill and BY 289.00 $40.00 $11,560.00 $29.00 $8,381.00 $48.91 $14,134.99 $75.00 $21,675.00 B8 Unanticipated SF 100.00 $9.00 $900.00 $26.00 $2,600.00 $7.13 $713.00 $11.00 $1,100.00 B9 Asphalt BY 52.00 $145.00 $7,540.00 $250.00 $13,000.00 $79.05 $4,110.60 $235.00 $12,220.00 B10 Concrete BY 64.00 $230.00 $14,720.00 $200.00 $12,800.00 $140.76 $9,008.64 $260.00 $16,640.00 Ell REFLPAV LF 320.00 $3.00 $960.00 $4.70 $1,504.00 $3.58 $1,145.60 $3.00 $960.00 B12 REFLPAV LF 45.00 $7.00 $315.00 $11.75 $528.75 $8.44 $379.80 $7.00 $315.00 B13 REFLPAV LF 3,001.00 $2.00 $6,002.00 $2.60 $7,802.60 $1.81 $5,431.81 $2.00 $6,002.00 B14 REFLPAV LF 108.00 $23.00 $2,484.00 $37.00 $3,996.00 $25.09 $2,709.72 $21.00 $2,268.00 B15 TY II-A-A EA 18.00 $29.00 $522.00 $58.00 $1,044.00 $31.86 $573.48 $32.00 $576.00 Bib TY II-B-B EA 4.00 $39.00 $156.00 $58.00 $232.00 $34.88 $139.52 $31.00 $124.00 B17 Furnish and EA 6.00 $750.00 $4,500.00 $830.00 $4,980.00 $857.67 $5,146.02 $815.00 $4,890.00 B18 Furnish and EA 3.00 $1,040.00 $3,120.00 $1,200.00 $3,600.00 $1,219.33 $3,657.99 $1,130.00 $3,390.00 B19 Furnish and EA 1.00 $350.00 $350.00 $380.00 $380.00 $403.00 $403.00 $376.00 $376.00 B20 Furnish and EA 4.00 $200.00 $800.00 $220.00 $880.00 $232.50 $930.00 $219.00 $876.00 B21 Furnish and EA 1.00 $240.00 $240.00 $270.00 $270.00 $291.40 $291.40 $264.00 $264.00 B22 Furnish and EA 1.00 $290.00 $290.00 $320.00 $320.00 $29,230.00 $29,230.00 $314.00 $314.00 B23 Furnish and EA 2.00 $420.00 $840.00 $460.00 $920.00 $37,920.00 $75,840.00 $455.00 $910.00 B24 Furnish and EA 1.00 $325.00 $325.00 $360.00 $360.00 $378.00 $378.00 $340.00 $340.00 B25 Furnish And EA 19.00 $560.00 $10,640.00 $620.00 $11,780.00 $634.00 $12,046.00 $620.00 $11,780.00 826 Allowance for LS 1.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000.00 $70,000,00 $70,000.00 $70,000.00 Sup Tt•(*, ''I $1,471,389.63 C1 Mobilization LS 1.00 $10,000.00 $10,000.00 $5,000.00 $5,000.00 $7,750.00 $7,750.00 $6,330.00 $6,330.00 C2 4"Thick SF 10,830.00 $16.00 $173,280.00 $7.80 $84,474.00 $11.30 $122,379.00 $9.00 $97,470.00 C3 Concrete Curb SF 1,404.00 $48.00 $67,392.00 $38.00 $53,352.00 $17.05 $23,938.20 $26.00 $36,504.00 C4 Sidewalk LF 50.00 $56.00 $2,800.00 $110.00 $5,500.00 $19.22 $961.00 $69.00 $3,450.00 C5 REFLPAV LF 153.00 $23.00 $3,519.00 $37.00 $5,661.00 $26.83 $4,104.99 $20.00 $3,060.00 C6 Unanticipated SF 100.00 $5.00 $500.00 $26.00 $2,600.00 $7.13 $713.00 $9.00 $900.00 C7 Allowance for LS 1.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 $22,000.00 Sub Totals $279,491.00 $178,587.00 $181,846.19 $169,714.00 D1 , Mobilization LS 1.00 $15,000.00 $15,000.00 $7,600.00 $7,600.00 $15,810.00 $15,810.00 $21,120.00 $21,120.00 D2 12"Dia.RCP LF 659.00 $125.00 $82,375.00 $130.00 $85,670.00 $70.84 $46,683.56 $159.00 $104,781.00 D3 15"Dia.RCP LF 62.00 $136.00 $8,432.00 $130.00 $8,060.00 $70.00 $4,340.00 $124.00 $7,688.00 D4 15"Dia.RCP LF 145.00 $140.00 $20,300.00 $140.00 $20,300.00 $72.05 $10,447.25 $174.00 $25,230.00 D5 18"Dia.RCP LF 370.00 $170.00 $62,900.00 $170.00 $62,900.00 $74.23 $27,465.10 $196.00 $72,520.00 D6 36"Dia.RCP LF 127.00 $315.00 $40,005.00 $390.00 $49,530.00 $173.04 $21,976.08 $416.00 $52,832.00 D7 12"S.E.T. EA 19.00 $1,300.00 $24,700.00 $1,500.00 $28,500.00 $1,666.66 $31,666.54 $1,555.00 $29,545.00 D8 15"S.E.T. EA 5.00 $1,350.00 $6,750.00 $1,600.00 $8,000.00 $2,232.00 $11,160.00 $1,815.00 $9,075.00 D9 18"S.E.T. EA 2.00 $1,600.00 $3,200.00 $1,800.00 $3,600.00 $2,542.00 $5,084.00 $2,155.00 $4,310.00 D10 Post Inlet EA 2.00 $5,300.00 $10,600.00 $7,600.00 $15,200.00 $3,410.00 $6,820.00 $5,995.00 $11,990.00 D71 5'Standard EA 4.00 $5,500.00 $22,000.00 $8,400.00 $33,600.00 $3,069.00 $12,276.00 $7,185.00 $28,740.00 D12 4'Dia. EA 2.00 $6,500.00 $13,000.00 $8,400.00 $16,800.00 $6,045.00 $12,090.00 $10,100.00 $20,200.00 D13 6"Header EA 50.00 $50.00 $2,500.00 $69.00 $3,450.00 $18.60 $930.00 $12.00 $600.00 D14 6"Concrete LF 830.00 $6.00 $4,980.00 $45.00 $37,350.00 $19.72 $16,367.60 $28.00 $23,240.00 D15 Junction Box EA 1.00 $18,200.00 $18,200.00 $19,100.00 $19,100.00 $30,008.00 $30,008.00 $21,940.00 $21,940.00 D16 36"RCP Tie- EA 1.00 $1,000.00 $1,000.00 $1,600.00 $1,600.00 $2,728.00 $2,728.00 $5,211.00 $5,211.00 D17 36"Dia. EA 2.00 $1,000.00 $2,000.00 $1,300.00 $2,600.00 $759.50 $1,519.00 $2,655.00 $5,310.00 D18 Drainage Ditch LF 1,290.00 $10.00 $12,900.00 $15.25 $19,672.50 $12.50 $16,125.00 $17.00 $21,930.00 019 Sidewalk EA 4.00 $4,600.00 $18,400.00 $1,700.00 $6,800.00 $961.00 $3,844.00 $3,785.00 $15,140.00 D20 Trench Safety LF 1,363.00 $3.00 $4,089.00 $2.20 $2,998.60 $7.11 $9,690.93 $7.00 $9,541.00 D21 Trench Safety EA 9.00 $100.00 $900.00 $490.00 $4,410.00 $2,838.22 $25,543.98 $940.00 $8,460.00 D22 6"THK Storm Sy 10.00 $156.00 $1,560.00 $890.00 $8,900.00 $533.20 $5,332.00 $1,860.00 $18,600.00 D23 12"Graded Cy 7.00 $325.00 $2,275.00 $620.00 $4,340.00 $116.91 $818.37 $470.00 $3,290.00 D24 6 OZ.Non- Sy 13.00 $5.00 $65.00 $30.00 $390.00 $28.62 $372.06 $56.00 $728.00 D25 18"Headwall EA 1.00 $4,500.00 $4,500.00 $9,000.00 $9,000.00 $1,860.00 $1,860.00 $9,460.00 $9,460.00 D26 Additional UG LS 1.00 $3,000.00 $3,000.00 $3,200.00 $3,200.00 $3,410.00 $3,410.00 $19,460.00 $19,460.00 D27 Allowance for LS 1.00 $29,000.00 $29,000.00 $29,000.00 $29,000,00 $29,000.00 $29,000,00 $29,000.00 $29,000.00 Sub-ota''s $414,631,00 $492,571,10 _ $353,367,47 , $579,941.00 E1 Mobilization LS 1.00 $25,000.00 $25,000.00 $5,000.00 $5,000.00 $20,770.00 $20,770.00 $24,179.00 $24,179.00 E2 6"Te-In EA 7.00 $4,500.00 $31,500.00 $2,600.00 $18,200.00 $2,143.43 $15,004.01 $4,780.00 $33,460.00 E3 8"Dia.C900 LF 1,576.00 $134.00 $211,184.00 $82.00 $129,232.00 $49.21 $77,554.96 $82.00 $129,232.00 E4 8"Dia.D.I. LF 587.00 $225.00 $132,075.00 $110.00 $64,570.00 $81.34 $47,746.58 $142.00 $83,354.00 E5 8"Dia.11.25' EA 1.00 $710.00 $710.00 $550.00 $550.00 $1,252.40 $1,252.40 $1,015.00 $1,015.00 E6 8"Di..22.5" EA 4.00 $700.00 $2,800.00 $540.00 $2,160.00 $1,550.00 $6,200.00 $1,070.00 $4,280.00 E7 8"Dia.45'D.I.EA 42.00 $700.00 $29,400.00 $540.00 $22,680.00 $1,378.76 $57,907.92 $1,135.00 $47,670.00 E8 8"Gate Valve EA 15.00 $2,700.00 $40,500.00 $2,300.00 $34,500.00 $4,145.73 $62,185.95 $5,252.00 $78,780.00 E9 8"Tie-in EA 2.00 $4,500.00 $9,000.00 $3,900.00 $7,800.00 $2,697.00 $5,394.00 $5,315.00 $10,630.00 E10 8"x8"D.I. EA 7.00 $950.00 $6,650.00 $830.00 $5,810.00 $1,678.43 $11,749.01 $1,655.00 $11,585.00 E71 8"x6"D.I. EA 7.00 $590.00 $4,130.00 $430.00 $3,010.00 $1,341.86 $9,393.02 $740.00 $5,180.00 E12 Fire Hydrant EA 4.00 $12,200.00 $48,800.00 $7,000.00 $28,000.00 $9,827.00 $39,308.00 $9,760.00 $39,040.00 E13 1"Water EA 5.00 $1,100.00 $5,500.00 $940.00 $4,700.00 $1,723.60 $8,618.00 $5,110.00 $25,550.00 E14 1"Water EA 12.00 $1,400.00 $16,800.00 $1,100.00 $13,200.00 $2,025.33 $24,303.96 $5,130.00 $61,560.00 E15 Remove LF 100.00 $35.00 $3,500.00 $26.00 $2,600.00 $42.16 $4,216.00 $44.00 $4,400.00 E16 Abandon in LF 360.00 $20.00 $7,200.00 $8.20 $2,952.00 $5.86 $2,109.60 $26.00 $9,360.00 E17 Abandon in LF 1,700.00 $14.00 $23,800.00 $14.75 $25,075.00 $6.20 $10,540.00 $29.00 $49,300.00 E18 Trench Safety LF 2,163.00 $2.00 $4,326.00 $2.40 $5,191.20 $6.88 $14,881.44 $9.00 $19,467.00 E19 Allowance for LS 1.00 $36,000.00 $36,000.00 $36,000.00 $36,000.00 $36,000.00 $36,000.00 $36,000.00 $36,000.00 Sub Totals p F7 Mobilization LS 1.00 $30,000.00 $30,000.00 $20,000.00 $20,000.00 $40,300.00 $40,300.00 $25,640.00 $25,640.00 F2 Remove and LF 50.00 $48.00 $2,400.00 $460.00 $23,000.00 $18.60 $930.00 $405.00 $20,250.00 F3 Rehab LF 963.00 $250.00 $240,750.00 $170.00 $163,710.00 $552.04 $531,614.52 $149.00 $143,487.00 F4 Rehab LF 396.00 $270.00 $106,920.00 $170.00 $67,320.00 $527.06 $208,715.76 $151.00 $59,796.00 F5 Remove EA 5.00 $3,000.00 $15,000.00 $7,000.00 $35,000.00 $1,922.00 $9,610.00 $6,250.00 $31,250.00 F6 Rehabilitate EA 1.00 $18,000.00 $18,000.00 $21,500.00 $21,500.00 $6,262.00 $6,262.00 $18,920.00 $18,920.00 F7 4'Dia. EA 5.00 $16,000.00 $80,000.00 $24,100.00 $120,500.00 $9,672.00 $48,360.00 $21,155.00 $105,775.00 F8 Extra Depth VF 15.00 $500.00 $7,500.00 $720.00 $10,800.00 $1,005.00 $15,075.00 $630.00 $9,450.00 F9 Bypass LS 1.00 $40,000.00 $40,000.00 $78,600.00 $78,600.00 $34,100.00 $34,100.00 $207,110.00 $207,110.00 F10 8"Tie-in EA 6.00 $1,800.00 $10,800.00 $700.00 $4,200.00 $1,860.00 $11,160.00 $615.00 $3,690.00 F11 8"Tie-in EA 2.00 $1,850.00 $3,700.00 $190.00 $380.00 $248.00 $496.00 $170.00 $340.00 F12 Trench Safety EA 5.00 $500.00 $2,500.00 $1,100.00 $5,500.00 $979.60 $4,898.00 $965.00 $4,825.00 F13 Adjust Existing EA 1.00 $1,900.00 $1,900.00 $2,500.00 $2,500.00 $1,922.00 $1,922.00 $2,176.00 $2,176.00 F14 Wastewater EA 17.00 $1,000.00 $17,000.00 $500.00 $8,500.00 $1,542.71 $26,226.07 $440.00 $7,480.00 F15 Wastewater EA 17.00 $1,000.00 $17,000.00 $340.00 $5,780.00 $1,256.41 $21,358.97 $300.00 $5,100.00 F16 8"Dia.PVC LF 48.00 $360.00 $17,280.00 $510.00 $24,480.00 $50.89 $2,442.72 $444.00 $21,312.00 F17 Allowance for LS 1.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 $40,000.00 Sub Totals 0 1 G1 Mobilization LS 1.00 $4,000.00 $4,000.00 $2,200.00 $2,200.00 $744.00 $744.00 $2,220.00 $2,220.00 G2 Trenching/Bac LF 2,140.00 $41.00 $87,740.00 $21.00 $44,940.00 $3.71 $7,939.40 $20.00 $42,800.00 G3 Adjust Existing EA 5.00 $580.00 $2,900.00 $1,300.00 $6,500.00 $756.40 $3,782.00 $1,810.00 $9,050.00 G4 Allowance for LS 1.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000,00 $5,000.00 $5,000.00 Sub Totals $99,640.00 $58,640.00 $17,465.40 $59,070.00 Grand Total $3,809,690.00 $3,028,701.40 $3,740,779.06 $3,443,218.00 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project 9 18009 Project Name Calallen Dr(Red Bird Ln to Burning Tree Ln) Type Rehabilitation Department Public Works-Streets Useful Life 25 years Contact Director of Public Works Category Street-Rehabilitation Priority Priority Level 1 Council District 1 Status Active Description This project consists of reconstruction of existing roadway with new pavement,curb&gutter,sidewalk,ADA compliant curb ramps,signage, pavement markings,traffic signalization improvements,and concrete bus pads.Consideration will be given for improvements to bike mobility. 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 1,262,748 631,374 1,894,122 Design 311,455 311,455 Storm Water-St. 25,528 706,968 353,485 1,085,981 Wastewater-St 15,232 318,136 159,068 492,436 Water-St. 15,712 318,136 159,068 492,916 Gas-St. 1,442 70,697 35,348 107,487 Eng,Admin Reimbursements 54,203 322,574 161,288 538,065 Total 423,572 2,999,259 1,499,631 4,922,462 Funding Sources Prior Years 2025 2026 2027 Total G.O. Bond 2018 359,222 1,428,219 714,110 2,501,551 Revenue Bonds 64,350 1,571,040 785,521 2,420,911 Total 423,572 2,999,259 1,499,631 4,922,462 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. 218 Project Location ,� �� 4?�7yaIv �t � r s z:t, ' �f — �"� �v f• t �{ � K 1, J ♦ �p o "toy fl Location Map �4 -. � ' r � . _. ' ,< RIppLE r - i Jl•i. J � d f J r ♦� • ••'r` r Y .�rj, , �, 'f•7 .Y far r��. f�i� ♦ '•�"f a yr j+ A J h: '• iT< �J�cfa. ,' r. : ,f ' .f... f,• 3 � f . � 1..�, �' ' -_. -a:�� '�? �• r'.r • t� s /� C 7Q iii f �# ♦ �f Xry J f 1t •,,to Aaw p CIF 'a r, • .3 r('•e' rj �` „ � `� ZAMo ' � i` � 3�` • MOUNT N DLE 1 _ " OWN' �r y «+? r NOON. HILLWOOD ti -- vH � f l`PROJECT, NO. 18009A I CALALLEN - CITY COUNCIL EXHIBIT 1. BURNING TREE CITY OF CORPUS CHRISTI,TEXAS DEPARTMENT OF ENGINEERING SERVICES TO RED BIRD OCorppus sti Engineering Calallen (Burning Tree to Red Bir) - Council Presentation May 06, 2025 #Agikk Vicinity Map C*Ch, Engineering LocaWn Map A t w' PIkOIE614D-A&U49A CALkLLEH- CITY COUNCIL EXHIBIT BURNING TREE TO RED BIRD Construction Project Corpus Chr sti Engineering This resolution awards a construction contract to Bay, Ltd. for the complete reconstruction of Calallen Drive from Red Bird Lane to Burning Tree Lane. The existing two-lane roadway will be demolished and rebuilt with asphalt pavement, sidewalks, ADA-compliant curb ramps, signage, and pavement markings. In addition to roadway improvements, the project includes enhancements to stormwater, water, wastewater, and gas infrastructure. Project Schedule Corpus Chr sti Engineering 2019 - 2025 20251 1 June - February May May/June — Ma /June Design Bid/Award Construction Projected Schedule reflects City Council award in May 2025 with anticipated completion in May/June 2026. INFORMAL STAFF REPORT o " 1852 MEMORANDUM To: Keith Selman, Interim City Manager Thru: Mark Van Vleck, P.E., Assistant City Manage&CA/ Valerie H. Gray, P.E., Executive Director Public Works From: Jeff Edmonds, P.E., Director of Engineering Service Date: April 22, 2019 Subject: CITY COUNCIL ACTION REQUEST (CCAR) — HOT MIX ASPHALT CONCRETE (HMAC) & PORTLAND CEMENT CONCRETE (PCC) Pavements ISSUE: During the September 11, 2018 Council meeting, Councilmember Garza requested a review of the policy regarding bidding street reconstruction projects in both Hot Mix Asphalt Concrete (HMAC) pavement and Portland Cement Concrete (PCC) pavement. BACKGROUND & FINDINGS: Up to Bond 2008, the City would typically design arterial road reconstruction projects with HMAC pavement. This was assumed to be the more affordable pavement alternative. There were a small number of roads with PCC pavements at the time, but these were mostly built by others such as the US Navy. With Bond 2008, the City began to bid some of the arterial streets with both HMAC and PCC pavement designs. This resulted in multiple bid awards for the PCC pavement alternative. In 2013, the City upgraded the pavement design standards to a 30-year design life using the Association of State Highway Transportation Officials (AASHTO) Guide for Design of Pavement Structures.The change in design criteria, combined with market forces, created an environment where PCC became much more competitive with HMAC. In 2016, the City began designing and bidding all arterial Bond projects with both HMAC and PCC pavement alternatives. In 2016, the practice was to design both HMAC and PCC using a 30-year design life and award the bid to the lower cost pavement alternative. Bidding projects utilizing both PCC and HMAC designs enhanced competition among contractors and reduced costs. Several projects received lower bids for the PCC pavement alternative. In early 2017, council and staff began discussions about whether a premium was warranted for PCC pavement. There was a shared belief that PCC pavements offered maintenance savings and that the City should therefore be willing to pay a higher price for PCC pavement. At council request, Engineering Services' staff performed life cycle cost analysis (LCCA) comparing a proposed PCC maintenance plan with the City's existing HMAC maintenance plan. The results of that LCCA validated the belief that PCC offered reduced maintenance costs over HMAC. The analysis indicated that the City should be willing to pay an additional $100,000 per lane mile ($14.20/square yard) for PCC pavement based on maintenance savings. Staff adopted a policy of recommending award of the PCC alternative if it was within $100,000 per lane mile of the HMAC alternative.That policy was communicated to City Council in a CCAR dated June 2, 2017(Attachment 1)and has been applied to all bids on road bond projects since that date. This CCAR addresses the question raised at the September 11, 2018 City Council meeting, during discussion about the Rodd Field Road Improvement Project award. That project was bid with both HMAC and PCC pavement alternatives. The HMAC alternative was awarded; however, council had a question as to whether the $100,000 per lane mile adequately reflected the value of maintenance savings from PCC pavement. Freese and Nichols, Inc. (FNI) was tasked with re-evaluating the LCCA between HMAC and PCC pavements and providing a letter report with recommendations(Attachment 2). FNI conducted LCCA based on the recommended pavement preventative maintenance practices for both HMAC and PCC. Only 2% of the City's street network inventory is PCC pavement and the PCC preventative maintenance program is not fully developed. As a result, FNI was also tasked with developing a recommended PCC maintenance program for use in their analysis. FNI recommended applying three cost range options for bid award recommendations. o If the PCC alternative is within $96,000 per lane mile of the HMAC alternative, ■ FNI recommended accepting the PCC alternate. o If the PCC alternative is greater than $156,000 per lane mile more than HMAC, ■ FNI recommended accepting the HMAC alternate. o If the cost differential falls between $96,000 and $156,000 per lane mile, • FNI recommended using a decision matrix that would consider project-specific factors such as traffic volumes,truck percentage,number of driveways and other engineering factors. Although Engineering Services agrees with using the FNI decision matrix to decide which projects are appropriate to bid with both PCC and HMAC, staff also believes adopting a bid award recommendation policy that is known in advance by bidders is a more fair and transparent process. FNI's decision criteria are good to use in the Design Phase (not Bid Phase) when deciding whether it is appropriate to design and bid a project with both HMAC and PCC pavements. RECOMMENDATIONS: Engineering Services believes that FNI's analysis warrants raising the $100,000 per lane mile used in the current staff bid award recommendation policy. Staff is proposing to raise the amount to $125,000 per lane mile ($17.75/square yard), which is approximately the midpoint of the range ($96,000 and $156,000)where FNI recommends applying the decision matrix. Staff will be recommending the PCC alternate if the PCC bid is within $125,000 per lane mile of the HMAC alternative. Based on FNI's recommendations and staffs experience, Engineering Services feels that most arterials are good candidates to design and bid with both PCC and HMAC pavement. Residential collectors and residential streets are not as good candidates for PCC due to factors listed in the FNI decision matrix as well as other factors. Provided for your information, and in accordance with these recommendations, attached you will find proposed pavement designs for the Bond 2018 program (Attachment 3). ATTACHMENT 1 �US 0 INFORMAL STAFF REPORT MEMORANDUM To: Margie C. Rose, City Manager Thru: Mark Van Vleck, P.E., Assistant City Managef/601f Valerie H. Gray, P.E., Executive Director Public Works From: Jeff Edmonds, P.E., Director of Engineering Services Date: June 2, 2017 Subject: CITY COUNCIL ACTION REQUEST(CCAR) —April 25, 2017 BIDDING STREET BOND PROJECTS WITH BOTH PORTLAND CEMENT CONCRETE (PCC) AND HOT-MIX-ASPHALT-CONCRETE (HMAC) ISSUE: During the April 25, 2017 Councilmember Guajardo requested analysis on how to evaluate bids when projects are designed with both PCC and HMAC. BACKGROUND & FINDINGS: As per the attached memorandum, several of the Bond 2012. and Bond 2014 projects are being designed with bath HMAC and PCC pavements. When projects are designed both ways,. a 30-year design life is assumed, and the required pavement section is determined based on the Association of State Highway Transportation Officials (AASHTO) Guide for Design of Pavement Structures. Recommendations to City Council have historically been based on the lowest priced construction bid. The one exception is the Kostorytz Road project (2012 Prop 1). In the case of Kostoryz, the cost differential to award the concrete alternative was bid price for concrete was $35,489.85 or less than 0.5% of total project cost. That was an easy recommendation but does raise the question of how award recommendations will be made when the decision is a closer call. Life-Cycle Cast Analysis (LCCA): There is abundant literature on how to conduct LCCA relative to infrastructure investment alternatives. LCCA is a tool to help agencies make economically sound decisions when project alternatives have varying cost patterns over the asset's service life. LCCA seeks to incorporate a total cost approach that considers all relevant costs, rather than just up front cost, when evaluating alternatives. These analyses can become quite complex and involve hundreds of inputs. LCCA for HMAC versus PCC pavements: The Federal Highway Administration (FHWA) began promoting pavement LCCA in the 1990's. A great deal of research has been published on the application of LCCA to the question of HMAC versus PCC pavements. Various Departments of Transportation have developed LCCA policies and some have developed software to help with LCCA. Typically a large number of assumptions are required such as timing of future activities, costs of future maintenance, a discount rate for future cash flows, user impacts from future construction, etc. These analyses can become burdensome and may increase confusion. Potential Budget Impacts: While LCCA Is useful to help agencies select alternatives with an overall lower cost, it does not address the budget Impacts of doing so. It is assumed that PCC offers maintenance savings over HMAC pavements and that those savings support a decision to pay a certain premium for PCC pavement. The question still exists, though, of how to budget for that additional up front cost. The savings result from future maintenance cost reductions. Those savings are not currently available to fund a higher cost bid award. Current Bond programs do not have an allowance set aside for additional construction costs even if they are justified by LCCA. This issue will need to be addressed for future Bond programs. it may require increasing project budgets to allow for a certain percentage of projects to be awarded to the higher bid price alternative. RECOMMENDATION: Engineering Services has performed some preliminary LCCA comparing the maintenance cost differential between PCC and HMAC. The LCCA confirms that PCC provides maintenance cost savings over HMAC. The maintenance cost savings justify paying a higher construction cost for a PCC roadway. The maintenance cost savings with PCC are estimated at $100,000 per lane-mile ($14.20/square yard). Where projects are designed and bid with HMAC and PCC, Engineering Services will consider those maintenance cost savings when making the bid award recommendation. If the PCC pavement bid alternate is within $100,000 per lane-mile of the HMAC bids, Engineering will recommend the PCC altemative. For illustration purposes, the recent Yorktown Boulevard project Included approximately 6 lane- miles of total pavement surface when turn lanes, intersections and bike lanes are included. In that case, Engineering Services would have recommended paying up to an additional $600,000 for the PCC bid alternate. Since the bid price difference between PCC and HMAC was $1.7 million, Engineering recommended the HMAC alternate. ATTACHMENT 2 MEMORANDUMa innovativeapproaches Ir Practical results A --------------- • ! Outstanding 900 N.Shoreline Blvd.,Suite 160ON • Corpus Christi,Texas 78401 • 361-561-6500 • FAX 817-735-7491 www.freese.com TO: Jeff Edmonds,P.E. Director of Engineering Services City of Corpus Christi CC: Jerry Shoemaker, P.E., Marisa Alaniz, E.I.T. FROM: Nick Cecava, P.E., CFM SUBJECT: Pavement Selection Criteria DATE: April 22,2019 PROJECT: Yorktown Boulevard—Everhart Road to Staples Street(Bond 2014) Project No. E13096 Amendment No. 5 Introduction Updated pavement selection criteria have been developed to assist the City of Corpus Christi (City) in recommending pavement alternatives when bidding street projects using both hot mix asphalt concrete (HMAC)and Portland Cement Concrete (PCC). The criteria have been developed by evaluating both reconstruction and maintenance cost data for both pavement alternatives. These cost evaluations included historical bid pricing for full street reconstruction for each pavement type and data from the City's Street Preventative Maintenance Program (SPMP) within the last three years. The purpose of this study is to refine the City's current approach to pavement selection and assist the City in recommending pavement alternatives on future projects. Background The City started designing and bidding street projects using both HMAC and PCC as part of the 2008 Bond Program. The inclusion of a PCC pavement alternative to HMAC was economically driven by the temporary rise in oil prices making PCC pavement more cost competitive with HMAC pavement. Three projects in the 2008 Bond Program were awarded with PCC pavement. These projects include: Staples Street from Williams to Saratoga(1RCP),Staples Street from Barracuda to Brawner Parkway(CRCP),and Kostoryz Road from SIP ID to Brawner Parkway(JRCP). The City performed an independent Life Cycle Cost Analysis(LCCA) on each roadway project bid and provided pavement recommendations to City Council. The City Council ultimately decided on the pavement alternatives considering the recommendations from City staff. In March 2013, the City Council amended the Unified Development Code (UDC) with street design requirements for both HMAC and PCC alternatives. The 30-year pavement design for both HMAC and PCC pavement became the City's standard for all bond funded projects. In June 2017, Engineering Services provided a response to a City Council Action Request that included information on LCCA and evaluating project bids when street projects are designed with both HMAC and ACC. Pavement Selection Criteria Page 2 of 5 This response included recommendations for overall maintenance cost savings by selecting PCC over HMAC and when these savings justify paying a higher construction cost for a PCC roadway. The preliminary LCCA and assumptions provided by the City showed that the maintenance cost savings of using PCC were estimated at $100,000 per lane-mile of roadway or approximately$14.20/square yard. Currently,this cost difference is being used to help City staff recommend pavement alternatives for street projects designed and bid with both HMAC and PCC. Life Cycle Cost Analysis(LCCA) The purpose of this study is to perform additional LCCA using recent cost data from the SPMP to refine the City's current approach on pavement selection and to assist the City in recommended pavement alternatives on future projects. LCCA was performed using the Federal Highway Administration's"Real Cost" program to compare HMAC and PCC design alternatives for various sizes of City street projects. LCCA is an engineering economic analysis tool that helps to quantify and compare the overall costs of HMAC and PCC over a specified service life. LCCA considers all expenditures throughout the life of the roadway,not just the initial construction cost,and allows for cost comparison on an equivalent basis. The "Real Cost"program considers the initial costs of construction as well as costs incurred for future anticipated maintenance activities and then converts total life cycle costs into present day value for cost comparison purposes. The program uses a "discount rate"which is an estimated rate of inflation the City expects over the project service life. For the purpose of this study,the discount rate was established at 4%annual average. Modification of the discount rate has a considerable impact on the results obtained. LCCA is only one of many processes for selecting a pavement type. Both engineering and economic factors should be considered. The reliability of data from LCCA is directly correlated to the reliability and accuracy of the maintenance cost data specified. The LCCA performed as part of this study only considers the City's costs including the initial construction cost and maintenance activities. It does not consider the user costs a pavement selection has on the public or adjacent property owners. Summary of Cost Data The data shown in the following tables has been derived from SPMP data provided by the City and engineering assumptions based on recent prices from similar projects. It should be noted that the SPMP focuses primarily on HMAC pavement rehabilitation activities. The City is currently in the process of including PCC rehabilitation activities in the SPMP. Most of the PCC maintenance costs have been estimated from other projects in the City. The maintenance costs presented in these tables focuses on the major maintenance activities associated with life cycle of HMAC and PCC pavements. Minor activities,such as periodic pothole patching,were not included in the LCCA as these costs are negligible to the overall life cycle costs of pavements. HMAC We Cycle Activities Year Min.($/SY) Max. ($/SY) Full Reconstruction-HMAC 0 Seal Coat#1 7 $8 $12 Mill and Overlay#1(Thin) 14 $30 $45 Seal Coat#2 21 $8 $12 Mill and Overlay#2(Thick) 28 $35 $50 Seal Coat#3 35 $8 $12 *Use Total Project Bid for HMAC including all Utilities Pavement Selection Criteria Page 3 of 5 PCC Life Cycle Activities Year Min.($/SY) Max. ($/SY) Full Reconstruction-PCC 0 Reseal Joints and Cracks#1 7 $3 $5 Panel Replacement#1(2%of Pavement) 12 $5 $7 Reseal Joints and Cracks#2 15 $3 $5 Panel Replacement#2(3%of Pavement) 24 $7.5 $10 Diamond Grinding with Joint Replacement 25 $15 $18 Panel Replacement#3 (4%of Pavement) 36 $10 $13 *Use Total Project Bid for PCC including all Utilities Results For this study,LCCA was performed over a period of 40 yea rs. This timeframe allows for the inclusion of a "major" rehabilitation activity for each type of pavement near the end of its 30-year service life. The inclusion of a major activity for both HMAC and PCC alternatives provides the City with a more accurate estimation of the total future costs of a roadway. PCC pavement offers maintenance cost savings over HMAC, but typically comes at a higher initial construction cost which must be considered in the City's budget. In addition,the results of the LCCA are dependent on the assigned maintenance cost values and average inflation(discount rate)used in the calculations. Periodic evaluation of the unit costs and expected savings should be conducted as the price of materials are subject to change over time. Decision Matrix Due to the variability of LCCA costs and assumptions,it is recommended that the City consider other parameters when selecting the best pavement type for a project. A weighted decision matrix is a simple tool that can be useful when evaluating HMAC vs.PCC pavements instead of relying on present and future costs alone. When the difference between total project bid pricing for HMAC and PCC pavement alternatives falls between a specified range of costs,it is recommended that the City consider project specific factors to assist in making the pavement recommendation. Listed below are key factors that can be used in a weighted decision matrix: 1. Average Daily Traffic(ADT)(30 points) • Traffic counts should serve a primary role in helping the City select HMAC vs.PCC. Generally, PCC maintenance activities are fewer and less substantial than HMAC rehabilitation activities. Long term disruptions of heavily traveled arterials for future maintenance should be considered in the pavement selection process. • Objective: ADT less than 10,000 vpd • Objective: ADT 10,000 to 20,000 vpd • Objective: ADT greater than 20,000 vpd 2. Percentage of Trucks and Buses(30 points) • Percentage of Trucks and Buses—Heavy vehicles such as 18-wheelers and buses do the most damage to City streets especially in areas of heavy turning movements and start/stopping. Pavement Selection Criteria Page 4 of 5 Consideration should be given to reinforcing these areas to help protect the City's investment. • Existing and future bus routes • Future development(Growth and Traffic Impacts) 3. Adjacent Development/#of Driveways(20 points) • Adjacent development(Commercial,Industrial,Residential,etc.) • Number of Driveways—Generally fewer driveways(especially on arterials) provide the City a good opportunity to utilize CRCP pavement which is ideal when constructing long stretches of roadway 4. Other Engineering Factors(20 points) • Existing utilities under pavement-Future utility upgrades and maintenance by both City and franchise utility companies are more difficult,costly,and disruptive with PCC pavement than with HMAC pavement. • Adjacent pavement surfaces (HMAC or PCC) and transition lengths for each type of pavement • Project schedule and phasing • Contractor and resource availability for either HMAC or PCC In addition to these factors,there are many other unique factors that can be considered when comparing HMAC vs. PCC pavements. The City should look at the attributes of each individual project when evaluating the pavement selection. An example decision matrix is shown in the table below. Table 1.Example Decision Matrix Evaluation Criteria(HMAC or PCC) Criteria Score Maximum Average Daily Traffic 30 Percentage of Trucks and Buses 30 Adjacent Development/#of Driveways 20 Other Engineering Factors 20 TOTAL SCORE Pavement Selection Criteria Page 5 of 5 Recommendations It is important that the City provide an appropriate balance of HMAC and PCC street projects to match the City's demand with the supply of experienced and available contractors and resources to keep overall prices competitive. When projects are designed and bid with HMAC and PCC,the City should consider the initial construction costs and future maintenance costs when making a bid recommendation. An equivalent PCC pavement typically has a higher initial construction cost than HMAC pavement but offers maintenance savings over HMAC pavements. Higher engineering design costs and initial construction cost of PCC will also need to be budgeted by the City in the planning process for future bond programs. Based on the LCCA performed as part of this study using current data,the recommendations for pavement selection should be based on the following criteria: 1. When the cost difference of PCC is below$13.57/5Y,the City should recommend PCC 2. When the cost difference of PCC is within the range of$13.57/SY to $22.55/SY, the City should review the decision matrix to assist with the pavement recommendation (subject to availability of funds) 3. When the cost difference of PCC is above$22.55/5Y, the City should recommend HMAC Recommend PCC Decision Matrix --- ATTACHMENT 3 Bond 2018 & Type B Street Projects Pavement Design Recommendations PROJECT PAVEMENT DI:SIGN/BID RECOMMENDATION Airline Road-SPID to AlcArdle Rd. 11NIAC and PCC Alameda Street-l.ouiNkIna St,to Charnberlairt St. HNIAC'and N.C. Beach,Avenue-E.Causeway Blvd.to Dead Lnd at Gullbreeze Blvd. HMAC and PCC Brawner Parkway-Carroll Ln.to Kostoryz Rd. HNIAC and PCC Calallen Drive-Red Bird Ln.to Burning Tree Ln. HMAC and PCC Callicoatte Road-lH 37 to Up River Rd. ILIAC and I'CC Castenon Street-Trojan Dr. to Delgado St. HNIAC and PCC Everhart Road -Sill[)to McArdle U. HNIAC and 1'C'f' Frio St/Hacala St/Dorado St.Corridor-Greenwood Dr.to Martin St. 1 HNIAC and IN [ (;ollihar Road-Greenwood Dr. to Crosstown I-tpressway I IMAC and PCC Gulfspray.Ave.-Pedestrian/Bike Access I NAC and PCC JFK Causeway Access Road Improvements ILMAC and PCC .Junior Beck Drive-Dead End to Bear Ln. HMAC and 11CC Laguna Shores Rd -Caribbean Dr. to HLlstlin'hornet Dr. HNIAC and 11CC Laguna Shares Read-Graham Rd.to SPIII I INIAC and PCC Laguna Shores Road-[+Mediterranean Dr.to it yndale St. HNIAC;anti I'CC Leopard Street-Nueces Bay Blvd.to Palm Dr. HMAC and PCC Lipes Boulevard-Yorktown Blvd.to Sun Wood Dr. HNIAC only; Long Meadow Drive• HUM Dr.to St.Andreww�,I lr. HMAC and KV, McArdle Road-Carroll Ln.to Kostoryz Rd. HNIAC and PCC N.Beach Area Primary Access-Beach&Timon/Surfside HNLAC and PCC North Lexington Boulevard-Hopkins Rd. to Ls-.opard St. HMAC and PCC Residential Street Rebuild Program IRSRPI HNIAC only S.Staples Street -Baldwin Blvd. to kostoryz Rd. HNIAC anti PCC Slough Road HLNtAC:. South C)so Parkway-S.Staples St.to S.Oso 1'k%wjf. HMAC.only Strasbourg Drive-Riom St.to Grenoble Dr. HNIAC only Sww•antner Drive-Indiana Ave. to Texan Tr[. IINIAC and I'CC Wooldridge Road -Everhart Rd. to Cascade Dr. HMAC only, se H U NONPP PE 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of May 6, 2025 DATE: May 6, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreye(o-)cctexas.com (361) 826-3851 Robert Dodd, Director of Parks & Recreation robe rtd4(a)cctexas.com (361) 826-3133 Sergio Villasana, CPA, CGFO, CIA, Director of Finance & Procurement sergiov2(cr-cctexas.com (361) 826-3227 Professional Services Contract Holly Road Train Trestle CAPTION: Motion authorizing a professional services contract with Freese & Nichols, Inc., for design, bid, and construction phase services for Holly Road Train Trestle project in an amount not to exceed $1,263,059.00, located in Council District 4, with FY 2025 funding available from the American Rescue Plan Act (ARPA) Fund. SUMMARY: This motion authorizes professional services contract with Freese & Nichols, Inc., for design, bid, and construction phase services for Holly Road Train Trestle project in an amount not to exceed $1,263,059.00. BACKGOUND AND FINDINGS: City of Corpus Christi Holly Road Train Trestle to Tourism Trail Project received a grant from Texas Department of Transportation (TXDOT), Transportation Alternatives Set-Aside (TASA) Program under the 2023 Call for Projects on October 26, 2023. The 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 also include building a pedestrian bridge across Oso Bay using existing pilings from the abandoned train trestle bridge. The 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. The Advance Funding Agreement (AFA) with the TXDOT was authorized by City Council in April 2025. The City is responsible for all other soft costs such as design and permitting. 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. Additionally, during the April 2025 City Council meeting the city approved the appropriation of $1,300,000 of interest income from the American Rescue Plan Act (ARPA) for design costs. The project is also a Bond 2022 project. 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 B included $500K for the planning and preliminary design for Holly Road Train Trestle project. The preliminary design, survey and geo-technical investigation has been completed. This item will authorize the execution of a professional services contract with Freese & Nichols, Inc., for design, bid, and construction phase services for Holly Road Train Trestle project. PROJECT TIMELINE: June - February July - October November - November Design Bid/Award Construction Project schedule reflects City Council award in May 2025 with anticipated construction completion by November 2027. COMPETITIVE SOLICITATION PROCESS: On September 30, 2024, the Contracts and Procurement Department issued a Request for Qualification with RFQ #6146 for the Professional Engineering and Design Services. There were eight categories listed on this RFQ including General, Streets, Gas, Solid Waste, Testing Services, Water, Wastewater and Stormwater. Holly Road Train Trestle was one of the projects listed under the General Category. This is a professional service agreement. The selection committee comprised of representatives from the Engineering Services Department and the Executive Leadership Team. The firms are evaluated based on the below listed criteria: 1. Experience on projects of similar scope & complexity 2. Demonstrated capability & capacity on comparable projects 3. Team members with experience & qualifications 4. Team members experience with work of similar scope & complexity 5. Availability of resources to accomplish the work 6. Demonstrated understanding of the scope of services The final evaluation graded Freese & Nichols, Inc. as the highest ranked firm. Freese & Nichols, Inc. has designed and successfully completed numerous projects for the City of Corpus Christi and for other surrounding cities like City of Portland, Aransas Pass, Alice, San Benito, Raymondville, Freer, Orange Grove, Agua Dulce, Nueces County, Jim Wells County, and Duval County. Some of these projects include: • Yorktown Road (Mud Bridge) Repairs • Master Channel 31 Drainage Channel Excavation • Schanen Ditch Bank Failure Investigation • Six Points Intersection • Everhart from SPID to Alameda • Ayers from Ocean to Alameda • Ocean Drive from Louisiana to Buford ALTERNATIVES: City Council could choose not to award the contract to Freese & Nichols, Inc. This would jeopardize completing the construction project within the three-year TASA program grant deadline and risk losing the construction award of$11,797,839 from the TASA Program. FISCAL IMPACT: The fiscal impact for FY 2025 is an amount not to exceed $1,263,059.00, with funding available through the American Rescue Plan Act (ARPA) Fund. Funding Detail: 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 $1,263,059.00 Amount: $1,263,059.00 RECOMMENDATION: Staff recommend approval of the professional services contract with Freese & Nichols, Inc. for design, bid, and construction phase services for Holly Road Train Trestle project in an amount not to exceed $1,263,059.00. The design phase will begin in May 2025, with anticipated completion in October 2026. Construction is expected to start in November 2026 and be completed by November 2027. LIST OF SUPPORTING DOCUMENTS: Evaluation Matrix Location Map CIP Page Proposal Presentation RFQ No.6146 A8 Trestle to Trail Holly Road Project Proposal Evaluation Score Freese and Nichols, UA Engineering,Inc. Hanson Professional CP&Y,Inc.dba STV CDs Muery Inc. Services Infrastructure(STV) Corpus Christi Corpus Christi Corpus Christi San Antonio San Antonio Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Licensing/Certification No Material Lawsuits Past 5 Years No Material Regulatory Issues Past 5 Years References Provided for Firm Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Technical Proposal Experience on projects of similar scope and complexity 11.0 10.1 9.2 8.3 7.3 6.4 Demonstrated capability&capacity on comparable projects 11.0 9.2 8.3 7.3 9.2 5.5 Past Performance 11.0 9.2 9.2 9.2 7.3 4.6 Team members with experience and qualifications 11.0 10.1 9.2 8.3 7.3 6.4 Team members experiencewith work of similar scope and complexity 11.0 10.1 9.2 8.3 6.4 6.4 Availability of resources to accomplish the work 11.0 9.2 8.3 8.3 7.3 3.7 Demonstratedunderstanding of the scope of services 17.0 14.2 14.2 11.3 8.5 Demonstrated understanding and experience with a public agency 17.0 15.6 15.6 14.214.2 12.8 9.9 Subtotal Technical Proposall 100.0 1 82.9 77.8 69.0 51.4 Total Score 100.0 87.5 82.9 1 77.8 1 69.0 1 51.4 FY 25 thru FY 27 Capital Improvement Plan Corpus Christi, Texas y 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 450,000 1,300,000 0 0 1,750,000 Eng,Admin Reimbursements 50,000 0 0 0 50,000 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 Project is for preliminary design only;operational impact will be determined if we move forward with construction. POSO BAY WETLAND Project Location PRESERVE Location Map + OSO BAY OSO BAY r. �� a •;�9 d J� W W � u .: 'C�-��P� a 2 QUIET a a t'i,H Q SKY CREST p 'W� _ MISSION LAKE 'Alm `a ' Q f Y �" W �Q r+ 'FLOUR7BLUFF . .:+ N SI - r ` FLOURIBLUFF BLESSED '9i � Fr; 'x LYNHURST THANKFUL ;i ,a 's PROJECT NO. 23169 CITY COUNCIL EXHIBIT HOLLY ROAD TRAIN TRESTLE CITY OF CORPUS CHRIST[,TEXAS DEPARTMENT OF ENGINEERING SERVICES 0 Practical results MAICHRS r FREESE Innovative approaches 800 N.Shoreline Blvd.,Suite 160ON + Corpus Christi,Texas 78401 + 361-561-6500 + FAX 817-735-7491 www.freese.com April 17, 2025 Mr.Jeff Edmonds, P.E. Director of Engineering Services City of Corpus Christi P.O. Box 9277 Corpus Christi, Texas 78469-9277 Re: Holly Road Trestle Trail Project (City Project No. 23169) Final Design Phase Services Dear Mr. Edmonds: Freese and Nichols, Inc. (FNI) is pleased to provide our Engineering Service Proposal for final design services for Holly Road Trestle Trail Project(City Project No. 23169). We understand the project scope includes the continuation of the current preliminary phase design to final design document status. Project Assumptions: 1. Right of Entry to the property for topographical and environmental survey and design phase services will be provided to FNI through the City. 2. FNI will finalize permitting assistance to assist the City in obtaining permits and/or clearances from the following agencies: a. Texas Historical Commission (THC) b. Texas Commission of Environmental Quality c. United States Army Corp of Engineers d. General Land Office 3. Regarding THC coordination and cultural resources, FNI has included a placeholder fee in the event that THC requests additional efforts beyond a desktop review such as a historic structure evaluation or archeological investigations. 4. All necessary pavement design options will be provided by the City. 5. The City will provide all traffic counts and peak hour turning movement counts necessary for the project design. 6. The City will perform all public outreach including scheduling and coordinating the agenda and presentation material for all public meetings. The City will prepare and mail out notices for the meetings to the affected stakeholders. The City will provide all public outreach and citizen/stakeholder coordination during the design and construction of the project. 7. FNI will participate in as many as four (4) meetings in a support role by providing exhibits to assist City staff in conducting public meetings. 8. Any subsurface utility exploration will be provided by the City. 9. FNI will design Landscape/Irrigation improvements to meet current City requirements, as well as select and schedule site furnishings and other urban design features/amenities along the trail. 10. FNI will provide Bid and Construction Phase services in this proposal. Jeff Edmonds April 17, 2025 Page 2 of 4 The City will: 1. Designate an individual to have responsibility, authority, and control for coordinating activities for the project. 2. Provide the budget for the Project specifying the funds available for the construction contract. 3. Provide the City's standard specifications, standard detail sheets, standard and special provisions, and forms for required bid documents. 4. Provide electronic index and database of City's record drawing and record information. 5. Provide requested record drawings, record information in electronic format, or property descriptions as available from City Engineering files. 6. Provide a copy of existing studies and plans. (as available from City Engineering files). 7. Provide field location of existing city utilities. (A/E to coordinate with City Operating Department) 8. Provide applicable Master Plans and GIS mapping as available on the City's website. 9. City Control survey benchmarks and coordinates. FNI's project deliverables will include the following: Drawing Register Title Sheet General Notes Sheet 1 General Notes Sheet 2 General Notes Sheet 3 Estimated Quantities Existing Topo Sta 0+00 to 4+50 Existing Topo Sta 4+50 to 9+00 Existing Topo Sta 9+00 to 13+50 Existing Topo Sta 13+50 to 18+00 Existing Topo Sta 18+00 to 22+50 Existing Topo Sta 22+50 to 27+00 Existing Topo Sta 27+00 to 31+50 Existing Topo Sta 31+50 to 36+00 Existing Topo Sta 36+00 to 40+50 Existing Topo Sta 40+50 to 45+00 Existing Topo Sta 45+00 to 49+50 Existing Topo Sta 49+50 to 54+00 Existing Topo Sta 54+00 to 58+50 Existing Topo Sta 58+50 to 63+00 Existing Topo Sta 63+00 to 67+50 Existing Topo Sta 67+50 to End Demolition Sheet 1 Demolition Sheet 2 Demolition Sheet 3 Exist and prop shared use path cross sections 1 Exist and prop shared use path cross sections 2 Exist and prop trestle walkway cross sections 1 Exist and prop trestle walkway cross sections 2 Exist and prop shared use path cross sections 3 Exist and prop shared use path cross sections 4 Exist and prop shared use path cross sections 5 City Project No. 23169 EESE Jeff Edmonds t + f �- April 17, 2025 Page 3 of 4 Prop shared walkway P&P Sta 0+00 to 4+50 Prop shared walkway P&P Sta 4+50 to 9+00 Prop shared walkway P&P Sta 9+00 to 13+50 Prop shared walkway P&P Sta 13+50 to 18+00 Prop shared walkway P&P Sta 18+00 to 22+50 Prop shared walkway P&P Sta 22+50 to 27+00 Prop shared walkway P&P Sta 27+00 to 31+50 Prop shared walkway P&P Sta 31+50 to 36+00 Prop shared walkway P&P Sta 36+00 to 40+50 Prop shared walkway P&P Sta 40+50 to 45+00 Prop shared walkway P&P Sta 45+00 to 49+50 Prop shared walkway P&P Sta 49+50 to 54+00 Prop shared walkway P&P Sta 54+00 to 58+50 Prop shared walkway P&P Sta 58+50 to 63+00 Prop shared walkway P&P Sta 63+00 to 67+50 Prop shared walkway P&P Sta 67+50 to End Wooden trestle details and section 1 Wooden trestle details and section 2 Wooden trestle details and section 3 Wooden trestle details and section 4 Wooden trestle details and section 5 Fishing/birding platform plans and details 1 Fishing/birding platform plans and details 2 Walkway embankment plans and section 1 Walkway embankment plans and section 2 Walkway embankment plans and section 3 Kayak launch plan and details 1 Kayak launch plan and details 2 Division road parking lot staking and grading plan Division road parking lot signage and striping plan Division road pavement repair plan 1 Division road pavement repair plan 2 Electrical Overall Site Plan Electrical Enlarged Site Plan Proposed share walkway light plan 1 Proposed share walkway light plan 2 Proposed share walkway light plan 3 Proposed share walkway light plan 4 Proposed share walkway light plan 5 Lighting details 1 Lighting details 2 Lighting details 3 Lighting details 4 Landscape and irrigation plan 1 Landscape and irrigation plan 2 Landscape and irrigation plan 3 Landscape and irrigation plan 4 Landscape and irrigation plan 5 City Project No. 23169 EESE Jeff Edmonds t + f �- April 17, 2025 Page 4 of 4 Landscape and irrigation details 1 Landscape and irrigation details 2 Landscape and irrigation details 3 Site furnishing enlargement details 1 Site furnishing enlargement details 2 Site furnishing enlargement details 3 Waterline plan and profile 1 Waterline plan and profile 2 Waterline plan and profile 3 Pedestrian hybrid beacon system (Don Patricio) 1 Pedestrian hybrid beacon system (Don Patricio) 2 Pedestrian hybrid beacon system (Don Patricio) 3 Crosswalk plan and sections Traffic control plan 1 Traffic control plan 2 Traffic control plan 3 SW3P plan 1 SW3P plan 2 SW3P plan 3 SW3P plan 4 SW3P plan 5 SW3P details 1 SW3P details 2 Contract Documents Front end and technical specifications Opinion of probable construction costs FNI will provide 60%, 90%, 100%and final/sealed document submissions for City's review/comment and approval. FNI proposes to provide the above-mentioned services for a fee of$1,263,059. Please refer to Exhibit A and the Summary of Fee Amendments. We thank you for the opportunity to provide our services for the unique transportation project. Ron Guzman, P.E. Principal/Vice President cc: Attachments City Project No. 23169 EXHIBIT "A" CITY OF CORPUS CHRISTI, TEXAS HOLLY TRESTLE TRAIL — PRELIMINARY DESIGN PROJECT NO. 23169 PROFESSIONAL ENGINEERING SERVICES I. SCOPE OF SERVICES A. BASIC SERVICES For the purpose of this Contract, Preliminary Phase may include Schematic Design and Design Phase services may include Design Development as applicable to Architectural/Engineering services. 1. Preliminary Phase. (Not in contract) Tho A FGhlte Gt/ERgiReeF (4/E) aIsr- rof9FFtQd try AS GARS'A Rt Wilk fiVe \l1/11r iRg days Gf the Meeting ni1 (�i4i' hnin�l ('nn Ita� �Prnpnrved s+tes -.11 ho �nnrn�ied h�i t �i+�i �;th��seetesnT PFGje+t MaRagor prier to norfnrrninn nonteGhniGal iRyestigatinn G) Regeest cmc`i Aa'.Aailable Keperts,FeGGFd G1 G, 6itilFty-mays aAd Ather infnrmatinn nreyided by the Qt y pertaining to the nrniont area, �ggrrlipg4o With the ! ity's PFGje+t MaRagw aRGI ide Rtify QpeF941ng Departments DC pgte Rtial PFGje+t ReedG the Gity'S Ggp6 111taRt°s FeG9 mr eRGlatigns PFepaFe ngnnoptl Al Iifo Arlministro4inn (F=HWA) Life GyGle Gest Analysis of PAWAMonts snftWAPQ snhom�4in strip reap imprrn iomonts GeFVeld by the PFGje+t stgrrn system �C;GRd In preumingry hydFal llin aRalysis to 9 tan i the St�-m ;n4gAUK de of pp��//��11����PT p�-.f9I� �+ p 1���+ 7 p 1� {�Tt�r �-n--vra �1"r�c�-}�1�1�� r e XiGtiRg .9Rd Y1rg11GGed SySteMS. lGleRt�elest ;-;P l ngmml IN1/+.']r'.�TT61tility r be-r n�te� to G�Gnrnmmnrl� prepesed 1m�4�n�Ts. CI IhmCiiit ;; list of idlontifiedl nnmpanios to the Qt y egHipMeRt, g G61Rd serGe, laa a desigRatiens, ets. ('nnvvvrdiTrate signal reg-,ire�+enzs with Qty StFeet Department. RrL414Mde ro GA-mm on rl.9tig r,s fgr OM PFGVem a ntsh Ipgrarlos 10 ThLQ 4F= ;A4011 partis,ate is disc ss+eRs Woth the QpeFatiRg DepartMeRt; D pm t C Minos �nr1 n e��n�eenlo nh �� the flor»rtmon4 of ae� ee. -81 .1ccv-and G vOeS ( vr1 Texas Deparcmcpt A-f Transpe4atlnn (T-X[D T-) ;nr-1 Texas ( nmmissinn of Cn\nrnnmontal 1 11 iality(T-GE ) asFegaiFed to satis#�;;Gteril,�plete the Priest. ArYdiFestiens- s—ts EXHIBIT"A" Page 1 of 13 Revised March 2019 �G ity CNgINeeYINg nepaYtmeNt PEA r�rlgr tg INnII IrdlNg/evnll I,•dlNg frgm the svi tl� tl�.. v,1�L'I1gI�Tccnrr�cc�arcm cn rl�cr�rrvrcv�rrGmcrmgr T crn. toannreye n of the Prnient innll Irling Permitting en"irnnmental hlsterinal -a�rv-�� gri�r r�vrcv rn �cnrrrccmc�, cnvrrvTrnTcn ccn, -rrvcrnTcur ng Nstrl IntigN aRGI gegtenhNlnal issl Ies• 11PGR Yegl Iest gY ng Nnl IYreNne gf the PYglent MaRageF Ate mth ageRGOes e1has FATo I Icoc ^ffested sshepl distror-ts ((`(`Icn CRlcn etn ) nnmmllnit" grnlrPs etn M) Ideetify al 1 Rag- eR d P61blmG G-NtKeaAGh aR d 6A M.M H R 0 t ystaktQ tamer n\ Regl Zest and re"ie�e,traffin nnI Ints from the Qt" PEA G61pppGFtHR^cf-'crp'•pe�-lc`Ir^cecGth +rnar-cvazFmmel�iS t�l{,—aRalyses, apr,rprcah,G GPOROA TS Af prnhahv�aAic vvStS, and dnni imeAt-trace �n,WArn vvotb UQ. t;;hicS c , nh � level exhrripits and nnrnp lteF ME)Qels G-.F ethtar applinahle sIIPPnr+ing dGG-11men+s Y P (�Ity PIaN PY aYa R c daY/'d GRPc\ a gIN Ng req�e��er e��tie,�,-vtaawas-( -QTT4a�€�;,�eeri„�Lette� RePGFt tG iNnll lrle- PFGVmde-a GGAsrse pFeSeRtatmeR Gf PertmReRt-festers, sketGhes des+gRs, fFOSs 6e$tmGRG, ai-ld paFa.m.eatears `",high mill gr may i mpant the desmg;, G161GIORg Iasi sue;ela m i N""'""_'"J l a J _--,t s k et6he&-, serrstr6-IG-tierrseg6legRg, atilt R Fn R , suss sestierr—geetes" test+ g repervr, right-ef_way FegmFeMeRtS, GGnfnrmanno to m.a•ster plarrS, IPIeNtlfinatlgN gf Neerderl al•!l•l itigN al s^r"ines IrleNtlFlnatlgN gf Neerlerl Permits a nr•J en"irnn mental nnns ideratinn evisting' and Prnnnsed I Itilities evicting etestr�aAd 6tility se es aR I private popelO;e eempames, i eeti ;t..9R of q6ialG ity aRGI 96iaRtoty ef rr► teri s e€ ng Nstrl�rttigN 1�eNrl�gth^r/•�fen�+t�grc r^gi iir^rl fgr a r�rgf^ccigNel des" rd II Ia i/iSti leg Site�PtG-!W�4fth �nTT key map- 4. ';-]L-Qptmfy ,�aN ^N�a IrYY�„a �req -;r-e�eetsgGVe eRt;-;l f�or�ties rha O g jam;Fsd�tOE)R to ppprn�deSmgR 9f the PFGjest II IrJing r,err7TTtt1T1^� en"irnnmental histnrinal nnnstrl Intinn anr-1 gentenhninal issl Ies• meet as Git" age Nt gY With (`it" PaYtiniPatigN aN/"l nggrrliNate with ageNnies sI Inh as , rn I I ps,TvCF,etG. Fd cI Immar"nfGentenhninal Repert findings anrJ nriterig for Pavement design R{II I�^gthe PFGjeG'ted gFewth Fate, 30 year ESAL ^ctimat^ aAd SISI 39 "ear Payed me Nt rengmmeNl•l atigN etn �'• P-n"ide Pr r��minar" mRdeX ^ Pted dra�e, g and aP ter-aRt�iaings e6 f1rricaatmeRs.. � �� *ram 7 Prcq ode a ffelimiNaYy sI i mYrmar" table of aNtiniPaterl reel Iirel•d RQVV PaYnelc g Pre"ilde data from Federal Highway ArdmlrllstratmGR (CIJWA) Life QyGle Gest Analysis of Pavements snft;n,are and rennmmenr-IerJ pavement eptinn P\ cI Ihmit one (1) nnP" in an approved elentrnnin format' a ul nd three (3) ha nnPies of the ..Draft CNgINeeYINg,,Letter RePgrt m+t AF lc €l R S{orb.�mrr�ttCli�`-rmS{l-S;S Ii-=wTtFi r I�rtvhroci P 5 A ^N a Ny n^N n RFTS ar issl Ies Prior to rlistrihl Itinn of. CI R sI Ihmittal F)Partis+pete OR PRe est FekATe;.A.A lMleet+Pgmth Qtyst aN;' ^thers the -Qp�;;;t E�RgmReeri;,g-LetteF Repot-as GG-Ght-BE-161led PFGjeGt MaRageF. EXHIBIT"A" Page 2 of 13 Revised March 2019 As;1;OmO1;;UQ Qty FeVOeV4 PAMMAPts; thLQ. Final Engineering Letter Report (CI R) PFGYirle er,o (1) ol49GUG- yin aR d GRe (1) harrl GGPY 11SORg Gity Ctandarrlc as Feq iested thFe igh the Gity DIVA\• a) n`J�rra-database of Gity'sReenrrl DFawinn and rQr_nrrl i�nfnrmTA�� bTho pF 6 i�-!lret, GpeG��Tg-tht-9 irtciv f4AF n.�,r�MA'AtOAA G) A " ex.GtiRg st6idies andG (as available fFem Gity E�+igiReeFiRgfile&)_ d) C;Gpy of Geetonhninal Inioctinatinn Ronnrt g) TPA-ffir-, nA-i 1pts- Nete� AppliGable Master Plans -;;Rd Gig map on the ' re6erite provided far n/R'e -iee ��nrlelr �s !'`nn�&4 ar�npriet i' nnn�irinhted, vrvr Tvrrcr� � �a �vrr use only by f etest. Any unautherizerl use er itistrih--tiers of the reGeFds pFe-yirled under this G-entrant is strintly nrehihiter! 2. Design Phase. Upon approval of the preliminary phase, designated by receiving authorization to proceed from the City Project Manager, the A/E will: a) Provide coordination with electric and communication utility companies and private pipeline companies that may have existing facilities and must be relocated to accommodate the proposed improvements. Inform private utility and pipeline owners whose facilities fall within the project limits of the proposed improvements. Identify areas of potential conflicts. Coordinate with private utility and pipeline owners to obtain needed locations of their respective utility/pipeline, including Level A SUE by private utility/pipeline owner as necessary. Coordinate necessary adjustments and provide a project schedule to utility/pipeline owner. Provide utility/pipeline relocation schedule to the City and update monthly. b) Coordinate with AEP and City Traffic Engineering to identify location of electrical power conduit for street lighting and traffic signalization. c) Identify the approximate locations and areas of existing utilities and pipelines that may have a significant potential impact on the proposed features or utilities and for which the existing location(s) cannot be adequately determined by the SUE investigation up to and including Level B, and which require a Level A exploratory excavation during the design phase. These critical locations and their basis of potential impact are to be clearly provided on a layout for the City PM. d) Provide assistance to identify potential needs for testing, handling and disposal of any hazardous materials and/or contaminated soils that may be discovered during construction (to be included under additional services). e) Prepare Construction Documents in City standard format for the work identified in the approved ELR. Construction plans to include improvements or modifications to the street, storm water, water, wastewater, gas, IT, signal, and lighting systems within the Project limits, per the Project scope. Include standard City of Corpus Christi detail sheets and specifications as applicable to the Project. f) Prepare construction plans in compliance with CPPS using English units on 11"x 17". EXHIBIT"A" Page 3 of 13 Revised March 2019 1. Prepare Traffic Control and Construction Sequencing Plans. The TCP will include construction sequencing, typical cross section and construction phasing plan sheets, warning and barricades, as well as standards sheets for barricades, traffic control plan, work zone pavement markings and signage. 2. Provide pollution control measures and BMP layout for the Contractor's Storm Water Pollution Prevention Plan, using the City Standard Notes and BMP Detail Sheets as applicable. 3. Include computer model results and calculations used to analyze drainage. g) Submit the interim plans (60% submittal - electronic and 3 hard copies using City Standards as applicable) to the City staff for review and approval purposes with 60% estimates of probable construction costs. Identify distribution list for plans and bid documents to all affected franchise utilities and stakeholders. 1. Required with the interim plans is: a. Design Submittal Packet Checklist b. Executive Summary of the 60%submittal,"which will identify and briefly summarize the Project by distinguishing key elements of the Project, decisions made, outstanding issues, items TBD, Opinion of Probable Construction Costs (OPCC) compared to construction budget and the schedule with changes identified. c. Project Submittal Checklist d. Drawing Review Checklist e. OPCC f. Drawings g. Draft Table of Contents with specification list 2. Initiate 60% submittal discussion with City PM to brief PM on any concerns or issues prior to distribution of 60% submittal. h) Participate in Project 60% review meeting. Prepare and distribute meeting meetings to attendees within five working days of the meeting. Assimilate all review comments, as appropriate, and upon confirmation from the City PM proceed to the 90% design. i) Submit the pre-final plans and bid documents (90% submittal - electronic and 3 hard copies using City Standards as applicable) to the City staff for review and approval purposes. Include the 90% estimate of probable construction costs, 90% submittal Executive Summary, Submittal Packet, Project, and Drawing Checklists, responses to previous review comments and the Contract Document Book with in- line Track Changes in red to identify all proposed edits to the City Construciton Contracts.. D Participate in Project 90% review meeting. Prepare and distribute meeting meetings to attendees within five working days of the meeting. Assimilate all review comments, as appropriate, and proceed to the pre-ATA submittal. k) Provide one (1) set of the pre-ATA plans (100% unsealed and unstamped - electronic and half-size hard copy using City Standards as applicable) for City's Pre-ATA review. Include the pre-ATA OPCC and written responses to previous review comments. The pre-ATA(100%) submittal will not include a full distribution and review unless in the opinion of the City Project Manager the questions from the previous review have not been adequately addressed or resolved in the pre- ATA submittal. If this occurs, the PM may request additional distribution, meeting, review and related revisions at no additional cost to the City. See item (1) below. EXHIBIT"A" Page 4 of 13 Revised March 2019 1) Assimilate all pre-ATA comments, as appropriate, and provide one (1) set of the final plans and contract documents (signed and sealed, electronic and half-size hard copy using City Standards as applicable) suitable for reproduction. Said bid documents henceforth become the shared intellectual property of the City of Corpus Christi and the Consultant. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. m) Provide Quality Assurance/Quality Control (QA/QC) measures to ensure that all submittals accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City. Additional revisions or design submittals are required (and within the scope of Consultant's duties under this Contract) if, in the opinion of the City Engineer or designee, Consultant has not adequately addressed City-provided review comments or provided submittals in accordance with City standards. n) Prepare and submit Monthly Status Reports to the Project Manager no later than the last Wednesday of each month with action items developed from monthly progress and review meetings. The City staff will: a) Designate an individual to have responsibility, authority, and control for coordinating activities for the Project. b) Provide the budget for the Project specifying the funds available for the construction contract. c) Provide electronic copy the City's Standard Specifications, Standard Detail sheets, Front End Contract Documents, and forms for required bid documents. 3. Bid Phase. The A/E will: a) Participate in the pre-bid conference and submit agenda for critical construction activities and elements impacting the project to PM prior to pre-bid conference. b) Assist the City in solicitation of bids by identification and notification of prospective bidders. c) Review all pre-bid questions and submissions concerning the bid documents and prepare, in the City's format for Engineering Services' approval, any addenda or other revisions necessary to inform Contractors of approved changes prior to bidding. d) Attend bid opening, analyze and evaluate bids, and prepare bid tabulation in City format. Provide bid tabulation in Excel and PDF formats. e) AE shall review Statement of Experience and confirm it meets Contract requirements. AE shall contact three (3) lowest bidder's references for review and evaluation. Provide signed recommendation concerning award of the Contract on Company letterhead. f) In the event the lowest responsible bidder's bid exceeds the construction budget provided by the Engineering Services in accordance with the A/E's design phase OPCC estimate required above, the Engineer will confer with City staff and provide recommendations for potential remedy options to reconcile scope and/or budget, and if necessary, make such revisions to the bid documents as the City staff deems necessary to re-advertise the Project for bids. EXHIBIT"A" Page 5 of 13 Revised March 2019 g) Provide two (2) hard copy sets and one (1) electronic set of conformed drawings and conformed Contract Documents (PDF and original format{CAD/word/etc.}) to the City. The City staff will: a) Advertise the Project for bidding, maintain the list of prospective bidders, issue (with the assistance of the A/E) any addenda, supply bid tabulation forms, and conduct bid opening. b) Receive the Engineer's recommendation concerning bid evaluation and recommendation and prepare agenda materials for the City Council concerning bid awards. c) Prepare, review and provide copies of the Contract for execution between the City and the Contractor. 4. Construction Administration Phase. The A/E will perform contract administration to include the following: a) Participate in pre-construction meeting conference and provide a recommended agenda for critical construction activities and elements impacting the project. b) Review Contractor submittals and operating and maintenance manuals for conformance to Contract Documents. c) If requested by the City, review and interpret field and laboratory tests. d) Provide interpretations and clarifications of the Contract Documents for the Contractor and authorize required changes, which do not affect the Contractor's price and are not contrary to the general interest of the City under the Contract as requested by the Owner's Authorized Representative (OAR). e) Make periodic visits to the site of the Project to confer with the City Project Inspector and Contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the Contract Documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. f) Provide interpretations and clarifications of the plans and specifications for the Contractor and recommendations to the City for minor changes which do not affect the Contractor's price and are not contrary to the general interest of the City under the Contract as requested by the OAR g) Attend final inspection with City staff, provide punch list items to the City's Construction Engineers for Contractor completion, and provide the City with a Certificate of Completion for the Project upon successful completion of the Project. h) Review Contractor-provided construction "red-line" drawings. Prepare Project Record Drawings and provide a reproducible set and electronic file (both PDF and AutoCAD r.14 or later) within one (1) month of receiving the Contractor's red-line drawings. All drawings shall be CADD drawn using dwg format in AutoCAD, and graphics data will be in .dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The Record Drawings should incorporate the Contractor's red-lines and identify all changes made during construction. The Drawing Cover and each sheet should be clearly identified as the Record Drawing and should indicate the basis and date. i) When requested by the OAR, assist in addressing Request for Information (RFI) submitted by the Contractor. EXHIBIT"A" Page 6 of 13 Revised March 2019 The City staff will: a) Prepare applications/estimates for payments to Contractor. b) Conduct the final inspection with the Engineer. B. ADDITIONAL SERVICES This section defines the scope of additional services that may only be included as part of this contract if authorized by the Director of Engineering Services. A/E may not begin work on any services under this section without specific written authorization by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E shall, with written authorization by the Director of Engineering Services, perform the following: 1. Permit Preparation. (Most tasks included in seperate contract) C�Tsh thx��it�--a;l RQ data and- nenessary fnr all required permits The 4/C v.gill n renare this rlen--rrmentritien fer All Yely--fired cilvnri+--roc The 4/C Will nre mire rind c--hmi+ : +h�� h\ Tvfl(lTi ni+ i �nrl en iirnnmen+mil permits mi il+iple i ice anreeme �s)Wn+c efl a p� Ln F1- el♦peat�n e-a-Drerm Permit r1\ Tem nerar i Ilicnharne Dermi+ e\ N'PnF=C Dermi+/4m r7m enen+c /inrl- r-linn CC(` f�l(ll f�l(lT\ c f) Texas Commission of Environmental Quality (TCEQ) Permits/Amendments h) Texas Historical Commission (THC) i\ U.S.C Posh err! \A/ildlife CekrVnne /I ICC D U.S. Army Corps of Engineers (USACE) L\�nT-te� StatesE ;'reamep tcI Dre+e n ti �r nT -.--..e n Agr e nn Y /I ICCD4\ rvQ��r I\ Texas fler»r+men+ of I inencinn aRGI Ren-ilatinn /Till R\ 'I Drniir-le GGPY of (;G11_`++ 6-G imen+c elnnn with aPPFGP...+e fee +n Tevec enri r+men+ of I -nenc-n.1 rind Delve 1latiGR (T-Dl R) fer review aPA annrev ;;1 of ili+�i ren-firemen+c fnr rver-lee+ri�n imrvrn�iemen+c /mac ;; i+hnri;Z hi 4r-Ir-Ji+inn�l Ceriinec\ 2 Geerrlinri+e R S -ncnen+-en conferee ;at +he enrl of none+r--n+fen rind nrii GSJ Svc.---dTec. m) Texas General Land Office (TGLO) n\ Gther aGlennY 1 1Ye0 e Gt cnenifin nerrrmi+c Topographic and Right-of-Way (ROW) Survey. (Not in contract) 411 ,n,erk m--c+ Gempl y Qiinie)inrs' Maniial of OYror•tir•e for I and QIIn/e 444g in the St-ate of Teas latest ea-li+ien Inr.I--de referennec tyiRg (;entrel Deists to a minim-. of twe (2) registered NGS Rennhmark nnen--men+c in the Vininity of the Dreier+ that,n4ill net he rlict--rhed by &Hrvea sheets shall be sealed, 'he Goty and tht-9 bid rinn--men+ ruler Set. CC ,. h-101sh Wer- n al rind Ver+-naI Gen+Yel E�vtttF.7FtOtiy-Fth��rrtcn-cmcr-�cr�Tvcn-vrnTcrvr. EXHIBIT"A" Page 7 of 13 Revised March 2019 b) sta sll etfa primary andd sesnnvrraary�h G FiZrnrtal 4eQrtiGal-r.GTTtr4. et�r^i ^N I r�i ^r I-I^ri N and- V al (�`^N 1 ^I I+cidta +he limits ^F I"�es�-svrrtFe s#crrrvrrzZerrt�al-cmcr-�e�t+sai-vmrt�e,�acaaccrn.�mn,ic-Gr direr; that V.4 he dlistl Irhed- by ne Nstrl IntieN dl\ HL4ri;zent;;l gentrel ;e,ill he h;;sedd en N14D 82 State plane neerd-inates (Cel lth tZGRe) a VVil V e adj,Is �t��-�rte tm H9. oho nnnrr-Jin�+o , a ;; �e,il`I a"�rn�d amaiN iN -drip! e)Ve t+sa eptre e ased e n n 14\m RR ffAll n—nrnTtrAl wArk ;mill ho ICI n nnn"eRtOGnal (nnn_GDC) methGaS_. Derferm +epegFaphiG CI Ir\,eys +e gather eVIs+INg neNdll+leN INFerm�9+IeN a\ 1 ^gate pFepesed seiWpalgem^N+ n^r^ h^I^c as r1rilled by the Gity's GeGt^nhNin_A1 `J CnniReeFinn Gelpsl Il+ten+ water IT Ndl gas IINes r�s Vn,e11 r�s �e,r�N" ^+her IINes eNed- b" third- parties r�Ndl 'r� PFGjeGt ImMits Cl._1_11 innll ldde W lity meY rem the Texas 911 Yegl lest mrc urnrrcrGcrczr rvrrr rcT-ac-G�-rT uccc. i\ GpeN ennessihle meNheles eNIJ iNlets +e eb+eiN iNF^rm a+ieN eN strl Intl Ire iN"er+ type d- dl all related pope size type, iN"ert erleNtatl^N aRGI Flee, ' cy-p�a�lcr�vFi�e; a�lcr-cm--r �c yp cdl Gce iregtin nrcrvrr. I\ C"eNhhiilRg I IN+e aRGI INg111d- 1INg eVel R sl IhSl IrFene eNglNeerlNg (SUE) le I +e be i+�Qed 1 p1 Te Neg re N h i n C I 1 r,,e,, S61;; d eer s-related to I_eAAel 4 21 IRsa ;; I be pFevided el��}eed RUE ed as paKt of the SGGpe ef,e,nYL fnY CC bel�� Id\ I en�te evicting feat-IYes Within the apparent R(l\�/ dlsgane e Y shn the Ve,ithl Ian in the apparent RQVV Fn\ Generote elentrenin nlanimetrig hece man fnr I Ice in nreiegt dtesign N\ y^,N f0po f1^^r ^I ;; Ns eF nrly,r.�1 r;Ndl h.;hi Ie qtr.Intl Tres r�leNg the TT� l�1TT1TT�T I�YTIwfCF�'RIYdTT.71�T'GTTLYb tQ T�.7CTC7 -Fes aleTTg the Yead-wa y /+errldler pleed-edl t^ Gertlfy d1FaiRage dleGigR GFite Fia aFta met 9) The sHrvey she-Il�ld„et step at the PFePeFty I+Re, eaxteRG'�o;d-floe nreNerty IiNe r;s Needled- to NinL I IN Feat-Ides and- sl IrfrIne flue, patterNs OR the "ini Nit" of the Dr^; lugo that ge IId- Note Ntially impact the dleslgN er he i mpaGted- by the nn n rvt rrlcrl ct18T�This n nlrrcrauc,,�-I{eatl_1Ft_Qs s{I"v pas-eX i Sty^cgswaics A-F diTtbiYcs, n\ Researnh plats RQVV maps dlee easeeNts Ndl sl Ir"e"Fed FeNne gerNers 0 dlrpm o r� e men-Iments andt iron gins ;n,ithin +he evicting R(1\/V end- analyze to es+ahlish evicting apparent ROW ry\ Dre"id-e NrelimiNar" hose map ne Nt ININg �NN�re N+ D(l\A/ �n,h inh �n,ill he I IsedJ by `11 and- nrnnnsed ROW Thi reuminer" base en ml I� Shnkn, IntGY nrnneFt" line �Q �v-rr— rs�r a �� �P ��n-rc adldlresses and- Sig Nifinra N+ Ram 3. ROW/Easement Acquisition Survey and Parcel Descriptions (Not in contract) 4" werk m{-Irst -he-toed to end! d•nnform myith the Git s �`_In�hel T120640nniiRg CSyst (�`_DC) d•nntrnl Sltalteof latest Ct ' parent rcracts at a- repreasepI ta-t�t/i�vecri�ad1� fnr infnrmetiGR G)r ly. All eXiSticJ^ easerr�eriz ithiR neYf+els-te be-aGg6imFed e-andrlrthA-se Vn,ithin adJ aGent paFGe!S rst19^ T EXHIBIT"A" Page 8 of 13 Revised March 2019 b) Prepare Meteas �;;Ad- 1AS;tF1-1.MK-QRt With S61PPGFtiRg exhibits as req6iired ;;Ad agreed 61r,eR0 si ibseq iept +e CI D rinser,taRGe fer RQVV paFGels i itility easernepts aR d tempeFaFy neRstri intierR erisemerts tshetweeA C);Ag,Aers �i�ent+fied, addit+el„ feesybe-a6i therize��f needed WF shall s-larnit paFGel ames— nd-�egal deSGFiPtiGR rinr t8 the 6004 si ihPq I d') A/F= m',-s;tAhh;'ITTrLmirTl"I P Fy TTitle c..�eFts."IFem }tjjp rpmpa Rai and r� a side cepieS Gf-the-title repsrts-ts ki t-Q Git . PFeAmi TitlecrRepert shal�„-ideRtffy title o\l ReFGhip aRGI aRY title epni nia-FaAnes to all Fight of way to he aGg urerl 4. Environmental Issues. Identify and develop a scope of work for any testing, handling and disposal of hazardous materials and/or contaminated soils that may be discovered during construction. 5. Geotechnical Investigation. (Not in contract) 6. Public Involvement. PaFtiGipate OR gale P ihlin meetiRgG GRe P ihlin meetiRg shell he he'd negotiated- for en additiepal fee EXHIBIT"A" Page 9 of 13 Revised March 2019 6. Subsurface Utility Investigation (Level A) To Be Determined 2'-'F= 01AP.4estigatiGR fer all utilities (Gity and thiFd party) shall he te Leave' B ar, part of Tnnnnraphi^ Qllrvey refeFeRGed- ahnve and- in with A2CE Standard "A2CE v 1�--39 02, St/� Gl.��r,d r'_I Iidellrref6r th}e Gv6TreGtOG" 'rr-4RGJ--DepiGtOGR Gf EXOGtiRgg-961h';Nrf�9 1Jti1i+\, �'�4 sealed Level 44 UE repeFt shall be prrevic ed to the Gity unr7 i aed�r +he hid! r7nn11men+c as an appenrliv a) Provide subsupfa y eegiReeFi g OR aGGGFrl-AN^^ \n,i+hAR-GE C+-Ad;;F l " SGE cr39 992, rl�r I r�l li fell",T�tAr tt}e--�vv6iTeGtiA" "rr--;P;-] -Dep;ctiG Gf Existing hrr lrfeUtility [Data 111dinn 1 h1teI+ nn+tl1 - limited tG, �*aT�e "�ucat�GT� hta nre^eced cl the 1-14A-ne I ltilit\i 1N\/ectllrr tleN \mill he r,c felle\nic- i�E�cT�ie 661 y GGGpefie .,s- With e 64010ty evra\rotnr to nerfnrnq 1 6iality Level 4 in\cectigatinn of I Inrlernrnl lRd I ltilitiec { 1R SpeGored-a�ea�thFG gh nrnieG�mi+ Q iality 1 ^\,^I 4 innll IrI^c the -eve A m1N1maII\/ 1N#61 O'.44-9 a •scrcatOGR e9I11pMe.+r-ca.�-a,Tt.G•A1u PGO'RtS G) deterRP;;,9t#e-l�em-79-Rtdtat AREdrv'eKt+GA1 PGG+t+err G HRGleFgFGHRGl "til+t+eG, a we" as the t\,n�SZe nnnrli+inn material and other nherfl n+e rictinc 1 Itilitiee lG{icrted-at-this 911 revel \mill he phyGiGally I^nr;Uead r,Nrl tier! +^ the tepegFaphiG-s61FVey GGR#e1. The Will be iid eptified,—aRGI .;;P elevatien \mill he nht;Rined to the ton of the 1 Itilit\, 7. Construction Observation Services. To Be Determined. 8. Warranty Phase. Provide a maintenance guaranty inspection toward the end of the one- year period after acceptance of the Project. Note defects requiring contractor action to maintain, repair, fix, restore, patch, or replace improvement under the maintenance guaranty terms of the contract. Document the condition and prepare a report for the City staff of the locations and conditions requiring action, with its recommendation for the method or action to best correct defective conditions and submit to City Staff. Complete the inspection and prepare the report no later than sixty (60) days prior to the end of the maintenance guaranty period. 9. Traffic Control. Provide traffic control design to allow for construction of all proposed improvements. Consultant shall provide for the design of advanced warning signage,traffic control phases and associated details for the implementation of all planned traffic control measures. The Traffic Control Plan will include construction sequencing, typical cross section, construction phasing sheets, warning and barricades, as well as standard sheets for barricades, traffic control plan, work zone pavement markings and signage. Q Tnln"icinn 4i1i4" Lines. Drn\,irle rl Utilityyeaninn and tele\,icinn of eviction 1ltilit\, lines to \,erif\, e�c�st+eg—GG,"`� tiGn6. Ail\ ze phetes a♦1GI 1f+dee56 to KeGGMMepGI Keparr6 apoler 10. Signalization Improvements. Prepare signalization plans, specifications and estimates for the traffic signal and pedestrian signal improvements at the intersections of the Holly Trail Crossing and Flour EXHIBIT"A" Page 10 of 13 Revised March 2019 Bluff Drive. Develop design elements using City of Corpus Christi design criteria in TxDOT format and standards. 11. Landscaping. Provide landscape architecture design included in the project as outlined in the Preliminary Design Phase Engineering Letter Report including features such as benches and outdoor architectural features. Provide the services above authorized in addition to those items shown on Exhibit"A-1" Task List, which provides supplemental description to Exhibit "A". Note: The Exhibit "A-1" Task List does not supersede Exhibit "A". EXHIBIT"A" Page 11 of 13 Revised March 2019 II. SCHEDULE Date Activity 5-6-2025 Assumed NTP 9-1-2025 12 week duration 60% Design Submittal 9-2-2025 to 9-15-2025 2 week duration City Review 10-13-2025 8 week duration 90% Design Submittal 10-27-2025 (2 week duration) City Review 11-26-2025 4 week duration 100% Pre-ATA Submittal 12-15-2025 2 week duration Final Sealed Bid Package January 2026 Advertise for Bids January 2026 Pre-Bid Conference February 2026 Receive Bids April 2026 Contract Award May 2026 Begin Construction May 2027 Complete Construction III. FEES A. Fee for Basic Services. The City will pay the A/E a fixed fee for providing all "Basic Services" authorized as per the table below. The fees for Basic Services will not exceed those identified and will be full and total compensation for all services outlined in Section I.A.1-4 above, and for all expenses incurred in performing these services. The fee for this project is subject to the availability of funds. The Engineer may be directed to suspend work pending receipt and appropriation of funds. For services provided, A/E will submit monthly statements for services rendered. The statement will be based upon A/E's estimate (and with City's concurrence) of the proportion of the total services actually completed at the time of billing. City will make prompt monthly payments in response to A/E's monthly statements. B. Fee for Additional Services. For services authorized by the Director of Engineering Services under Section I.B. "Additional Services", the City will pay the A/E a not-to-exceed fee as per the table below: EXHIBIT"A" Page 12 of 13 Revised March 2019 Summary of Fees Basic Services Fees Contract 1. Preliminary Phase NA 2. Design Phase $972,551 3. Bid Phase $11,843 4. Construction Administration Phase $62,506 Subtotal Basic Services Fees $1,046,900.00 1. Permit Preparation* $45,099 2. Topographic and ROW Survey NA 3. ROW/Easement Acquisition Survey and NA Parcel Descriptions 4. Environmental Issues* $33,049 5. Geotechnical Investigation NA 6. Subsurface Utility Investigation (Level A) TBD 7. Construction Observation Services TBD 8. Warranty Phase $5,939 9. Traffic Control* $16,042 10. Signalization Improvements* $45,625 11. Landscape Design* $70,405 Subtotal Additional Services Fees $216,159.00 Total Fee $1,263,059.00 *Additional Services authorized in coordination with the notice to proceed for Basic Services. EXHIBIT"A" Page 13 of 13 Revised March 2019 Pro eot Fee Summar Holly Road Trestle Final Design Fee 8 C11y12g25 S.......r.... $ Detailetl Cost Breakdown Pmlect $ Tasks Labor n—ty spec task De caption tim Tv is�v., �..a.s ,.�wg .om o®. ..gnu seam aniiq�i �e.N a.d o.,,�„ .,,a Fn �a,.,a P,w �i.�. Dom o.aa� al Hou Pmlect Management ng o gss gs scope/sc5edule/budget e Pale Rep.ds/PedW k c6en(communicatb C.ry.mte3upp.d(ScS -o Cory.mte3upp.d(Operatbns Hnayst,Accounting Sp elbt,Contract Ad--) Protect Ckrs t ed Dually Managmnent ugly—tl-rem , parry n,,.—reurew, tabnry revbws ktm quantniat 3 sung t.p.Sta—too+50 sung top.Sta 4+50 to 9«00 sling top.Sta—to—W sling top.Sta t3+50 to t8+00 sling top.Sta t8i00 to T2+50 sling top.Sta 22+50 to 2]+00 slin g top.Eta 2]i00 to 31+50 sling top.Sta 31+50 to 36«00 sling top.Sta 36s00 to 40+50 sling top.Sta 40+50 to 45«00 sling top.Sta 45s00 to 4g+50 sting top.Sta 49«50 to 54+00 sling top.Sta 54i00 to 55+50 slhtg top.Sta 58+50 to 63s00 sling top.Sta 63i00 to 6]+50 sting top.Sta 6]+50 to end mo1..,beet 3 and pmp--use Pam cros,sectio l and pmp s5aretl use pam cross sections 2 16 and prop Vatb walkwaYcross satbns and pmp Vatb walkwaycross—ti.ns 2 and prop,karat use path cross sections 3 22 and pmp skated use p th cross sectons 4 and pmp sbaretl use path cmsssections 5 Prop skared w alkway p&p 56 0+00 to 4+50 Pmp s5are0 walkway p&p Sta 4+50 to— Pmp skared walkway P&p 569«00 to t3«50 Prop s5ared walkway P&p 2IM to 1— Props5are0walkwaYp&pS t8+00 to 22+50 Prop s5ared walkway p&p MT1+50 to 2�i00 Prop,bared walkway P&P S.M.to 4+50 Prop skared walkway p&p Stl 2]+00 to 3t+50 Prop A—walkway P&P Stl 3t+50 to 36s00 Prop,kared walkway p&p Stl 36«00 to 40+50 Prop shared w alkway p&p 56 40+50 to 45s00 Prop,baretlwalk-YP&PS64 Wto 0.w50 P.P,baredwalkwaYp Psu4g+50to 5M00 Prop skared walkway P&p—54+00 to 58+50 Prop s5ared w alkwaY P&p SU 58+30 to 63s00 Prop skaretl w alkway p&p—6-0 to 6]+50 Prop s5aretl wa&way p&p Sta 6]+50 to attl ron M.3 ngNldAm b n 62¢ NHg pPIMmPmsatl 1012 L\Cli.I—RC p CM1nSi,Ciyof TX\CCCC-HolyT .Trail Design Ph—-los3for Rei—Holy—Final D.,Fae Propossl Hp,2025-nenM1wrsksx M]2025 Pro PCt Fee Summar Holly Road Trestle Final Design Fee 8 CI1712g25 SPxia55.rNces $ Detailetl Cost Breakdown Pmlecv $ Tasks Labor A—ty spec task De cbpron tiTiv is moo., �..a,s ,.�wg .om o®. ..gnu eaam aniiq�i �e.N a.d o.,,�„ .,,a Fn �a,.,a P,w �i.�. Dom o.aa..�. al Hou em5ankment plans and sec von 1 Ikway em5ankment Plans and .1,z Ikw�embankment plans antl�c5on a Kayak—1,pbn and tletats 1 kayak—1,pbn and detaas z matl perking bt—.g antl gradng pbn matl perking lot sgnage antl-,.g pbn mad lug Lt re,,Pbn 1 foatl pavement repair Ph.2 Enbryed sve Plan Pmp sharewNkwaYg ht Plan1 Proposed sharewNkwaY lg ht plan 2 Proposed s!,— kwaY lght plan 3 Proposal sharewNkwaY lg ht plan 4 Proposed s!,— kwaY lg ht plan 5 LghSng decals 1 Lgming d-2 Lghting d9a16 3 Lghling—Pa ne pl�and pm 1 ne pl. Ed PEE 2 ne v�and Pmee a 14 `en nybdtl ceakon emtem(Don Patrk u) 14 en hybm ceakon sy 4—(Don Patrcb)z 14 ien nyb.oeakon enrtem(Don Patrkb)a 14 alk plan and senbns 13 of pbn 1 13 a pbn z 13 of pbn a P pbn 1 P plan z PP a P plan a P Plan s de s1 iN pe...g 15 scaping Pbnsand d—k 15 seaping pbnsand deka,Is 2 15 scapmg pbnsand deka0s 3 desgn su5mssbn 2 .1desgn su5mssbn desgn su5mssbn desgn su5missbn spxl—ns antl Pont-d d¢—h, 12 a N Pha Topos— ndarysurvey-LandAcgesgbn atgatbn b hng Respond o tlderge-- PrepareAddendems Prepare d TaSe—l Reco—datbn LeRr hg Nal R rews R p n 6g 2 per month mr 1d month dnmvonl pxibn Prepare Rxom drewings I QuanSry 828 1 727 1 Hl 1 1.11 HI Hl 1 l.—1 —1 d-6 3 51 110 94—7 30 2 of —,.I CRlc p cnoshQ dFxlcox-Hotyrrssasnao Ds.go Ph.sm m�sarorRonmslH.Hy RosaFtrwiDssgo Fos Proposal Apnlzou-naonwrsx.M amrzou OCorppus sti Engineering 23169: Holly Train Trestle Council Presentation May 6, 2025 #Agikk Vicinity Map C*Ch, Engineering Lxation Map+ BAY QLO.BAV sa,naw a ice^ a PROTECT NO:23169 CITY COUNCIL EXHIBIT HOLLY ROAD TRAIN TRESTLE Z Construction Project Corpus Chr sti Engineering This motion authorizes professional services contract with Freese & Nichols, Inc., for design, bid, and construction phase services for Holly Road Train Trestle project in an amount not to exceed $1 ,263,059.00. Project Schedule Corpus Chr sti Engineering 2025 -2026 20261 1 June- February July-October November- November Design Bid/Award Construction Project schedule reflects City Council award in May 2025 with anticipated completion by November 2027. so 0 v AGENDA MEMORANDUM NCOppppAEO Action Item for the City Council Meeting May 6, 2025 xs52 Action Item for the City Council Meeting May 13, 2025 DATE: May 6, 2025 TO: Peter Zanoni, City Manager FROM: Dante Gonzalez, Ph.D., Interim Director of the Health Department DanteG@cctexas.com 361-826-7203 Ordinance authorizing the City Manager or designee to execute documents to apply for and accept twelve grant renewal applications in an amount up to $2,772,910.00, authorizing 32 grant positions, and acceptance of an amount of up to $55,000 in program income from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services and upon receipt, to appropriate funds in the No. 1066 Health Grants Fund for said programs. CAPTION: Ordinance authorizing the City Manager or designee to execute documents to apply for and accept twelve grant renewal applications in an amount up to $2,772,910.00, authorizing 32 grant positions, and acceptance of an amount of up to $55,000 in program income from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services and upon receipt, to appropriate funds in the No. 1066 Health Grants Fund for said programs. SUMMARY: This ordinance will authorize the acceptance of funds upon award, from twelve grant renewal applications, in an estimated amount of$2,772,910.00 from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services for public health functions of the Corpus Christi - Nueces County Public Health District (CC-NCPHD) for a period beginning June 1, 2025, through September 30, 2026. The Health District's participation in these twelve grant programs serve a important public purpose in that this funding will promote and provide needed public health functions throughout the community. The CC-NCPHD receives approximately 17.5% of its total budget support through these twelve grant awards in both federal direct, state direct and federal pass-through funding. The CC-NCPHD will request $2,772,910.00 in funding through this ordinance. The City has for many years applied for and received grants from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services for the Women, Infants, and Children's (WIC) Nutrition Program, Public Health Emergency Preparedness Cooperative Agreements, Laboratory Response Network Influenza Surveillance, Medical Reserves Corps Unit, Tuberculosis Prevention Services, Regional Local Services System/Local Public Health Services, Immunization/Locals, and Sexually Transmitted Infections and Human Immunodeficiency Virus. This action also authorizes the finalization of programmatic budgets, incidental expenditures for grant program participants, and a personnel complement of 32 grant funded, full-time positions for the maintenance and delivery of essential public health services within the Health District as reflected in Attachment I. 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. Furthermore, this ordinance authorizes the City Manager or his designee to execute Memoranda of Agreement, to include Data Use Agreements and Business Associate Agreements, that enhance program services with no exchange of funds associated with these grant-funded projects. BACKGROUND AND FINDINGS: As a public health authority, the Corpus Christi - Nueces County Public Health District (CC- NCPHD) actively addresses the public health functions of policy development, health assessment, and health assurance. To carry out these responsibilities, the Health District operates evidence-based programs in various settings throughout Nueces County. The Health Department provides services to residents at public health settings and service locations located throughout the City and Nueces County. With support from the State of Texas, the Health District provides preventive health services, community education, limited clinical services to prevent communicable diseases, emergency preparedness, disease control, and supplemental nutrition programs. This action will authorize a total of 32 grant positions. Temporary support is included in the current budget and will be redirected to personnel if approved by the grantor. A list of the grant applications, grant program descriptions, grant award, match, contract time frame, positions, and program income amounts, is attached as Attachment I. Frequently, the CC-NCPHD requests City Council authorize agreements with agencies for the provision of services relating to grant programs and projects. Many times, these agreements do not include the exchange of funds between the City and these agencies; however, the execution of these agreements does require City Council action. The Department requests authorization for the City Manager or his designee, to include Data Use Agreements and Business Associate Agreements, with no exchange of funds that enhance programs or services associated with these grant-funded programs. ALTERNATIVES: The Council may choose not to approve the grant renewal agreements, and the Health District will bring the grant renewal applications individually to City Council, as the renewal time occurs. FISCAL IMPACT: This ordinance authorizes the acceptance of funds in the amount of$2,772,910.00 and authorizes acceptance of any prior year carry-forward support, as allowed by the funding agency. The twelve grant awards will support 32 grant-funded, full-time positions. The City will provide an estimated $67,540.00 for in-kind services from the Health Department General Fund to these grants. There will be no impact in the form of a cash match. FUNDING DETAIL: Fund: 1066 Health Grant Fund Organization/Activity: 89 Grants & Capital Project Funds/various Department: 15 Health Department Account: various RECOMMENDATION: Staff recommend approval of the grant renewal agreements as presented. LIST OF SUPPORTING DOCUMENTS: Ordinance Presentation Grant Summary & Fiscal Breakdown AN ORDINANCE AUTHORIZING THE CITY MANAGER OR DESIGNEE TO EXECUTE DOCUMENTS TO APPLY FOR AND ACCEPT TWELVE GRANT RENEWAL APPLICATIONS IN AN AMOUNT UP TO $2,772,910.00 FROM THE TEXAS DEPARTMENT OF HEALTH AND HUMAN SERVICES AND THE U.S. DEPARTMENT OF HEALTH AND HUMAN SERVICES AND UPON RECEIPT, TO APPROPRIATE FUNDS IN THE NO. 1066 HEALTH GRANTS FUND FOR SAID PROGRAMS. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS THAT: WHEREAS, the City has for many years applied for and received grants from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services for the Women, Infants, and Children's (WIC) Nutrition Program, Public Health Emergency Preparedness Cooperative Agreements, Laboratory Response Network Influenza Surveillance, Medical Reserves Corps Unit, Tuberculosis Prevention Services, Regional Local Services System/Local Public Health Services, Immunization/Locals, and Sexually Transmitted Infections and Human Immunodeficiency Virus; WHEREAS, the City Council desires to streamline the approval and appropriation process for these grant applications; WHEREAS, the purpose of this ordinance is to address the following standard procedures related to these grants subject to verification by the Department of Finance and Procurement that any required City matching funds and in- kind funding have been budgeted and appropriated in the Health District budget for such purpose: 1) approve the submission of grant applications, 2) grant authority to accept the award to the City Manager or designee, 3) grant authority to accept changes in award amount 4) establish the accounting fund/ org number; and, 5) appropriate the grant funds, if awarded; WHEREAS, the City will request approximately $2,772,910.00 in funding from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services; NOW THEREFORE: BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager or designee is authorized to submit twelve grant renewal applications each fiscal year for and execute documents to accept funds upon award in an amount up to $2,772,910.00 from the Texas Department of Health and Human Services and the U.S. Department of Health and Human Services for public health functions. If awarded, the City is authorized to provide up to $67,540.00 in cost share 2 from the General Fund. This authorization is subject to verification by the Department of Finance and Procurement that any required City matching funds and in-kind funding, if any, are appropriated in the Health District budget for such purposes. A copy of each grant application is on file with the Public Health District and a program synopsis is attached and incorporated herein for all purposes as Attachment I. SECTION 2. 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 3. Should funding be awarded, upon acceptance of the awards and execution of the grant agreements, that the grant funds will be appropriated. The proposed budget is attached hereto and incorporated herein for all purposes as Attachment I approved. A formal final budget with will include accounting funds, orgs, and activity numbers will be submitted to the Finance and Procurement Department upon award. SECTION 4. The proposed personnel complement of thirty-two positions which is attached hereto and incorporated herein as Attachment I is hereby approved. Should funding be awarded, the personnel complement is approved. The City Manager, or designee, is further authorized to change personnel complement classifications within the approved personnel complement number so long as there is no increase in the overall budget. SECTION 5. The Director of the Health Department is designated as the City's authorized official to administer these grants. 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 public health funds, the City assures that the funds will be returned to the grantor, 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 ATTACHMENT I.CC-NC PUBLIC HEALTH DISTRICT GRANTS SUMMARY AND FISCAL BREAKDOWN GRANT CONTRACT START PROPOSED PROGRAM GRANT NAME SUMMARY AMOUNT &END PERIOD FTES MATCH INCOME Public Health Emergency Preparedness(PHEP)Grants Combined To assist the Corpus Christi-Nueces County Public Health District Medical Reserve Corps Unit in building capacity and capability to help Nueces County be prepared for, respond to,and recover from disasters.Day-to-day,this takes the form of providing technical assistance, MRC Grant designing tools and resources,providing training $47,242.00 June 1,2025-May 31,2026 - - opportunities and supporting exercise efforts. Grant does not provide for personnel costs,however, does include supplies and other expenses that improve the capabilities ofthe Corpus Christi-Nueces County Public Health District. To prepare,respond and recover from natural and man- made disasters,in collaboration with community partners in Corpus Christi.For surveillance, investigations and reporting of Texas Notifiable Conditions including food-borne,water-borne,invasive CPS-HAZARDS PHEP respiratory,vaccine-preventable,zoonotic and Grant multidrug resistant infections for Nueces County $240,003.00 July 1,2025-June 30,2026 3 $24,000.00 residents. Provides for personnel costs,supplies,and other expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District To conduct surveillance and epidemiology activities for all notifiable conditions with an emphasis on certain conditions reported through the Texas National Texas Epidemiology Electronic Disease Surveillance System(NEDSS). $102,428.00 September 1,2025-August 31,2026 1 Capacity Expansion Grant - Provides for personnel costs,supplies,and other expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District. Subtotal: $389,673.00 4 24,000.00 1 ATTACHMENT I.CC-NC PUBLIC HEALTH DISTRICT GRANTS SUMMARY AND FISCAL BREAKDOWN GRANT CONTRACT START PROPOSED PROGRAM GRANT NAME SUMMARY AMOUNT &END PERIOD FTES MATCH INCOME Sexually Transmitted Infections and Human immunodeficiency Virus Combined Provide services for the prevention of congenital syphilis by testing/treating pregnant persons infected with syphilis and their partners,testing/treating persons who are positive for syphilis and their partners and women HIV/STD Supplemental within childbearing years with past inadequate syphilis Grant treatment. $105,208.00 August 1,2025-July 31,2026 1 - Provides for personnel costs,supplies,and other expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District Provide services that control and prevent the spread of STIs and HIV/AIDS and viral hepatitis. HIV/STD Public Health $269,815.00 September 1,2025-August 31,2026 3 - Follow Up Grant Provides for personnel costs,supplies,and other expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District Perform active surveillance and reporting activities for HIV/AIDS. HIV/STD Surveillance Grant Provides for personnel costs,supplies,and other $43,570.00 September 1,2025-August 31,2026 1 - expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District. Subtotal: $418,593.00 5 2 ATTACHMENT I.CC-NC PUBLIC HEALTH DISTRICT GRANTS SUMMARY AND FISCAL BREAKDOWN GRANT CONTRACT START PROPOSED MATCH PROGRAM GRANT NAME SUMMARY AMOUNT &END PERIOD FTES INCOME Implement and operate an immunization program servicing children,adolescents,and adults. Immunizations Grant Provides for personnel costs,program-required travel, $241,637.00 September 1,2025-August 31,2026 3 - $20,000.00 and other expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District. Subtotal: 241,637.00 3 GRANT CONTRACT START PROPOSED PROGRAM GRANT NAME SUMMARY AMOUNT &END PERIOD FTES MATCH INCOME Tuberculosis Prevention Services Provide funding for Tuberculosis prevention and care services. TB Federal&State Grant Provides for personnel costs,and other expenses to $114,925.00 September 1,2025-August 31,2026 2 $22,985.00 improve the capabilities of the Corpus Christi-Nueces County Public Health District. Subtotal: 114,925.00 2 $22,985.00 3 ATTACHMENT I.CC-NC PUBLIC HEALTH DISTRICT GRANTS SUMMARY AND FISCAL BREAKDOWN GRANT CONTRACT START PROPOSED MATCH PROGRAM GRANT NAME SUMMARY AMOUNT &END PERIOD FTES INCOME Laboratory Response Network&Regional Local Services System Combined Perform activities in support of the Public Health Emergency Preparedness Cooperative Agreement and the Administration for Strategic Preparedness and Response("ASPR")Activities including but not limited to continuing Level 3 biological laboratory surge capacity Laboratory Response activities,complying with new Laboratory Response Network(LRN)-PREP Network("LRN")requirements for biological $205,548.00 July 1,2025-June 30,2026 2 $20,555.00 laboratories,coordinating with public health Grant preparedness partners,and analyzing real-time clinical specimens. Provides for personnel costs,supplies,and other expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District. Provide local public health services to improve or Regional Local Services strengthen local public health within the State of Texas. System/Local Public $164,368.00 September 1,2025-August 31,2026 2 - $35,000.00 Health Services(RLSS) Provides for personnel costs,supplies,and other Grant expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District. Provision for Laboratory Response Network to perform testing for typing of influenza viruses,report testing results,and perform epidemiological surveillance in the community. IDCU-FLU Grant $5,000.00 September 1,2025-August 31,2026 - - Grant does not provide for personnel costs,however, does include supplies and other expenses that improve the capabilities ofthe Corpus Christi-Nueces County Public Health District. subtotal: $374,916.00 4 4 ATTACHMENT I.CC-NC PUBLIC HEALTH DISTRICT GRANTS SUMMARY AND FISCAL BREAKDOWN GRANT CONTRACT START PROPOSED PROGRAM GRANT NAME SUMMARY AMOUNT &END PERIOD FTES MATCH INCOME Women,Infants,and Children's(WIC)Nutrition Program Determine eligibility,provide food benefits and provide appropriate nutrition education and counseling to qualified women,infants and children. WIC Grant $1,233,166.00 October 1,2025—September 30,2026 14 - Provides for personnel costs,supplies,and other expenses to improve the capabilities of the Corpus Christi-Nueces County Public Health District. Subtotal: $1,233,166.00 14 Total Grant Funding Amount for FY26 GRANT FY26 GRANTS CONTRACT START PROPOSED MATCH PROGRAM AMOUNT &END PERIOD FTES INCOME Total Grant Amount $2,772,910.00 June 1,2025—September 30,2026 32 $67,540.00 $55,000.00 5 Texas Department of Health and Human Services Ordinance Authorizing Twelve Grant Renewal Applications Health Department Dante Gonzalez,Interim Director • May 6, 2025 Program Grant Information @0 The City has for many years applied for and received federal pass-through and state direct grants from the Texas Department of Health and Human Services for: ■ Women, Infants, and Children's (WIC) Nutrition Program ■ Public Health Emergency Preparedness Cooperative Agreements ■ Laboratory Response Network & Regional Local Services System ■ Tuberculosis Prevention Services ■ Immunization/Locals ■ Sexually Transmitted Infections & Human Immunodeficiency Virus Women, Infants, and Children's (WIC) Program Nutrition Pro _ g FY26 Budget: $1,233,166.00 14 grant-funded positions This grant has been awarded to the City for over 20 years Scope of Work: to provide food benefits and appropriate nutrition, education, and counseling to qualified women, infants and children. Public Health Emergency Preparedness (PHEP) Grants Grants: CPS-Hazards PHEP Grant, Texas Epidemiology Capacity Expansion Grant, & Medical Reserve Core Grant Combined FY26 budget: $389,673.00 4 grant-funded positions These grant has been awarded to the City for 10 years Scope of Work: to improve the capabilities of the Corpus Christi-Nueces County Public Health District to prepare, respond and recover from natural and man-made disasters. Laboratory Response Network & Regional Local Services System Grants: Laboratory Response Network (LRN)-PHEP Grant, Regional Local Services System/Local Public Health Services (RLSS) Grant, & IDCU-FLU Grant Combined FY26 budget: $374,916.00 4 grant-funded positions These grant has been awarded to the City for 12 years Scope of Work: to undertake activities to support and enhance the delivery of essential public health services and to maintain and support the Public Health Emergency Preparedness Laboratory Response Program in response to bioterrorism and biological threats within the community. Tuberculosis Prevention Services Grants: Tuberculosis Federal and Tuberculosis State Grant Combined FY26 budget: $114,925.00 2 grant-funded positions These grant has been awarded to the City for 15 years Scope of Work: to provide funding for Tuberculosis prevention and care services. Immunization/Locals FY26 budget: $241,637.00 3 grant-funded positions This grant has been awarded to the City for 15 years Scope of Work: to implement and operate an immunization program servicing children, adolescents, and adults. Sexually Transmitted Infections and Human ImmunodeficiencY Virus Grants: HIV/STD Public Health Follow Up Grant, HIV/STD Supplemental Grant, & HIV/STD Surveillance Grant Combined FY26 budget: $418,593.00 5 grant-funded positions These grant has been awarded to the City for 20 years Scope of Work: to provide services aimed at controlling and preventing STIs, HIV/AIDS, and viral hepatitis. Fiscal Impact A total amount of $2,772,910.00 from the Texas Department of Health and Human Services for public health functions for FY26. ■ 32 grant-funded positions ■ $67,540.00 in grant match amount ■ $55,000.00 in program income Recommendation: Approval of two-reading ordinance Texas Department of Health and Human Services Questions ? se o° a 0 A H v AGENDA MEMORANDUM NCOgpOPPl EO First Reading for the City Council Meeting of May 06, 2025 1852 Second Reading for the City Council Meeting of May 13, 2025 DATE: May 06, 2025 TO: Peter Zanoni, City Manager FROM: Jeffrey E. Edmonds, P.E. Director of Engineering Services 0effreye(ucctexas.com 361-826-3851 Nicholas Winkelmann, P.E. Director of Water Systems and Support Services nickwa-cctexas.com (361) 826-1796 Nueces River Raw Water Pump Station - Land & Property Purchase and Lease Agreements CAPTION: Ordinance authorizing three real estate sales contracts totaling up to $1,534,880 to purchase properties necessary for the Nueces River Water Pump Station Project, located in Council District 1, as follows: (1) 13702 N. Hillwood Trail from Jeffrey & Cindy Kirby for $619,000.00 plus $4,000.00 closing costs; (2) 13710 N. Hillwood Trail from Jose &Selinda Zepeda for$140,000.00 plus $4,000.00 closing costs; and (3) 13720 N. Hillwood Trail from Steven Hook for $769,880.00 plus $4,000.00 closing costs; and authorizing two short-term lease agreements to lease property to (1) Jeffrey and Cindy Kirby for 13702 North Hillwood Trail for$500.00 per month for six months and (2) Michael Cervantes for 13720 North Hillwood Trail for $1,000.00 per month for three months; with FY 2025 Funding available from the Water Capital Fund. SUMMARY: The ordinance authorizes land and property purchase of three tracts of land and lease agreements with two property owners for the installation of a 54-inch raw water supply line and to protect and maintain the existing raw water pipelines in the corridor leading to the O.N Stevens (ONS) Water Treatment Plant. BACKGROUND AND FINDINGS: CCW has been pursuing a long-range plan to enhance the capacity and reliability of the ONS Water Treatment Plant.An integral part of the treatment plant's capacity and reliability is supplying raw water to the head of the plant. That raw water was originally supplied by a pump station located on the banks of the Calallen pool approximately 0.80 miles northwest of ONS Water Treatment Plant. The raw water from the Calallen pool is transferred through two 54-inch water lines. The pump station and twin raw water transmission mains were completed in the mid-1950's. The original raw water pump station was built on a 6.6-acre tract that the City acquired fee simple. The twin pipelines were installed in a utility easement running in a straight line southeast to the receiving structure at ONS Water Treatment Plant. During the 1960's, the area surrounding the pipelines began to develop. The pipeline easement was incorporated into subdivision plans and became Smith Drive. In 1998, the Smith Drive right-of-way was also used as a corridor to route the 72-inch diameter Mary Rhodes pipeline to ONS. Every drop of raw water reaching ONS is conveyed through the Smith Drive right-of-way. The capital improvement plans for ONS developed over a decade ago included upgrades to the Nueces River pump station and the addition of a new 54-inch raw water transmission line. Construction is underway for the southern portion of the new pipeline, however, staff concluded that directly burying a new pipeline in close proximity to the original 1950's pipelines was too risky. As water demands have evolved, it is no longer possible to take one of the existing pipelines out of service during construction. There is a very narrow corridor approaching the raw water pump station that is constrained by existing homes and topography. Tunneling was determined to be the only safe method by the engineer and the City staff to install the new pipeline without risking damage to the existing pipelines. A project was added to the FY25 CIP (25014-Nueces River Raw Water Pump Station Piping & System Upgrades) to install the northern half of the new pipeline largely by tunneling. After approval of the FY25 CIP, staff began to explore whether real estate acquisition could reduce risks, reduce construction cost and enhance long-term operability of the raw water system. Three properties were identified on the west side of Smith Drive whose acquisition would enhance the constructability of the new 54-inch pipeline and greatly reduce the need for tunneling. The purchase price for the three properties is more than offset by the construction cost savings from converting to open trench instead of tunneling. By utilizing direct bury construction and improving the alignment, the construction costs are estimated to decrease by as much as five million dollars. Additionally, the Mary Rhodes pipeline is installed close to a steep slope at the edge of the Smith Drive western right of way in the vicinity of the pump station site. Erosion of the steep slope presents a threat to the 72-inch pipeline. Acquiring the proposed real estate will allow the placement of fill material on that lot to help mitigate the risk of slope failure. The total size of these three lots is 3.12 acres. All properties are adjacent to Smith Drive and the three existing water supply pipelines. The tract of land at 13720 Hillwood Trail includes the steep slope that presents a threat to the three existing water lines. Two of the three properties are currently occupied. The lease option will provide additional time for the occupants to relocate. The addition of these properties will allow for improved constructability of the new 54-inch water line and will reduce the risk of construction damage to the existing pipelines. Other benefits include better management and pipe corridor protection for these critical water supply assets. The future maintenance of these properties will be the responsibility of CCW. ALTERNATIVES: The alternative is not to purchase the land and improvements which would result in higher project costs and limit CCW ability to better manage and protect this critical pipeline corridor. FINANCIAL IMPACT: The fiscal impact for Corpus Christi Water in FY 2025 is an amount up to $1,534,880.00 with funding available from Water Capital Fund. Funding Detail Fund: Water Capital 2024 (Fund 4491) Department: Water (45) Organization: Grants & Capital Projects (89) Project: Nueces River Raw Water Pump Station Piping and System Upgrades (25014) Account: Land and Right of Way CIP (550701) Activity: 25014 Amount: $1,534,880.00 RECOMMENDATION: Staff recommends authorizing execution of three real estate sales contracts for (1) 13702 N. Hillwood Trail from Jeff & Cindy Kirby in the amount up to $619,000.00 plus estimated closing costs up to the amount of$4,000.00; (2) 13710 N. Hillwood Trail from Jose & Selinda Zepeda in the amount up to $140,000.00 plus estimated closing costs up to the amount of $4,000.00; and (3) 13720 N. Hillwood Trail from Steven Hook in an amount up to $769,880.00 plus estimated closing costs up to the amount of $4,000.00 for a maximum total amount up to $1,534,880.00 and authorizing two short-term lease agreements with (1) Jefrey and Cindy Kirby for 13702 North Hillwood Trail for $500.00 per month for a six month term and (2) Michael Cervantes for 13720 North Hillwood Trail for $1,000.00 per month for a three month term as presented. LIST OF SUPPORTING DOCUMENTS: Real Estate Sales Contracts Lease Agreements Ordinance authorizing three real estate sales contracts totaling up to $1,534,880 to purchase properties necessary for the Nueces River Water Pump Station Project, located in Council District 1, as follows: (1) 13702 N. Hillwood Trail from Jeff & Cindy Kirby for $619,000.00 plus $4,000.00 closing costs; (2) 13710 N. Hillwood Trail from Jose & Selinda Zepeda for $140,000.00 plus $4,000.00 closing costs; and (3) 13720 N. Hillwood Trail from Steven Hook for $769,880.00 plus $4,000.00 closing costs; and authorizing two short-term lease agreements to lease property to (1) Jefery and Cindy Kirby for 13702 North Hillwood Trail for $500.00 per month for six months and (2) Michael Cervantes for 13720 North Hillwood Trail for $1,000.00 per month for three months; with FY 2025 Funding available from the Water Capital Fund. NOW, THEREFORE, 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 a Real Estate Sales Contract for the acquisition of the property from Jefrey and Cindy Kirby located at 13702 North Hillwood Trail in the amount of $619,000 plus estimated closing costs in the amount of$4,000. Section 2. The City Manager or designee is authorized to execute a Real Estate Sales Contract for the acquisition of the property from Jose and Selinda Zepeda located at 13710 North Hillwood Trail in the amount of$140,000 plus estimated closing costs in the amount of$4,000. Section 3. The City Manager or designee is authorized to execute a Real Estate Sales Contract for the acquisition of the property from Steven R Hook located at 13720 North Hillwood Trail in an amount up to $769,880,000 plus estimated closing costs in the amount of$4,000. Section 4. The City Manager or designee is authorized to execute a Lease with Jefrey and Cindy Kirby for 13702 North Hillwood Trail in an amount up to $500 per month for a six month term. Section 5. The City Manager or designee is authorized to execute a Lease with Michael Cervantes for 13720 North Hillwood Trail in an amount up to $1,000 per month for a three month term. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 25014 Project Name Nueces River Raw Water Pump Station Piping & System Upgr. Type Improvement/Additions Department Water Useful Life 40 years Contact Director of Water Utilities - Category Water Supply Priority Priority Level 1 Council District 1 Status Active Description The O.N.Stevens Water Treatment Plant(ONSWTP)is executing a strategic upgrade plan to improve efficiencies and reliable treatment capacities. The Nueces River Pump Station supplies water from the Nuecess River to ONSWTP through 54-inch water lines. The Mary Rhodes Pipeline(MRP)is aligned in the same pipeline corridor with a 72-inch Pre-Cast Cylinder Pipeline. This project will modify the site piping of the pump station to improve operational flexibility which will allow for the water to be transmitted to ONSWTP from the Nueces River or the MRP though varying combinations of the 54-inch and 72-inch pipelines. The project will also complete the pipeline alignment of the new 54-inch diameter line to the same site and header piping. Additionally the low cover and slope stabilization areas in this pipeline corridor will be corrected. Justification The header piping modifications will provide greater operational flexibility which will allow for future project LR 9 to potential slip line the original 1954 fifty-four inch diameter pipelines. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 13,465,120 10,000,000 23,465,120 Design 1,200,000 1,200,000 Eng,Admin Reimbursements 250,000 250,000 500,000 Land Acquisition 1,534,880 1,534,880 Total 16,450,000 10,250,000 26,700,000 Funding Sources Prior Years 2025 2026 2027 Total Revenue Bonds 16,450,000 10,250,000 26,700,000 Total 16,450,000 10,250,000 26,700,000 Budget Impact/Other 71 This project is critical component of the planned upgrades at the ONSWTP. N SCALE: N.T.S. Odem PROJECT LOCATION Doyle NUECES RIVER 624 NUECES BAY 181 ANNAVILLE 77 N ~ ORR�OpR V Z QO Q V C� SHIP C o CORPUS CHRISTI 2 BOA O LEOPARD O a' ROBSTOWN z as s CORPUS CHRISTI 2 �Ok"� 286 INTERNATIONAL r AIRPORT 0R0 358 � 00 N N Y N O ? 3e r O�9 �i ,(>• MqR To 03 O o� hp4y pC 358 MCo`F CABANISS FIELD 665 43 O O° Q' 286 VICINITY MAP NOT TO SCALE PROJECT NUMBER: E16417 1 NUECES RIVER RAW WATER PUMP CITY COUNCIL EXHIBIT e STATION - TRANSMISSION MAIN CITY EN CORPUS ENGINEECHRISTI,RING TEXAS DEPARTMENT OF ENGINEERING SERVICES ' SCALE: N.T.S. Lu NUECES PUMP STATION �' J 14 _. 4 + R O 4 r PROPOSED WATER4 v- w- ,� �i_ r• F ° TRANSMISSION MAIN iL i r ��r fIL TEgGUE LN n .. i V.t NORTHWEST BL '-' D. AERIAL MAP J NOT TO SCALE PROJECT NUMBER: E16417 NUECES RIVER RAW WATER PUMP CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI,TEXAS STATION — TRANSMISSION MAIN DEPARTMENT OF ENGINEERING SERVICES 3622' a 702 3 1 7 J16 NUECES RIVER 13720 HILLWOOD TRL, _ PUMP STATION 1.83 ACRE LOT '- ,- 13710 HILLWOOD TRL, 0. 73 ACRE VACANT LOT 1 36 1 D 13702 HILLWOOD TRL11 137. 0 1 #� r 0.56 ACRE LOT �r �.' 711 �.. 1 47 t-p n 440 13824 9' 29 382E 38.10 -1I3V13 aw y 13t � , 440 _ AGt�i NUECES RIVER RAW WATER PUMP STATION CITY COUNCIL EXHIBIT LAND& PROPERTY PURCHASE& LEASE CITY OF CORPUS CHRISTI, TEXAS AGREEMENTS - DEPARTMENT OF ENGINEERING SERVICES i E DEPARTMENT OF ENGINEERING SERVICES Property and Land Acquisition Division i i Real Estate Sales Contract This Contract is entered into by Jeffrey D. and Cindy G. Kirby, herein called "Seller" and the CITY OF CORPUS CHRISTI,a Texas home rule municipal corporation,P.O.Box 9277,Corpus Christi, Nueces County, Texas 78469-9277 herein called "Buyer". 1. Property. Seller,for the consideration and under the terms set out herein,agrees to convey to Buyer the fee simple interest in the properties described below together with all rights, privileges, and appurtenances pertaining to the property situated in Nueces County, Texas: NCAD Property ID: 211464 Legal Description: CENIZO CANYON LT 21 Common Address: 13702 North Hillwood Trail Corpus Christi, Texas 78410 2. Purchase Price. At closing, Buyer agrees to pay $616,000.00 cash to Seller, which is the purchase price of$619,000 minus six months lease back at $500 per month. 3. Warranty Deed and Closing Costs. At closing,Seller must execute and deliver a General Warranty Deed, in substantially the form attached hereto as Exhibit A, that conveys indefeasible title to the Property to Buyer,and Buyer must make the cash payment to Seller. Buyer will pay escrow fee, document preparation fees, and recording fees. Seller will property taxes as detailed herein. At closing, Seller must convey the Property with no liens, assessments, or any security interests against the Property. 4. Lease and Personal Property. At closing, Seller must execute and deliver the Lease, attached hereto as Exhibit B,that establishes a landlord/tenant relationship between the City of Corpus Christi and Seller for a term of six months at the rate of$500.00 per month. Prior to the termination of the lease,the Seller may remove any or all of the features and items of the house and other structures located on the property excluding soil/dirt, existing drainage or utility structures and appurtenances. 5. Title Insurance. The Seller must provide, at Buyer's expense, a title insurance policy that guarantees good and indefeasible title to the Property,without exceptions to title other than the standard printed exceptions and exceptions permitted under this Contract, and that wholly insures and indemnifies Buyer against any title defects or adverse claims.A reliable title insurance company or title guaranty company ("Title Company") must issue the title insurance policy.The title commitment for title insurance must be delivered to Buyer within 30 days after receipt of the Contract by the Title Company,with the title insurance policy to be timely issued after Closing. 6. Property Taxes. Seller must pay all property taxes incurred on the Property up to and including 2024. All property taxes for the year 2025,if any due and payable or incurred for (E. F the year,will be prorated between the Buyer and the Seller from January 1,2025,to the date of Closing. 7. Earnest Money. Buyer deposits$5000.00 with the Title Company as Earnest Money,which will be applied to the balance of the purchase price owing at Closing; Buyer will pay the balance of the purchase price owing at Closing. When the Title Company possesses the executed deed, any other necessary paperwork, and the balance of the cash payment, the Title Company will close and finalize the conveyance in accordance with its customary procedure. If Buyer fails to Close on this Contract as set out herein, for any reason other than title defects, Seller is entitled to the Earnest Money as liquidated damages for breach of this Contract. Seller may seek to enforce this Contract by an action for specific performance. If Seller fails to tender an executed deed conveying the Property in accordance with the terms of this Contract, Buyer may seek to enforce this Contract by an action for specific F performance. I 8. Time for Performance. This transaction will be closed and completed through the Title Company on or before 90 days from the effective date of this Contract. Seller gives Buyer possession of the Property by executing the General Warranty Deed. Seller's execution of this Contract means that Seller has read and understands that this Contract is not binding on Buyer until approved and accepted by the City of Corpus Christi City Council, if required, and executed by the City Manager of the City of Corpus Christi, Texas, or designee. 9. Survives Closing. This Contract survives Closing of the sale of the Property and the delivery of the General Warranty Deed and other necessary documents by Seller to Buyer at Closing, and all terms and conditions remain in effect between Seller and Buyer. 10. 30-Day Inspection Period. Buyer shall have 30 days (the "30-Day Inspection Period") from the effective date of the contract hereof to notify Seller of Buyer's election,in Buyer's sole discretion, to cancel this Contract and receive a refund of the Earnest Money in the event that Buyer finds the Property to be unacceptable for any reason. Buyer shall have reasonable access to the Property during all normal business hours, and Seller agrees to cooperate with and assist Buyer in Buyer's inspection of the Property. Failure of Buyer to deliver to Seller, within the 30-Day Inspection Period, written notice of Buyer's determination that the Property is unacceptable and to terminate this Contract shall constitute an election by Buyer to proceed with this Contract and a waiver of Buyer's right to terminate this Contract on this basis. a. Right of Entry. (1) During the 30-Day Inspection Period,and at Buyer's sole expense, Buyer or Buyer's authorized agents shall have the right to enter upon the Property for purposes of making such land surveys,environmental site analysis,engineering studies,wetland studies, soil borings 2 i t 3I 7 E I and soil analysis as Buyer may deem necessary. Buyer shall not cause or permit damage or injury to the Property. Upon termination of this Contract,Buyer shall promptly restore the j Property to the condition existing prior to any tests or studies conducted pursuant to this Contract. This obligation shall survive the termination of this Contract, notwithstanding anything to the contrary contained herein. Seller shall make available for Buyer's inspection and copying within 10 days from the date hereof all reports, studies and tests in Seller's s possession with respect to the Property. ! (2) In connection with Buyer's inspections, studies, and assessments, Buyer i must: (i) employ only trained and qualified inspectors and assessors; (ii) notify Seller, in advance, of when the inspectors or assessors will be on the Property; (iii) abide by any reasonable entry rules or requirements that Seller may require;(iv)not interfere with existing operations or occupants of the Property;and(v) restore the Property to its original condition j if altered due to inspections, studies, or assessments that Buyer completes or causes to be completed. k b. Environmental Condition of Property. I Definitions. "Environmental Law"shall mean any law relating to environmental conditions and industrial hygiene applicable to the Property,including without limitation,the Resource Conservation and Recovery Act of 1976,the Comprehensive Environmental Response,Compensation and Liability Act of 1980, as amended by the Superfund Amendments and Reauthorization Act of 1986,the Federal Water Pollution Control Act,the Clear Air Act,the Clear Water Act,the Toxic Substances Control Act, the Endangered Species Act, the Safe Drinking Water Act, the Texas Water Code, the Texas Solid Waste Disposal Act, and all similar applicable federal, state and local environmental statutes, ordinances and the regulations, orders and decrees now or hereafter promulgated thereunder. "Hazardous Materials" shall mean any pollutant, toxic substance, hazardous waste, hazardous material, hazardous substance, or oil as defined in any Environmental Law existing as of the date hereof. Environmental Audit. Buyer shall have the right to cause an independent environmental consultant chosen by Buyer,in Buyer's sole discretion,to inspect the Property,including but not limited to an Environmental Site Analysis(ESA)Phase I and Phase II,to determine the condition of the Property, the presence of any Hazardous Materials and any apparent violation of any Environmental Law (the "Environmental Audit") and to deliver a report describing the findings and conclusions of the Environmental Audit. The cost and expense of the Environmental Audit shall be borne by Buyer. If the Environmental Audit reveals,or at any time prior to closing Buyer otherwise becomes aware of the existence of any environmental condition or violation of any Environmental Law which Buyer is unwilling to accept or the Seller is unwilling to cure,Buyer shall have the right and option to cancel this Contract and receive a full return of the Earnest Money. 3 E4E S 11. Broker Commission. Seller is responsible for payment of all broker's fees and commissions incurred in connection with the sale of this property. Buyer certifies that it r does not have a broker for purchase of this property. 12. Possession. At the Closing,the Property will be conveyed free of the rights of possession of any third parties in or to the Property except for valid easements, if any, filed of record and currently in force and effect,and the rights granted under the Lease to be signed at Closing. i 13. Representations and Warranties. i By Seller. In order to induce Buyer to enter into this Contract, Seller makes the following representations and warranties all of which will be true and correct as of the date hereof and as of the date of closing: Authority;No Conflict. Seller has the absolute and unrestricted right,power and authority to execute and deliver this Contract and the documents to be executed and delivered by Seller in connection with the closing of the transactions described in this Contract(such documents being collectively referred to herein as "Seller's Closing Documents") and to perform its obligations under this Contract and the Seller's Closing Documents. Seller shall present to the Buyer and/or the Title Company,if necessary, all reasonable evidence of such authority which may be requested by either of them. The execution and delivery of this Contract and Seller's Closing Documents, the consummation of the transactions described herein, and compliance with the terms of this Contract will not conflict with, or constitute a default under,any agreement to which Seller is a party or by which Seller or the Property is bound, or violate any regulation, law, court order,judgment, or decree applicable to Seller or the Property, except as otherwise expressly provided herein. No Litigation or Proceedings. Seller has no knowledge of any pending or threatened litigation, condemnation, or assessment affecting the Property other than code compliance issues raised by the City of Corpus Christi. Environmental Representations. Except as otherwise expressly provided herein, Seller has no knowledge that the Property contains Hazardous Materials(as defined in Section 10(b)), contains any underground storage tanks,or is not in full compliance with all Environmental Laws (as defined in Section 10(b)). Title to Property. Seller has full and complete fee simple title to the Property,subject only to the liens and encumbrances, if any. No Options. No person,corporation,or other entity has or,on the date of Closing,shall have any right or option to acquire the Property. Compliance. Seller has not received any notice from any governmental agency regarding the Seller's or the Property's non-compliance with applicable laws, ordinances, regulations, statutes,rules and restrictions relating to the Property,other than the City of Corpus Christi. 4 14. Essential. Time is of the essence in closing this transaction. 15. Effective Date. The effective date of this Real Estate Sales Contract is the date in which the Contract is signed by the Buyer. 16. Notices. All Notices between the parties under this contract must be in writing and are effective when hand delivered, or deposited for mail by certified mail, or deposited by regular mail, to the following: To Seller: Jeffrey and Cindy Kirby 13702 North Hillwood Trail Corpus Christi,Texas 78410 To Buyer: City of Corpus Christi Attn: Director of Engineering Services P.O. Box 9277 Corpus Christi,Texas 78469-9277 IT Counterparts: Multiple original copies of this contract may be executed,and the execution of this contract may be through the execution by the parties of separate counterparts. All of the original copies of this contract together shall constitute one agreement,binding on all of the parties hereto notwithstanding that the parties hereto may or may not be signatories to the same counterpart. Each of the undersigned parties authorizes the assembly of one or more original copies of this contract,such that each such original copy of this contract shall consist of(i) the body of this contract and (ii) counterpart signature pages and acknowledgment pages which collectively include all of the signatures and acknowledgments of the parties hereto. Each such contract shall constitute one original of this contract. When the context requires, singular nouns and pronouns include the plural. ELLER Jeffrey Kirby K.. Ci dy G. Kir 5 E i i 3 S 3 BUYER CITY OF CORPUS CHRISTI, TEXAS By: JEFF H. EDMONDS, P.E. DIRECTOR OF ENGINEERING SERVICES I i APPROVED AS TO LEGAL FORM FOR THE CITY ATTORNEY Janet Whitehead, Assistant City Attorney 6 E! I EXHIBIT A NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON,YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. General Warranty Deed Date: Grantor: Jeffrey D. and Cindy G. Kirby Grantor's Mailing Address: 13702 Not Hillwood Trail Corpus Christi, Texas 78410 1 Grantee: City of Corpus Christi i Grantee's Mailing Address: j PO Box 9277 Corpus Christi, Texas 78469 Consideration: Cash and other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged. j Property (including any improvements): i NCAD Property ID: 211464 Legal Description: CENIZO CANYON LT 21 Common Address: 13702 North Hillwood Trail Corpus Christi, Texas 78410 Exceptions to Conveyance and Warranty: Easements, restrictions, reservations, covenants, conditions, oil and gas leases, mineral severances, and encumbrances for taxes and assessments (other than liens and conveyances) presently of record in the Official Public Records of Nueces County,Texas,that affect the property, but only to the extent that said items are still valid and in force and effect at this time. Grantor, for the Consideration and subject to the Exceptions to Conveyance and Warranty, grants, gives, and conveys to Grantee the Property, together with all and singular the rights and appurtenances thereto in any way belonging, to have and to hold it to Grantee and Grantee's heirs, successors,and assigns forever. Grantor binds Grantor and Grantor's heirs and successors to warrant and forever defend all and singular the Property to Grantee and Grantee's heirs, successors, and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations from Conveyance and the Exceptions to Conveyance and Warranty. When the context requires, singular nouns and pronouns include the plural. i Jeffrey D. Kirby i Cindy G. Kirby E STATE OF TEXAS r COUNTY OF NUECES i i This instrument was acknowledged before me on , 2025, by Jeffrey D. Kirby and Cindy G. Kirby. Notary Public, State of Texas AGREED AND ACCEPTED BY GRANTEE: CITY OF CORPUS CHRISTI Jeff H. Edmonds, P.E. Director of Engineering Services 8 i i Exhibit B LEASE THIS LEASE AGREEMENT is made and entered into by and between the City of Corpus Christi,a Texas home-rule municipal corporation(hereinafter referred to as"City"),and Jeffrey D. and Cindy G. Kirby, 13702 North Hillwood Trail, Corpus Christi, Texas 78410 ("hereinafter referred to as "Lessee"). 1. Premises. City leases to Lessee 13702 Hillwood Trail, Corpus Christi, Texas 78410 ("Premises") "AS-IS" with NO WARRANTY OF MAINTENANCE, REPAIR, SECURITY OR HABITABILITY. i 2. Term. The Lease begins on the date of Closing for purchase of the Premises and terminates on November 30, 2025. 3. Payment. Payment shall be due and payable without demand or notice in equal monthly j installments on the first day of each month beginning on the effective date of the Lease. The monthly rate shall be $500.00 for the Premises. The Lease Payment for the term of the lease ($3000.00) has been paid and received by the City at Closing for purchase of the Premises. If Lessee terminates the Lease prior to November 30,2025,the Lease Payment shall be refunded to Lessee for any complete month not occupied after the Closing date. 4. Permitted Uses. The Premises may only be used for residential purposes. Lessee shall not use or operate any dirt-moving equipment on the premises. Lessee shall not do anything that causes damage to drainage,water or wastewater infrastructure located on or near the Premises. Lessee may remove any personal property or features and items of the house and other structures located on the Premises excluding soil/dirt, existing drainage or utility structures and appurtenances. 5. Move-out Condition. At the time the Lease ends, Lessee will surrender the Premises. If Lessee leaves any personal property in the Leased premises after Lessee surrenders possession of the Leased Premises, the City may retain such personal property as forfeited property to the City. 6. Utilities. Lessee must pay costs of all gas, electricity, water, wastewater or other utilities furnished to or used by Lessee on the Premises. 7. Maintenance and Repairs. a. Lessee must safely maintain the Structures, Buildings, and Utility Services and regulate their use and occupancy so that there is no hazard or danger to the persons or property on or at the Premises. Further,Lessee's use and occupancy of the Structures and Buildings must comply with all applicable federal, state, and local laws, rules, and regulations. b. Lessee agrees to dispose of all waste in accordance with applicable federal,state and 9 t' local laws, rules and regulations and shall not cause pollution of the premises. In the event of contamination, Lessee covenants to fully indemnify, defend and hold harmless the City, its officers, agents, representatives, and employees from and against any and all liability, loss, damages, claims, demands, suits, and causes of action of any nature whatsoever asserted against or recovered from City on account of injury or damage caused by pollution. 8. F000dplain. City is not aware that the dwelling you are renting is located in a 100-year floodplain.Even if the dwelling is not in a 100-year floodplain,the dwelling may still be susceptible to flooding. The Federal Emergency Management Agency (FEMA) maintains a flood map on its Internet website that is searchable by address, at no cost, to determine if a dwelling is located in a flood hazard area. Most tenant insurance policies do not cover damages or loss incurred in a flood. You should seek insurance coverage that would cover losses caused by a flood. 9. Legal Use. Lessee must not occupy or use or permit any portion of the Premises to be occupied or used,for any business or purpose which is unlawful, or deemed to be disreputable, or a nuisance or hazardous. 10. Assignment or Sub-Lease. In accordance with the City Charter of the City of Corpus Christi, and specifically Article IX of the City Charter, any assignment of this Lease requires prior approval by ordinance of the City Council. Lessee may not assign this Lease, either in whole or in part,without the prior written consent of the City Manager or designee. Any attempted assignment without the prior written consent of the City renders this Lease null and void. ! 11. Default. If Lessee fails defaults in performing any term,covenant or condition of this Lease, the City may, after 15 days written notice to Lessee, declare this Lease terminated, and City staff may immediately reenter the Premises and remove all persons without legal process and without prejudice to any of its other legal rights. Lessee expressly waives (1) all claims for damages by reason of such reentry and(2)all claims for damages due to any distress warrants or proceedings of sequestration to recover the rent or possession of the Premises from Lessee. The City may not declare this Lease terminated if,within 15 days after notice of any default, Lessee fully cures such default. 12. Attorney's Fees. In the event Lessee defaults in the performance of any of the terms, covenants,agreements,or conditions contained in this Lease,and City places the enforcement of this Lease or any part thereof, or the collection of any rent due or to become due hereunder or recovery of the possession of the demised premises, in the hands of an attorney, or files suit upon same, Lessee agrees to pay City reasonable attorney's fees and payment of the same shall be secured in a like manner as herein provided as to security for rent. 13. Waiver. Failure of City to declare any default immediately upon occurrence thereof or delay in taking any action in connection therewith shall not waive such default, but City shall have the right to declare any such default at any time and take such action as might be lawful or authorized hereunder either at law or in equity. 10 E : 14. Notice and Addresses. a. All notices, demands, requests, or replies provided for or permitted by this Lease must be in writing and may be delivered by any one of the following methods: (1) by personal delivery; (2) by deposit with the United States Postal Service as certified mail, return receipt requested, postage prepaid to the addresses stated below; (3) by email; or (4) by deposit with an overnight express delivery service at: If to City: If to Lessee: City of Corpus Christi Jeffrey and Cindy Kirby Attn: Director of Engineering Services 13702 Hillwood Trail P.O. Box 9277 Corpus Christi, Texas 78410 Corpus Christi, Texas 78469-9277 I F � Copy: City Attorney 1201 Leopard St, 5t" Floor i Corpus Christi, TX 78401 b. Notice deposited with the United States Postal Service in the manner described above is deemed effective on the third day after deposit. Notice by overnight express delivery service is deemed effective one business day after transmission to the overnight express carrier. C. Either party may change the address to which notice is sent by using a method set out in this section. Lessee shall notify the City of an address change within 10 days after the address is changed. 15. Modifications. No changes or modifications to the Lease may be made,nor any provision waived, unless in writing signed by a person duly authorized to sign agreements on behalf of each party. 16. Indemnity. In consideration of allowing Lessee to use the Premises, Lessee ("Indemnitor") covenants to fully indemnify, defend and hold harmless the City,its officers, agents,representatives,and employees(collectively, "Indemnitees")from and against any and all liability, loss, damages, claims, demands, suits, and causes of action of any nature whatsoever asserted against or recovered from City on account of injury or damage to person including,without limitation on the foregoing, premises defects,workers' compensation and death claims, or property loss or damage of any other kind whatsoever, to the extent any injury, damage, or loss may be incident to, arise out of, be caused by, or be in any way connected with, either proximately or remotely,wholly or in part: (1) Lessee's performance under this Lease; (2)Lessee's use of the Premises and any and all activities associated with the Lessee's use of the Premises under this Lease; (3) the violation by Lessee of any law, rule, regulation, ordinance, or government order of any kind pertaining, directly or indirectly, to this Lease; (4) the exercise of rights under this Lease; or(5) an act or omission on the part of Lessee pertaining to this Lease, regardless of whether the injury, damage, loss, violation, 11 i 4 exercise of rights,act,or omission is caused or is claimed to be caused by the sole,contributing or concurrent negligence of Indemnitees, or any of them, and including all expenses of litigation, court costs, and attorneys' fees, which arise, or are claimed to arise, out of or in connection with the asserted or recovered incident. Lessee covenants and agrees that,if City is made a party to any litigation against Lessee or in any litigation commenced by any party, other than Lessee relating to this Lease, Lessee shall, upon receipt of reasonable notice regarding commencement of litigation,at its own expense,investigate all claims and demands, attend to their settlement or other disposition, defend City in all actions based thereon with legal counsel satisfactory to the City Attorney, and pay all charges of attorneys and all other costs and expenses of any kind whatsoever arising from any the liability,injury,damage,loss, demand, claim, or action. 17. Interpretation. a. This Lease must be interpreted according to the Texas laws which govern the interpretation of contracts. Venue lies in Nueces County,where this Lease was entered into and will be performed. b. The headings contained herein are for convenience and reference only and are not intended to define or limit the scope of any provision. 18. Entire Agreement. This Lease and the exhibits incorporated and attached constitute the entire agreement between the City and Lessee for the use granted. All other agreements,promises and representations with respect thereto,unless contained in this Lease,are expressly revoked,as it is the parties' intent to provide for a complete understanding within the provisions of the document, and the exhibits incorporated and attached hereto, the terms, conditions, promises, and covenants relating to the Premises. The unenforceability,invalidity,or illegality of any provision of this Lease does not render the other provision unenforceable, invalid, or illegal. 19. Relationship of Parties. This Lease establishes a landlord/tenant relationship,and no other relationship. This Lease must be construed conclusively in favor of that relationship. In performing this Lease, both the City and Lessee will act in an individual capacity and not as agents, representatives, employees, employers,partners,joint-ventures, or associates of one another. The employees or agents of either party may not be,nor be construed to be,the employees or agents of the other party for any purpose. 20. .Not for Benefit of Third Parties. This Lease is only for the benefit of the City and Lessee, and no third party has any rights or claims under this Lease or against the City. 21. Termination. If this Lease continues after November 30, 2025, this Lease may be terminated by the City upon 15 days notice to Lessee. 22. Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. 23. Compliance with State and Federal Laws:The following provisions are in this contract for 12 i t compliance with state and federal law,and the City does not opine on their validity or enforceability. Lessee shall bear the entire, sole burden for complying with any of these clauses. Prior to the s enforcement of any of the following clauses, the City will give at least 30 days notice of alleged violation thereof and an opportunity for the Lessee to be heard concerning the alleged violation, effect thereof on the City, and proposed remedial measures: In accordance with Tex. Gov't Code§2252.909,Lessee must include in each contract for the construction, alteration or repair of an improvement to this leased property a condition that the contractor execute a payment bond that conforms to Subchapter I, i Chapter 53,Property Code and a performance bond equal to the amount of the contract and conditioned on the faithful performance of the contractor's work in accordance with the plans, specifications and contract documents. Lessee must provide the City with a ! notice of commencement at least 90 days prior to start of construction, alteration or repair that complies with Texas Gov't Code § 2252.909. i E F 24. Acknowledgement. The parties expressly agree that they have each independently read and understood this Lease. By Lessee's execution of this Lease,Lessee acknowledges and understands that this Lease is not binding on the City until properly authorized by the Council and executed by the City Manager or designee. EXECUTED this day of ,2025. LESSEE Jeffrey D. Kirby Cindy G. Kirby STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on ,2025,by Jeffrey D. Kirby and Cindy G. Kirby. Notary Public, State of Texas 13 LESSOR CITY OF CORPUS CHRISTI, TEXAS Jeff H. Edmonds, P.E. Director of Engineering Services ATTEST: i Rebecca Huerta, City Secretary STATE OF TEXAS § I § ( COUNTY OF NUECES § This instrument was acknowledged before me on ,2025,by Jeff H.Edmonds,Director of Engineering Services of the City of Corpus Christi,a Texas home-rule municipal corporation, on behalf of said corporation. i Notary Public, State of Texas APPROVED AS TO LEGAL FORM FOR THE CITY ATTORNEY Janet Whitehead, Assistant City Attorney 14 DEPARTMENT OF ENGINEERING SERVICES Property and Land Acquisition Division Real Estate Sales Contract This Contract is entered into by Jose Antonio Zepeda, Jr. and Selinda Karen Zepeda, herein called"Seller"and the CITY OF CORPUS CHRISTI, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 herein called "Buyer". 1. Property. Seller,for the consideration and under the terms set out herein, agrees to convey to Buyer the fee simple interest in the properties described below together with all rights, privileges, and appurtenances pertaining to the property situated in Nueces County, Texas: NCAD Property ID: 211463 Legal Description: CENIZO CANYON LT 20 Common Address: 13710 North Hillwood Trail Corpus Christi, Texas 78410 2. Purchase Price. At closing, Buyer agrees to pay $140,000.00 cash to Seller. 3. Title Insurance. The Seller must provide, at Buyer's expense, a title insurance policy that guarantees good and indefeasible title to the Property,without exceptions to title other than the standard printed exceptions and exceptions permitted under this Contract, and that wholly insures and indemnifies Buyer against any title defects or adverse claims. A reliable title insurance company or title guaranty company ("Title Company") must issue the title insurance policy. The title commitment for title insurance must be delivered to Buyer within 30 days after receipt of the Contract by the Title Company,with the title insurance policy to be timely issued after Closing. 4. Warranty Deed and Closing Costs. At closing, Seller must execute and deliver a General Warranty Deed, in substantially the form attached hereto as Exhibit A, that conveys indefeasible title to the Property to Buyer, and Buyer must make the cash payment to Seller. Buyer will pay one-half escrow fee, document preparation fees, and recording fees. Seller will pay any costs to cure title and one-half of escrow fee. At closing, Seller must convey the Property with no liens, assessments, or any security interests against the Property; and with no persons in possession on any part of the Property as tenants, lessees, or tenants at sufferance, or trespassers. 5. Property Taxes. Seller must pay all property taxes incurred on the Property up to and including 2024. All property taxes for the year 2025, if any due and payable or incurred for the year,will be prorated between the Buyer and the Seller from January 1,2025,to the date of Closing. The prorated taxes are only an estimate indicated by a Tax Certificate obtained by the Title Company, and the Seller agrees to pay any shortages of property taxes should they occur during the following year. Seller shall promptly execute a Tax Proration Agreement expressly stating this agreement. 6. Earnest Money. Buyer deposits$500.00 with the Title Company as Earnest Money,which will be applied to the balance of the purchase price owing at Closing; Buyer will pay the balance of the purchase price owing at Closing. When the Title Company possesses the executed deed, any other necessary paperwork, and the balance of the cash payment, the Title Company will close and finalize the conveyance in accordance with its customary procedure. If Buyer fails to Close on this Contract as set out herein, for any reason other than title defects, Seller is entitled to the Earnest Money as liquidated damages for breach of this Contract. Seller may seek to enforce this Contract by an action for specific performance. If Seller fails to tender an executed deed conveying the Property in accordance with the terms of this Contract, Buyer may seek to enforce this Contract by an action for specific performance. 7. Time for Performance. This transaction will be closed and completed through the Title Company on or before 90 days from the effective date of this Contract. Seller gives Buyer possession of the Property by executing the General Warranty Deed. Seller's execution of this Contract means that Seller has read and understands that this Contract is not binding on Buyer until approved and accepted by the City of Corpus Christi City Council, if required, and executed by the City Manager of the City of Corpus Christi, Texas, or designee. 8. Survives Closing. This Contract survives Closing of the sale of the Property and the delivery of the General Warranty Deed and other necessary documents by Seller to Buyer at Closing, and all terms and conditions remain in effect between Seller and Buyer. 9. 60-Day Inspection Period. Buyer shall have 60 days (the "60-Day Inspection Period') from the effective date of the contract hereof to notify Seller of Buyer's election,in Buyer's sole discretion, to cancel this Contract and receive a refund of the Earnest Money in the event that Buyer finds the Property to be unacceptable for any reason. Buyer shall have reasonable access to the Property during all normal business hours, and Seller agrees to cooperate with and assist Buyer in Buyer's inspection of the Property. Failure of Buyer to deliver to Seller, within the 60-Day Inspection Period, written notice of Buyer's determination that the Property is unacceptable and to terminate this Contract shall constitute an election by Buyer to proceed with this Contract and a waiver of Buyer's right to terminate this Contract on this basis. a. Right of Entry. (1) During the 60-Day Inspection Period, and at Buyer's sole expense,Buyer or Buyer's authorized agents shall have the right to enter upon the Property for purposes of making such land surveys, environmental site analysis, engineering studies,wetland studies, soil borings and soil analysis as Buyer may deem necessary. Buyer shall not cause or permit damage or injury to the Property. Upon termination of this Contract, Buyer shall promptly restore the Property to the condition existing prior to any tests or studies conducted pursuant to this 2 Contract. This obligation shall survive the termination of this Contract, notwithstanding anything to the contrary contained herein. Seller shall make available for Buyer's inspection and copying within 10 days from the date hereof all reports, studies and tests in Seller's possession with respect to the Property. (2) In connection with Buyer's inspections, studies, and assessments, Buyer must: (i) employ only trained and qualified inspectors and assessors; (ii) notify Seller, in advance, of when the inspectors or assessors will be on the Property; (iii) abide by any reasonable entry rules or requirements that Seller may require; (iv)not interfere with existing operations or occupants of the Property; and(v) restore the Property to its original condition if altered due to inspections, studies, or assessments that Buyer completes or causes to be completed. b. Environmental Condition of Property. Definitions. "Environmental Law" shall mean any law relating to environmental conditions and industrial hygiene applicable to the Property,including without limitation,the Resource Conservation and Recovery Act of 1976,the Comprehensive Environmental Response,Compensation and Liability Act of 1980, as amended by the Superfund Amendments and Reauthorization Act of 1986,the Federal Water Pollution Control Act,the Clear Air Act,the Clear Water Act,the Toxic Substances Control Act, the Endangered Species Act, the Safe Drinking Water Act, the Texas Water Code, the Texas Solid Waste Disposal Act, and all similar applicable federal, state and local environmental statutes, ordinances and the regulations, orders and decrees now or hereafter promulgated thereunder. "Hazardous Materials" shall mean any pollutant, toxic substance, hazardous waste, hazardous material, hazardous substance, or oil as defined in any Environmental Law existing as of the date hereof. Environmental Audit. Buyer shall have the right to cause an independent environmental consultant chosen by Buyer,in Buyer's sole discretion,to inspect the Property,including but not limited to an Environmental Site Analysis (ESA)Phase I and Phase 11,to determine the condition of the Property, the presence of any Hazardous Materials and any apparent violation of any Environmental Law (the "Environmental Audit") and to deliver a report describing the findings and conclusions of the Environmental Audit. The cost and expense of the Environmental Audit shall be borne by Buyer. If the Environmental Audit reveals, or at any time prior to closing Buyer otherwise becomes aware of the existence of any environmental condition or violation of any Environmental Law which Buyer is unwilling to accept or the Seller is unwilling to cure, Buyer shall have the right and option to cancel this Contract and receive a full return of the Earnest Money. 10. Broker Commission. Seller is responsible for payment of all broker's fees and commissions incurred in connection with the sale of this property. 3 11. Possession. At the Closing,the Property will be conveyed free of the rights of possession of any third parties in or to the Property except for valid easements, if any, filed of record and currently in force and effect. 12. Representations and Warranties. By Seller. In order to induce Buyer to enter into this Contract, Seller makes the following representations and warranties all of which will be true and correct as of the date hereof and as of the date of closing: Authority;No Conflict. Seller has the absolute and unrestricted right,power and authority to execute and deliver this Contract and the documents to be executed and delivered by Seller in connection with the closing of the transactions described in this Contract(such documents being collectively referred to herein as "Seller's Closing Documents") and to perform its obligations under this Contract and the Seller's Closing Documents. Seller shall present to the Buyer and/or the Title Company,if necessary, all reasonable evidence of such authority which may be requested by either of them. The execution and delivery of this Contract and Seller's Closing Documents, the consummation of the transactions described herein, and compliance with the terms of this Contract will not conflict with, or constitute a default under, any agreement to which Seller is a party or by which Seller or the Property is bound, or violate any regulation, law, court order,judgment, or decree applicable to Seller or the Property, except as otherwise expressly provided herein. No Litigation or Proceedings. Seller has no knowledge of any pending or threatened litigation, condemnation, or assessment affecting the Property. Environmental Representations. Except as otherwise expressly provided herein, Seller has no knowledge that the Property contains Hazardous Materials(as defined in Section 10(b)), contains any underground storage tanks, or is not in full compliance with all Environmental Laws (as defined in Section 10(b)). Title to Property. Seller has full and complete fee simple title to the Property, subj ect only to the liens and encumbrances,if any, disclosed on the Commitment or Survey to be furnished to Buyer hereunder. No Options. No person,corporation,or other entity has or,on the date of Closing, shall have any right or option to acquire the Property. Compliance. Seller has not received any notice from any governmental agency regarding the Seller's or the Property's non-compliance with applicable laws, ordinances, regulations, statutes, rules and restrictions relating to the Property. 13. Essential. Time is of the essence in closing this transaction. 14. Effective Date. The effective date of this Real Estate Sales Contract is the date in which the Contract is signed by the Buyer. 4 15. Notices. All Notices between the parties under this contract must be in writing and are effective when hand delivered, or deposited for mail by certified mail, or deposited by regular mail, to the following: To Seller: Jose Antonio Zepeda, Jr. and Selinda Karen Zepeda 3333 Hagen Loop Laredo, Texas 78045-8294 To Buyer: City of Corpus Christi Attn: Director of Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469-9277 16. Counterparts: Multiple original copies of this contract may be executed, and the execution of this contract may be through the execution by the parties of separate counterparts. All of the original copies of this contract together shall constitute one agreement,binding on all of the parties hereto notwithstanding that the parties hereto may or may not be signatories to the same counterpart. Each of the undersigned parties authorizes the assembly of one or more original copies of this contract, such that each such original copy of this contract shall consist of(i) the body of this contract and (ii) counterpart signature pages and acknowledgment pages which collectively include all of the signatures and acknowledgments of the parties hereto. Each such contract shall constitute one original of this contract. When the context requires, singular nouns and pronouns include the plural. SELLER se Antonio Zepeda, Jr Selinda FI Zepeda 5 BUYER CITY OF CORPUS CHRISTI, TEXAS By: JEFF H. EDMONDS, P.E. DIRECTOR OF ENGINEERING SERVICES APPROVED AS TO LEGAL FORM FOR THE CITY ATTORNEY Janet Whitehead, Assistant City Attorney 6 EXHIBIT A NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON, YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER. General Warranty Deed Date: Grantor: Jose Antonio Zepeda, Jr. and Selinda Karen Zepeda Grantor's Mailing Address: 3333 Hagen Loop Laredo, Texas 78045-8294 Grantee: City of Corpus Christi Grantee's Mailing Address: PO Box 9277 Corpus Christi, Texas 78469 Consideration: Cash and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged. Property (including any improvements): NCAD Property ID: 211463 Legal Description: CENIZO CANYON LT 20 Common Address: 13710 North Hillwood Trail Corpus Christi, Texas 78410 See the metes and bounds property description attached and incorporated as Attachment 1 ("Property"). Exceptions to Conveyance and Warranty: Easements, restrictions, reservations, covenants, conditions, oil and gas leases, mineral severances, and encumbrances for taxes and assessments (other than liens and conveyances) presently of record in the Official Public Records of Nueces County,Texas,that affect the property, but only to the extent that said items are still valid and in force and effect at this time. Grantor, for the Consideration and subject to the Exceptions to Conveyance and Warranty, grants, gives, and conveys to Grantee the Property, together with all and singular the rights and appurtenances thereto in any way belonging, to have and to hold it to Grantee and Grantee's heirs, successors,and assigns forever. Grantor binds Grantor and Grantor's heirs and successors to warrant and forever defend all and singular the Property to Grantee and Grantee's heirs, successors, and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations from Conveyance and the Exceptions to Conveyance and Warranty. When the context requires, singular nouns and pronouns include the plural. -e7ze��� se A onio Zepeda, Jr. Seli da Karen Zep STATE OF TEXAS COUNTY OF This instrument was acknowledged before me on 2025, by Jose Antonio Zepeda, Jr. and Selinda Karen Zepeda. Notary Public, State of Texas AGREED AND ACCEPTED BY GRANTEE: CITY OF CORPUS CHRISTI Jeff H. Edmonds, P.E. Director of Engineering Services ATTACHMENT 1 (Survey) 9 DEPARTMENT OF ENGINEERING SERVICES Property and Land Acquisition Division Real Estate Sales Contract This Contract is entered into by Steven R Hook,herein called"Seller"and the CITY OF CORPUS CHRISTI, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 herein called "Buyer". 1. Property. Seller,for the consideration and under the terms set out herein, agrees to convey to Buyer the fee simple interest in the properties described below together with all rights, privileges, and appurtenances pertaining to the property situated in Nueces County, Texas: NCAD Property ID: 211462 Legal Description: CENIZO CANYON LT 19 Common Address: 13720 North Hillwood Trail Corpus Christi, Texas 78410 2. Purchase Price. At closing, Buyer agrees to pay $766,880.00 cash to Seller, which is the purchase price of$769,880 minus three months lease back at$1000 per month. 3. Warranty Deed and Closing Costs. At closing, Seller must execute and deliver a General Warranty Deed, in substantially the form attached hereto as Exhibit A, that conveys indefeasible title to the Property to Buyer, and Buyer must make the cash payment to Seller. Buyer will pay escrow fee, document preparation fees, and recording fees. Seller will property taxes as detailed herein. At closing, Seller must convey the Property with no liens, assessments, or any security interests against the Property. 4. Lease and Personal Property. At closing, Seller's tenant must execute and deliver the Lease, attached hereto as Exhibit B,that establishes a landlord/tenant relationship between the City of Corpus Christi and Michael Cervantes for a term of three months at the rate of $1000.00 per month. Prior to the termination of the lease and City's demolition of the structures located on the property,the Seller and Tenant are allowed to remove any or all of the features and items of the house and other structures located on the property excluding soil/dirt, existing drainage or utility structures and appurtenances. 5. Title Insurance. The Seller must provide, at Buyer's expense, a title insurance policy that guarantees good and indefeasible title to the Property,without exceptions to title other than the standard printed exceptions and exceptions permitted under this Contract, and that wholly insures and indemnifies Buyer against any title defects or adverse claims. A reliable title insurance company or title guaranty company ("Title Company") must issue the title insurance policy. The title commitment for title insurance must be delivered to Buyer within 30 days after receipt of the Contract by the Title Company,with the title insurance policy to be timely issued after Closing. 6. Property Taxes. Seller must pay all property taxes incurred on the Property up to and including 2024. All property taxes for the year 2025, if any due and payable or incurred for the year,will be prorated between the Buyer and the Seller from January 1,2025,to the date of Closing. 7. Earnest Money. Buyer deposits$5000.00 with the Title Company as Earnest Money,which will be applied to the balance of the purchase price owing at Closing; Buyer will pay the balance of the purchase price owing at Closing. When the Title Company possesses the executed deed, any other necessary paperwork, and the balance of the cash payment, the Title Company will close and finalize the conveyance in accordance with its customary procedure. If Buyer fails to Close on this Contract as set out herein, for any reason other than title defects, Seller is entitled to the Earnest Money as liquidated damages for breach of this Contract. Seller may seek to enforce this Contract by an action for specific performance. If Seller fails to tender an executed deed conveying the Property in accordance with the terms of this Contract, Buyer may seek to enforce this Contract by an action for specific performance. 8. Time for Performance. This transaction will be closed and completed through the Title Company on or before 90 days from the effective date of this Contract. Seller gives Buyer possession of the Property by executing the General Warranty Deed. Seller's execution of this Contract means that Seller has read and understands that this Contract is not binding on Buyer until approved and accepted by the City of Corpus Christi City Council, if required, and executed by the City Manager of the City of Corpus Christi, Texas, or designee. 9. Survives Closing. This Contract survives Closing of the sale of the Property and the delivery of the General Warranty Deed and other necessary documents by Seller to Buyer at Closing, and all terms and conditions remain in effect between Seller and Buyer. 10. 30-Day Inspection Period. Buyer shall have 30 days (the "30-Day Inspection Period') from the effective date of the contract hereof to notify Seller of Buyer's election,in Buyer's sole discretion, to cancel this Contract and receive a refund of the Earnest Money in the event that Buyer finds the Property to be unacceptable for any reason. Buyer shall have reasonable access to the Property during all normal business hours, and Seller agrees to cooperate with and assist Buyer in Buyer's inspection of the Property. Failure of Buyer to deliver to Seller, within the 30-Day Inspection Period, written notice of Buyer's determination that the Property is unacceptable and to terminate this Contract shall constitute an election by Buyer to proceed with this Contract and a waiver of Buyer's right to terminate this Contract on this basis. a. Right of Entry. (1) During the 30-Day Inspection Period, and at Buyer's sole expense,Buyer or Buyer's authorized agents shall have the right to enter upon the Property for purposes of making such 2 land surveys, environmental site analysis, engineering studies,wetland studies, soil borings and soil analysis as Buyer may deem necessary. Buyer shall not cause or permit damage or injury to the Property. Upon termination of this Contract, Buyer shall promptly restore the Property to the condition existing prior to any tests or studies conducted pursuant to this Contract. This obligation shall survive the termination of this Contract, notwithstanding anything to the contrary contained herein. Seller shall make available for Buyer's inspection and copying within 10 days from the date hereof all reports, studies and tests in Seller's possession with respect to the Property. (2) In connection with Buyer's inspections, studies, and assessments, Buyer must: (i) employ only trained and qualified inspectors and assessors; (ii) notify Seller, in advance, of when the inspectors or assessors will be on the Property; (iii) abide by any reasonable entry rules or requirements that Seller may require; (iv)not interfere with existing operations or occupants of the Property; and(v)restore the Property to its original condition if altered due to inspections, studies, or assessments that Buyer completes or causes to be completed. b. Environmental Condition of Property. Definitions. "Environmental Law" shall mean any law relating to environmental conditions and industrial hygiene applicable to the Property,including without limitation,the Resource Conservation and Recovery Act of 1976,the Comprehensive Environmental Response,Compensation and Liability Act of 1980, as amended by the Superfund Amendments and Reauthorization Act of 1986,the Federal Water Pollution Control Act,the Clear Air Act,the Clear Water Act,the Toxic Substances Control Act, the Endangered Species Act, the Safe Drinking Water Act, the Texas Water Code, the Texas Solid Waste Disposal Act, and all similar applicable federal, state and local environmental statutes, ordinances and the regulations, orders and decrees now or hereafter promulgated thereunder. "Hazardous Materials" shall mean any pollutant, toxic substance, hazardous waste, hazardous material, hazardous substance, or oil as defined in any Environmental Law existing as of the date hereof. Environmental Audit. Buyer shall have the right to cause an independent environmental consultant chosen by Buyer,in Buyer's sole discretion,to inspect the Property,including but not limited to an Environmental Site Analysis (ESA)Phase I and Phase 11, to determine the condition of the Property, the presence of any Hazardous Materials and any apparent violation of any Environmental Law (the "Environmental Audit") and to deliver a report describing the findings and conclusions of the Environmental Audit. The cost and expense of the Environmental Audit shall be borne by Buyer. If the Environmental Audit reveals, or at any time prior to closing Buyer otherwise becomes aware of the existence of any environmental condition or violation of any Environmental Law which Buyer is unwilling to accept or the Seller is unwilling to cure, Buyer shall have the right and option to cancel this Contract and receive a full return of the Earnest Money. 3 11. Broker Commission. Seller is responsible for payment of all broker's fees and commissions incurred in connection with the sale of this property. Buyer certifies that it does not have a broker for purchase of this property. 12. Possession. At the Closing,the Property will be conveyed free of the rights of possession of any third parties in or to the Property except for valid easements, if any, filed of record and currently in force and effect, and the rights granted under the Lease to be signed at Closing. 13. Representations and Warranties. By Seller. In order to induce Buyer to enter into this Contract, Seller makes the following representations and warranties all of which will be true and correct as of the date hereof and as of the date of closing: Authority;No Conflict. Seller has the absolute and unrestricted right,power and authority to execute and deliver this Contract and the documents to be executed and delivered by Seller in connection with the closing of the transactions described in this Contract(such documents being collectively referred to herein as "Seller's Closing Documents") and to perform its obligations under this Contract and the Seller's Closing Documents. Seller shall present to the Buyer and/or the Title Company,if necessary, all reasonable evidence of such authority which may be requested by either of them. The execution and delivery of this Contract and Seller's Closing Documents, the consummation of the transactions described herein, and compliance with the terms of this Contract will not conflict with, or constitute a default under, any agreement to which Seller is a party or by which Seller or the Property is bound, or violate any regulation, law, court order,judgment, or decree applicable to Seller or the Property, except as otherwise expressly provided herein. No Litigation or Proceedings. Seller has no knowledge of any pending or threatened litigation, condemnation, or assessment affecting the Property other than code compliance issues raised by the City of Corpus Christi. Environmental Representations. Except as otherwise expressly provided herein, Seller has no knowledge that the Property contains Hazardous Materials(as defined in Section 10(b)), contains any underground storage tanks, or is not in full compliance with all Environmental Laws (as defined in Section 10(b)). Title to Property. Seller has full and complete fee simple title to the Property, subject only to the liens and encumbrances, if any. No Options. No person, corporation, or other entity has or, on the date of Closing, shall have any right or option to acquire the Property. Compliance. Seller has not received any notice from any governmental agency regarding the Seller's or the Property's non-compliance with applicable laws, ordinances, regulations, statutes,rules and restrictions relating to the Property, other than the City of Corpus Christi. 4 14. Essential. Time is of the essence in closing this transaction. 15. Effective Date. The effective date of this Real Estate Sales Contract is the date in which the Contract is signed by the Buyer. 16. Notices. All Notices between the parties under this contract must be in writing and are effective when hand delivered, or deposited for mail by certified mail, or deposited by regular mail, to the following: To Seller: Steven R Hook 1456 Redcloud Peak Canyon Lake, Texas 78133-5994 To Buyer: City of Corpus Christi Attn: Director of Engineering Services P.O. Box 9277 Corpus Christi, Texas 78469-9277 17. Counterparts: Multiple original copies of this contract may be executed, and the execution of this contract may be through the execution by the parties of separate counterparts. All of the original copies of this contract together shall constitute one agreement,binding on all of the parties hereto notwithstanding that the parties hereto may or may not be signatories to the same counterpart. Each of the undersigned parties authorizes the assembly of one or more original copies of this contract, such that each such original copy of this contract shall consist of(i) the body of this contract and (ii) counterpart signature pages and acknowledgment pages which collectively include all of the signatures and acknowledgments of the parties hereto. Each such contract shall constitute one original of this contract. When the context requires, singular nouns and pronouns include the plural. SELLER Ste van 91*oG� Steven R Hook(Apr 3,2025 13:01 CDT) Steven R Hook 5 BUYER CITY OF CORPUS CHRISTI, TEXAS By: JEFF H. EDMONDS, P.E. DIRECTOR OF ENGINEERING SERVICES APPROVED AS TO LEGAL FORM FOR THE CITY ATTORNEY Janet Whitehead, Assistant City Attorney 6 EXHIBIT A NOTICE OF CONFIDENTIALITY RIGHTS: IF YOU ARE A NATURAL PERSON,YOU MAY REMOVE OR STRIKE ANY OR ALL OF THE FOLLOWING INFORMATION FROM ANY INSTRUMENT THAT TRANSFERS AN INTEREST IN REAL PROPERTY BEFORE IT IS FILED FOR RECORD IN THE PUBLIC RECORDS: YOUR SOCIAL SECURITY NUMBER OR YOUR DRIVER'S LICENSE NUMBER General Warranty Deed Date: Grantor: Steven R Hook Grantor's Mailing Address: 1456 Redcloud Peak Canyon Lake, Texas 78133-5994 Grantee: City of Corpus Christi Grantee's Mailing Address: PO Box 9277 Corpus Christi, Texas 78469 Consideration: Cash and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged. Property (including any improvements): NCAD Property ID: 211462 Legal Description: CENIZO CANYON LT 19 Common Address: 13720 North Hillwood Trail Corpus Christi, Texas 78410 Exceptions to Conveyance and Warranty: Easements, restrictions, reservations, covenants, conditions, oil and gas leases, mineral severances, and encumbrances for taxes and assessments (other than liens and conveyances) presently of record in the Official Public Records of Nueces County, Texas,that affect the property, but only to the extent that said items are still valid and in force and effect at this time. Grantor, for the Consideration and subject to the Exceptions to Conveyance and Warranty, grants, gives, and conveys to Grantee the Property, together with all and singular the rights and appurtenances thereto in any way belonging, to have and to hold it to Grantee and Grantee's heirs, successors, and assigns forever. Grantor binds Grantor and Grantor's heirs and successors to warrant and forever defend all and singular the Property to Grantee and Grantee's heirs, successors, and assigns against every person whomsoever lawfully claiming or to claim the same or any part thereof, except as to the Reservations from Conveyance and the Exceptions to Conveyance and Warranty. When the context requires, singular nouns and pronouns include the plural. Steven R Hook STATE OF TEXAS COUNTY OF This instrument was acknowledged before me on 2025, by Steven R Hook. Notary Public, State of Texas AGREED AND ACCEPTED BY GRANTEE: CITY OF CORPUS CHRISTI Jeff H. Edmonds, P.E. Director of Engineering Services 8 Exhibit 6 LEASE THIS LEASE AGREEMENT is made and entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation (hereinafter referred to as"City"), and Michael Cervantes, Corpus Christi, Texas 78410 ("hereinafter referred to as "Lessee"). 1. Premises. City leases to Lessee 13720 Hillwood Trail, Corpus Christi, Texas 78410 ("Premises") "AS-IS" with NO WARRANTY OF MAINTENANCE, REPAIR, SECURITY OR HABITABILITY. 2. Term. The term of this Lease shall be 90 days unless sooner terminated under another section of this Lease. The Lease begins on the date of Closing for purchase of the Premises. 3. Payment. Payment shall be due and payable without demand or notice in equal monthly installments on the first day of each month beginning on the effective date of the Lease. The monthly rate shall be $1,000.00 for the Premises. The Lease Payment for the term of the lease ($3000.00) has been paid and received by the City at Closing for purchase of the Premises. If Lessee terminates the Lease prior to 90 days, the Lease Payment shall be refunded to Lessee for any complete month not occupied after the Closing date. 4. Permitted Uses. The Premises may only be used for residential purposes. Lessee shall not use or operate any dirt-moving equipment on the premises. Lessee shall not do anything that causes damage to drainage,water or wastewater infrastructure located on or near the Premises. Lessee may remove any personal property or features and items of the house and other structures located on the Premises excluding soil/dirt, existing drainage or utility structures and appurtenances. 5. Move-out Condition. At the time the Lease ends, Lessee will surrender the Premises. If Lessee leaves any personal property in the Leased premises after Lessee surrenders possession of the Leased Premises, the City may retain such personal property as forfeited property to the City. 6. Utilities. Lessee must pay costs of all gas, electricity, water, wastewater or other utilities furnished to or used by Lessee on the Premises. 7. Maintenance and Repairs. a. Lessee must safely maintain the Structures, Buildings, and Utility Services and regulate their use and occupancy so that there is no hazard or danger to the persons or property on or at the Premises. Further, Lessee's use and occupancy of the Structures and Buildings must comply with all applicable federal, state, and local laws, rules, and regulations. b. Lessee agrees to dispose of all waste in accordance with applicable federal, state and local laws, rules and regulations and shall not cause pollution of the premises. In the event of 9 contamination, Lessee covenants to fully indemnify, defend and hold harmless the City, its officers, agents, representatives, and employees from and against any and all liability, loss, damages, claims, demands, suits, and causes of action of any nature whatsoever asserted against or recovered from City on account of injury or damage caused by pollution. 8. Floodplain. City is not aware that the dwelling you are renting is located in a 100-year floodplain.Even if the dwelling is not in a 100-year floodplain,the dwelling may still be susceptible to flooding. The Federal Emergency Management Agency (FEMA) maintains a flood map on its Internet website that is searchable by address, at no cost, to determine if a dwelling is located in a flood hazard area. Most tenant insurance policies do not cover damages or loss incurred in a flood. You should seek insurance coverage that would cover losses caused by a flood. 9. Legal Use. Lessee must not occupy or use or permit any portion of the Premises to be occupied or used,for any business or purpose which is unlawful, or deemed to be disreputable, or a nuisance or hazardous. 10. Assignment or Sub-Lease. In accordance with the City Charter of the City of Corpus Christi, and specifically Article IX of the City Charter, any assignment of this Lease requires prior approval by ordinance of the City Council. Lessee may not assign this Lease, either in whole or in part,without the prior written consent of the City Manager or designee. Any attempted assignment without the prior written consent of the City renders this Lease null and void. 11. Default. If Lessee fails defaults in performing any term,covenant or condition of this Lease, the City may, after 15 days written notice to Lessee, declare this Lease terminated, and City staff may immediately reenter the Premises and remove all persons without legal process and without prejudice to any of its other legal rights. Lessee expressly waives (1) all claims for damages by reason of such reentry and(2)all claims for damages due to any distress warrants or proceedings of sequestration to recover the rent or possession of the Premises from Lessee. The City may not declare this Lease terminated if, within 15 days after notice of any default, Lessee fully cures such default. 12. Attorney's Fees. In the event Lessee defaults in the performance of any of the terms, covenants, agreements, or conditions contained in this Lease,and City places the enforcement of this Lease or any part thereof, or the collection of any rent due or to become due hereunder or recovery of the possession of the demised premises, in the hands of an attorney, or files suit upon same, Lessee agrees to pay City reasonable attorney's fees and payment of the same shall be secured in a like manner as herein provided as to security for rent. 13. Waiver. Failure of City to declare any default immediately upon occurrence thereof or delay in taking any action in connection therewith shall not waive such default, but City shall have the right to declare any such default at any time and take such action as might be lawful or authorized hereunder either at law or in equity. 14. Notice and Addresses. 10 a. All notices, demands, requests, or replies provided for or permitted by this Lease must be in writing and may be delivered by any one of the following methods: (1) by personal delivery; (2) by deposit with the United States Postal Service as certified mail, return receipt requested, postage prepaid to the addresses stated below; (3) by email; or (4) by deposit with an overnight express delivery service at: If to City: If to Lessee: City of Corpus Christi Michael Cervantes Attn: Director of Engineering Services 13720 Hillwood Trail P.O. Box 9277 Corpus Christi, Texas 78410 Corpus Christi, Texas 78469-9277 Copy: City Attorney 1201 Leopard St, 5th Floor Corpus Christi, TX 78401 b. Notice deposited with the United States Postal Service in the manner described above is deemed effective on the third day after deposit. Notice by overnight express delivery service is deemed effective one business day after transmission to the overnight express carrier. C. Either party may change the address to which notice is sent by using a method set out in this section. Lessee shall notify the City of an address change within 10 days after the address is changed. 15. Modifications. No changes or modifications to the Lease may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign agreements on behalf of each party. 16. Indemnity. In consideration of allowing Lessee to use the Premises, Lessee ("Indemnitor")covenants to fully indemnify,defend and hold harmless the City, its officers, agents,representatives,and employees(collectively,"Indemnitees")from and against any and all liability, loss, damages, claims, demands, suits, and causes of action of any nature whatsoever asserted against or recovered from City on account of injury or damage to person including,without limitation on the foregoing, premises defects,workers' compensation and death claims, or property loss or damage of any other kind whatsoever, to the extent any injury, damage, or loss may be incident to, arise out of, be caused by, or be in any way connected with, either proximately or remotely,wholly or in part: (1) Lessee's performance under this Lease; (2)Lessee's use of the Premises and any and all activities associated with the Lessee's use of the Premises under this Lease; (3) the violation by Lessee of any law, rule, regulation, ordinance, or government order of any kind pertaining, directly or indirectly, to this Lease; (4)the exercise of rights under this Lease; or (5) an act or omission on the part of Lessee pertaining to this Lease, regardless of whether the injury, damage, loss, violation, exercise of rights,act,or omission is caused or is claimed to be caused by the sole,contributing or concurrent negligence of Indemnitees, or any of them, and including all expenses of 11 litigation, court costs, and attorneys' fees, which arise, or are claimed to arise, out of or in connection with the asserted or recovered incident. Lessee covenants and agrees that,if City is made a party to any litigation against Lessee or in any litigation commenced by any party, other than Lessee relating to this Lease, Lessee shall, upon receipt of reasonable notice regarding commencement of litigation,at its own expense,investigate all claims and demands, attend to their settlement or other disposition, defend City in all actions based thereon with legal counsel satisfactory to the City Attorney, and pay all charges of attorneys and all other costs and expenses of any kind whatsoever arising from any the liability,injury,damage,loss, demand, claim, or action. 17. Interpretation. a. This Lease must be interpreted according to the Texas laws which govern the interpretation of contracts. Venue lies in Nueces County,where this Lease was entered into and will be performed. b. The headings contained herein are for convenience and reference only and are not intended to define or limit the scope of any provision. 18. Entire Agreement. This Lease and the exhibits incorporated and attached constitute the entire agreement between the City and Lessee for the use granted. All other agreements, promises and representations with respect thereto,unless contained in this Lease, are expressly revoked, as it is the parties' intent to provide for a complete understanding within the provisions of the document, and the exhibits incorporated and attached hereto, the terms, conditions, promises, and covenants relating to the Premises. The unenforceability,invalidity, or illegality of any provision of this Lease does not render the other provision unenforceable, invalid, or illegal. 19. Relationship of Parties. This Lease establishes a landlord/tenant relationship,and no other relationship. This Lease must be construed conclusively in favor of that relationship. In performing this Lease, both the City and Lessee will act in an individual capacity and not as agents, representatives, employees, employers, partners,joint-ventures, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 20. Not for Benefit of Third Parties. This Lease is only for the benefit of the City and Lessee, and no third party has any rights or claims under this Lease or against the City. 21. Termination. This Lease may be terminated by the City upon 15 days notice to Lessee. 22. Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. 23. Compliance with State and Federal Laws: The following provisions are in this contract for compliance with state and federal law, and the City does not opine on their validity or enforceability. Lessee shall bear the entire, sole burden for complying with any of these clauses. Prior to the enforcement of any of the following clauses, the City will give at least 30 days notice of alleged 12 violation thereof and an opportunity for the Lessee to be heard concerning the alleged violation, effect thereof on the City, and proposed remedial measures: • In accordance with Tex. Gov't Code§2252.909,Lessee must include in each contract for the construction, alteration or repair of an improvement to this leased property a condition that the contractor execute a payment bond that conforms to Subchapter I, Chapter 53, Property Code and a performance bond equal to the amount of the contract and conditioned on the faithful performance of the contractor's work in accordance with the plans, specifications and contract documents. Lessee must provide the City with a notice of commencement at least 90 days prior to start of construction, alteration or repair that complies with Texas Gov't Code § 2252.909. 24. Acknowledgement. The parties expressly agree that they have each independently read and understood this Lease. By Lessee's execution of this Lease,Lessee acknowledges and understands that this Lease is not binding on the City until properly authorized by the Council and executed by the City Manager or designee. EXECUTED this day of , 2025. LESSEE Michael Cervantes STATE OF TEXAS § COUNTY OF NUECES § This instrumentwas acknowledged before me on ,2025,by Michael Cervantes. Notary Public, State of Texas 13 LESSOR CITY OF CORPUS CHRISTI, TEXAS Jeff H. Edmonds, P.E. Director of Engineering Services ATTEST: Rebecca Huerta, City Secretary STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on 2025,by Jeff H.Edmonds,Director of Engineering Services of the City of Corpus Christi, a Texas home-rule municipal corporation, on behalf of said corporation. Notary Public, State of Texas APPROVED AS TO LEGAL FORM FOR THE CITY ATTORNEY Janet Whitehead, Assistant City Attorney 14 OCorppus sti Engineering Nueces River Raw Water Pump Station - Land & Property Purchase and Lease Agreements '. Council Presentation May 06, 2025 #Agikk Vicinity Map C*Ch, Engineering r- 1 4 N N �,y�XTS. � SC/LL NTS NUECES PUMP STATION PROJECT LOCATION n 70z n,N PROPOSED WATER c Pr TRANSMISSION MAIN T�CUE iN. t 1�0 — - - NORTHWEST BLVO. to PROJECT NUMBER_E16417 MMECT WUREt r11417 . NUECES RIVER RAW WATER PUMP CITY COUNCIL EXHIBIT NUECES RIVER RAW WATER PUMP Crry COUNCIL EXHIBIT STATION-TRANSMISSION MAIN °Q STATION-TRANSMISSION MAIN 2 Nueces River Raw Water Pump Station - Land & Property Purchase and Lease Corpus Chr sti qW Agreements Engineering Nueces River Dual 54" Raw Water Transmission Mains Nueces River Raw Water 72" Mary Rhodes Pipeline Pump Station Transmission Smith Drive Main Project (Phase 1) 13?38 March 28, 2023 - Awarded to Reytec " 3741 6, Construction Construct a 3rd 54" raw °F, as i water transmission main r parallel to existing lines r _ ;- 333 Segment of line from 13710~ Nueces River to Hillwood p4 Trail was descoped due J to potential conflicts and ` damage to City water supply (Phase 2) Nueces River Raw Water Pump Station - Land & Property Purchase and Lease Corpus Chr sti Agreements Engineering �m Project Phase 2 - The red line shows the proposed alignment for the new 54" water transmission main from the Nueces River Pump Station to the connection point on Smith Drive. Staff recommends purchasing properties to allow the City to construct the new line by open trench and negate 600 — 750 feet of tunneling and save more than $5 million in construction costs. This will also protect the City's water infrastructure. GO�p US CH�� Nueces River Raw Water , Station Land & Property Purchase and Lease ,*Ch,�ti qW Agreements 13720 •• 1.83 acre • Nueces 294682 29x685 River 13710 291G8} / 525659 9B Station • ``_ _ 299663 29f64w5 _ a9 653 29x6"T5 29+• vacantl 29T616 0.730 acre 29Y 13702 Hillw _ 29T6TT 29f6fP 2D1 2x1d6x __ •• 0.56 acre • �'A- 2ff161 In _ � e94659 2TT459 24x457 p 2TT4d6 CITY OF CORPUS CHRISTI CERTIFICATION OF FUNDS (City Charter Article IV, Sections 7 &8) I, the Director of Financial Services of the City of Corpus Christi, Texas (or his/her duly authorized representative), hereby certify to the City Council and other appropriate officers that the money required for the current fiscal year's portion of the contract, agreement, obligation or expenditure described below is in the Treasury to the credit of the Fund specified below, from which it is to be drawn, and has not been appropriated for any other purpose. Future payments are subject to annual appropriation by the City Council. City Council Action Date: May 06, 2025 Legistar Number: 25-0545 Agenda Item: Ordinance authorizing three real estate sales contracts totaling up to $1,534,880 to purchase properties necessary for the Nueces River Water Pump Station Project, located in Council District 1, as follows: (1) 13702 N. Hillwood Trail from Jeffrey & Cindy Kirby for $619,000.00 plus $4,000.00 closing costs; (2) 13710 N. Hillwood Trail from Jose & Selinda Zepeda for$140,000.00 plus $4,000.00 closing costs; and (3) 13720 N. Hillwood Trail from Steven Hook for $769,880.00 plus $4,000.00 closing costs; and authorizing two short-term lease agreements to lease property to (1) Jeffrey and Cindy Kirby for 13702 North Hillwood Trail for $500.00 per month for six months and (2) Michael Cervantes for 13720 North Hillwood Trail for $1,000.00 per month for three months; with FY 2025 Funding available from the Water Capital Fund. Amount Required: $1,534,880.00 Fund Name Fund Department Org Account Activity No. Amount Water Capital 2024 4491 45 89 550701 25014 $1,534,880.00 Total $1,534,880.00 Director of Financial Services Date: