Loading...
HomeMy WebLinkAbout06/26/2025 - Regular Agenda Packet - City CouncilCollege Station, TX CITY OF COLLEGE STATION Home of Texas A&M University® June 26, 2025 Meeting Agenda City Council 1101 Texas Ave, College Station, TX 77840 Internet: www.microsoft.com/microsoft-teams/join-a-meeting Meeting ID: 287 987 474 1751 Passcode: gZw5cS Phone: 469-480-7460 1 Phone Conference: 168 564 318# 4:00 PM City Hall Council Chambers Notice is hereby given that a quorum of the meeting body will be present in the physical location stated above where citizens may also attend in order to view a member(s) participating by videoconference call as allowed by 551.127, Texas Government Code. The City uses a third - party vendor to host the virtual portion of the meeting; if virtual access is unavailable, meeting access and participation will be in -person only. 1. Call to Order. 2. Executive Session Agenda. Executive Session is closed to the public and will be held in the 1938 Executive Conference Room. The City Council may according to the Texas Open Meetings Act adjourn the Open Meeting during the Consent, Workshop or Regular Agendas and return into Executive Session to seek legal advice from the City Attorney regarding any item on the Workshop, Consent or Regular Agendas under Chapter 551, Texas Government Code. 2.1. Consultation with Attorney {Gov't Code Section 551.071}; Possible action. The City Council may seek advice from its attorney regarding a pending or contemplated litigation subject or settlement offer or attorney -client privileged information. Litigation is an ongoing process and questions may arise as to a litigation tactic or settlement offer, which needs to be discussed with the City Council. Upon occasion the City Council may need information from its attorney as to the status of a pending or contemplated litigation subject or settlement offer or attorney -client privileged information. After executive session discussion, any final action or vote taken will be in public. The following subject(s) may be discussed: a. Shana Elliott and Lawrence Kalke v. City of College Station, et al., Cause No. 22-001122-CV- 85, in the 85th District Court, Brazos County, Texas. b. The City of College Station v. The Public Utility Commission of Texas, Cause No. D-1-GN-24- 005680 in the 200th District Court, Travis County, Texas. c. Texas A&M University System v. BVGCD, et al, Cause No. 24-002626-CV-472, in the 472nd District Court, Brazos County. d. Legal advice related to a Development Agreement for property located on the east side of Arrington Road in the City's extraterritorial jurisdiction. 2.2. Personnel (Gov't Code Section 551.074); Possible action. The City Council may deliberate the appointment, employment, evaluation, reassignment, duties, discipline, or dismissal of a public officer. After executive session discussion, any final action or vote taken will be in public. The following public officer(s) may be discussed: a. Council Self Evaluation College Station, TX Page 1 Page 1 of 239 City Council 3. The Open Meeting will Reconvene No Earlier than 6:00 PM from Executive Session and City Council will take action, if any. 4. Pledge of Allegiance, Invocation, and Consider Absence Request. Speaker Protocol An individual who desires to address the City Council regarding any agenda item other than those items posted for Executive Session must register with the City Secretary two (2) hours before the meeting being called to order. Individuals shall register to speak or provide written comments at https://forms.cstx.gov/Forms/CSCouncil or provide a name and phone number by calling 979-764- 3500. Upon being called to speak an individual must state their name and city of residence, including the state of residence if the city is located out of state. Speakers are encouraged to identify their College Station neighborhood or geographic location. Please do not carry purses, briefcases, backpacks, liquids, foods or any other object other than papers or personal electronic communication devices to the lectern, nor advance past the lectern unless you are invited to do so. Comments should not personally attack other speakers, Council or staff. Each speaker's remarks are limited to three (3) minutes. Any speaker addressing the Council using a translator may speak for six (6) minutes. The speaker's microphone will mute when the allotted time expires and the speaker must leave the podium. 5. Hear Visitors. During Hear Visitors an individual may address the City Council on any item which does not appear on the posted agenda. The City Council will listen and receive the information presented by the speaker, ask staff to look into the matter, or place the issue on a future agenda. Topics of operational concern shall be directed to the City Manager. 6. Consent Agenda. Presentation, discussion, and possible action on consent items which consist of ministerial or "housekeeping" items as allowed by law. A Councilmember may request additional information at this time. Any Councilmember may remove an item from Consent for discussion or a separate vote. 6.1. Presentation, discussion, and possible action of minutes for: • June 12, 2025 Council Meeting Sponsors: Tanya Smith Attachments: 1. CCM061225 DRAFT Minutes 6.2. Presentation, discussion, and possible action on a contract award to Incircle Management, Inc. for City-wide landscape maintenance and mowing for an amount not -to -exceed $1,079,050.42. Sponsors: Pete Caler Attachments: 1. Landscape Maintenance and Mowing Contract (Vendor Signed) 2. Bid Summary 6.3. Presentation, discussion, and possible action on a change order to the design contract with Mitchell & Morgan, LLP for additional design work for the relocation of City utilities in advance of TxDOT's SH6 Widening Project, not -to -exceed $466,279. Sponsors: Jennifer Cain Attachments: 1. SH 6 Utility Relocates Scope for New Conflicts 2. SH 6 Utility Relocates Location Map 2025 3. SH 6 Utility Relocates M&M Change Order Page 2 June 26, 2025 Page 2 of 239 City Council 6.4. Presentation, discussion, and possible action on the second reading of a franchise agreement ordinance with Howdy Enterprises, LTD, for the collection of recyclables from commercial and multifamily locations. Sponsors: Emily Fisher Attachments: 1. Howdy Enterprises, LTD Franchise Agreement (Vendor Signed) 6.5. Presentation, discussion, and possible action on approval of a contract amendment with McCord Engineering, Inc. due to project scope revisions and additional changes to the electric facilities' "cleared and conflicts" list related to TxDOT's Highway 6 Widening Project. This amendment will increase the contract by $325,000 for a new not -to -exceed amount of $1,025,000. Sponsors: Glenn Gavit Attachments: 1. 22300604_AMD2--LKP_(CC_6.26.25) 6.6. Presentation, discussion, and possible action to award an Annual Price Agreement for the rental of Heavy Equipment and Machinery for an amount not to exceed $170,000 between Mustang Rental Service of Texas and United Rentals, Inc. Sponsors: Mary Ellen Leonard Attachments: 1. 25-048 BID TAB Annual Pricing _CC 06.26.25 2. ITB 25-048 with Addendum 1_ APA - Heavy Equipment Rental 6.7. Presentation, discussion, and possible action on an amendment to a Construction Manager at Risk (CMAR) Contract with Garvey Construction., Inc. accepting the Guaranteed Maximum Price Amendment No. 2 (GMP No. 2) of $3,198,870.93 for the second early works package for Wells 10, 11, and 12 project, plus the City's contingency in the amount of $319,887.10 for a total appropriation of $3,518,758.03. Approval of this item grants authority for the City Manager to authorize project expenditures up to the City's contingency amount. Sponsors: Jennifer Cain Attachments: 1. Wells 10,11,12 and Collection Line Map 2. 25300059 GMP#2 -- BW 6.8. Presentation, discussion, and possible action on a professional services contract with Stanley Consultants for an amount not -to -exceed $400,000 for protection and controls engineering and emergency call -out services for substation emergencies. Sponsors: Glenn Gavit Attachments: 1. Stanley Consultants_25300566--LKP 7. Workshop Agenda. 7.1. Presentation, discussion, and possible action relating to a summation of the City's legislative activities during the 89th legislative session. Sponsors: Ross Brady Attachments: None 7.2. Presentation, discussion, and possible action on a Wolf Pen Creek Master Plan. Sponsors: Kelsey Heiden Attachments: None 7.3. Presentation, discussion, and possible action related to the Capital Improvement Projects update. Sponsors: Jennifer Cain Attachments: None 7.4. Presentation, discussion, and possible action related to a Parks and Recreation department annual update. Page 3 June 26, 2025 Page 3 of 239 City Council Sponsors: Kelsey Heiden Attachments: None 8. Regular Agenda. 8.1. Public Hearing, presentation, discussion, and possible action regarding an ordinance amending Appendix A, Unified Development Ordinance, Article 4, "Zoning Districts," Section 4.2 "Official Zoning Map," of the Code of Ordinances of the City of College Station, Texas by changing the zoning district boundary from R Rural to CI Commercial Industrial for approximately 19.33 acres at 2855 Graham Road North, generally located at the intersection of Graham Road and Old Wellborn Road. Sponsors: Bekha Blasingame Attachments: 1. Ordinance 2. Aerial and Small Area Map 3. Background Information 4. Rezoning Exhibit 5. Applicant's Supporting Information 6. Existing Future Land Use Map 7. Rezoning Map 8.2. Presentation, discussion, and possible action on a settlement agreement regarding Texas A&M University System v. BVGCD, et al, Cause No. 24-002626-CV-472, in the 472nd District Court, Brazos County, Texas. Sponsors: Adam Falco Attachments: None 9. Items of Community Interest and Council Calendar. Items of Community Interest and Council Calendar: The Council may discuss upcoming events and receive reports from a Council Member or City Staff about items of community interest for which notice has not been given, including: expressions of thanks, congratulations or condolence; information regarding holiday schedules; honorary or salutary recognitions of a public official, public employee, or other citizen; reminders of upcoming events organized or sponsored by the City of College Station; information about a social, ceremonial or community event organized or sponsored by an entity other than the City of College Station that is scheduled to be attended by a Council Member, another city official or staff of the City of College Station; and announcements involving an imminent threat to the public health and safety of people in the City of College Station that has arisen after the posting of the agenda. 10. Council Reports on Committees, Boards, and Commissions. A Council Member may make a report regarding meetings of City Council boards and commissions or meetings of boards and committees on which a Council Member serves as a representative that have met since the last council meeting. (Committees listed in Coversheet) 11. Future Agenda Items and Review of Standing List of Council Generated Future Agenda Items. A Council Member may make a request to City Council to place an item for which no notice has been given on a future agenda or may inquire about the status of an item on the standing list of council generated future agenda items. A Council Member's or City Staff's response to the request or inquiry Page 4 June 26, 2025 Page 4 of 239 City Council will be limited to a statement of specific factual information related to the request or inquiry or the recitation of existing policy in response to the request or inquiry. Any deliberation of or decision about the subject of a request will be limited to a proposal to place the subject on the agenda for a subsequent meeting. 12. Adjourn. The City Council may adjourn into Executive Session to consider any item listed on the agenda if a matter is raised that is appropriate for Executive Session discussion. I certify that the above Notice of Meeting was posted on the website and at College Station City Hall, 1101 Texas Avenue, College Station, Texas, on June 20, 2025 at 5:00 p.m. City Secr ry This building is wheelchair accessible. Persons with disabilities who plan to attend this meeting and who may need accommodations, auxiliary aids, or services such as interpreters, readers, or large print are asked to contact the City Secretary's Office at (979) 764-3541, TDD at 1-800-735-2989, or email adaassistance@cstx.gov at least two business days prior to the meeting so that appropriate arrangements can be made. If the City does not receive notification at least two business days prior to the meeting, the City will make a reasonable attempt to provide the necessary accommodations. Penal Code & 30.07. Trespass by License Holder with an Openly Carried Handqun. "Pursuant to Section 30.07, Penal Code (Trespass by License Holder with an Openly Carried Handgun) A Person Licensed under Subchapter H, Chapter 411, Government Code (Handgun Licensing Law), may not enter this Property with a Handgun that is Carried Openly." Codiqo Penal & 30.07. Traspasar Portando Armas de Mano al Aire Libre con Licencia. "Conforme a la Seccion 30.07 del codigo penal (traspasar portando armas de mano al aire libre con licencia), personas con licencia bajo del Sub-Capitulo H, Capitulo 411, Codigo de Gobierno (Ley de licencias de arma de mano), no deben entrar a esta propiedad portando arma de mano al aire libre." Page 5 June 26, 2025 Page 5 of 239 June 26, 2025 Item No. 6.1. June 12th Meeting Minutes Sponsor: Tanya Smith, City Secretary Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action of minutes for: • June 12, 2025 Council Meeting Relationship to Strategic Goals: • Good Governance Recommendation(s): Recommends Approval. Summary: N/A Budget & Financial Summary: None Attachments: 1. CCM061225 DRAFT Minutes Page 6 of 239 MINUTES OF THE CITY COUNCIL MEETING IN -PERSON WITH TELECONFERENCE PARTICIPATION CITY OF COLLEGE STATION JUNE 12, 2025 STATE OF TEXAS COUNTY OF BRAZOS Present: John Nichols, Mayor Council: Mark Smith, Mayor ProTem William Wright - absent David White Melissa McIlhaney Bob Yancy Scott Shafer Citv Staff: Bryan Woods, City Manager Jeff Capps, Deputy City Manager Adam Falco, City Attorney Leslie Whitten, Deputy City Attorney Tanya Smith, City Secretary Ian Whittenton, Deputy City Secretary 1. Call to Order and Announce a Quorum is Present. With a quorum present, the meeting of the College Station City Council was called to order by Mayor Nichols via In -Person and Teleconference at 4:00 p.m. on June 12, 2025, in the Council Chambers of the City of College Station City Hall, 1101 Texas Avenue, College Station, Texas 77840. 2. Executive Session Agenda. In accordance with the Texas Government Code §551.07 1 -Consultation with Attorney, §551.072-Real Estate, §551.074-Personnel, §551.086-Competitive Matters, and §551.087-Economic Incentive Negotiations and the College Station City Council convened into Executive Session at 4:01 p.m. on June 12, 2025, to continue discussing matters pertaining to: 2.1. Consultation with Attornev to seek advice regarding pending or contemplated litigation, to wit: • Shana Elliott and Lawrence Kalke v. City of College Station, et al., Cause No. 22-001122-CV- 85, in the 85th District Court, Brazos County, Texas; and • The City of College Station v. The Public Utility Commission of Texas, Cause No. D-1-GN- 24-005680 in the 200th District Court, Travis County, Texas; and • Texas A&M University System v. BVGCD, et al, Cause No. 24-002626-CV-472, in the 472na District Court, Brazos County. • Legal advice regarding the extra territorial jurisdiction. CCM 061225 Minutes Page 1 Page 7 of 239 2.2. Deliberation on the purchase, exchange, lease, or value of real property; to wit: • Approximately 300 acres generally located at Corporate Parkway and Midtown Drive in the Midtown Business Park. 2.3. Deliberation on the appointment, emplovment, evaluation, reassignment, duties, discipline, or dismissal of a public officer, to wit: • City Manager • Council Self -Evaluation 2.4. Deliberation on a competitive matter as that term is defined in Gov't Code Section 552.133, to wit: • Power Supply 2.5. Deliberation on an offer of financial or other incentives for a business prospect that the Council seeks to have locate, stav or expand in or near the Citv: to wit: • Economic development agreement with Fujifilm Diosynth Biotechnologies Texas, LLC, f/k/a Kalon Biotherapeutics LLC. • Economic development agreement with Corinth Group, Inc. • Economic Development agreement for a development generally located in 3100 block of Harvey Road. • Economic development agreement for a development generally located at the intersection of FM 2154 and High Prairie Road in the City's ETJ. • Economic Development agreement with College Station Town Center, LP. 3. The Open Meeting Will Reconvene No Earlier than 6:00 PM from Executive Session and Citv Council will take action, if anv. Executive Session recessed at 6:09 p.m. 4. Pledge of Allegiance, Invocation, consider absence request. MOTION: Upon a motion made by Councilmember White and a second by Councilmember Yancy, the City Council voted six (6) for and none (0) opposed, to approve an absence request from Councilmember Wrigth for the June 12, 2025 Council Meeting. 5. Hear Visitors Comments. Lisa Burton, College Station, came before the Council to request they reconsider an ordinance prohibiting animal remails in College Station Memorial Cemetery which will not allow her to keep a promise she made to her mother before her passing, to bury her cat with her once it passes. 6. CONSENT ITEMS Presentation, discussion, and possible action on consent items which consist of ministerial, or "housekeeping" items as allowed by law: A Councilmember may reauest additional information at this time. Anv Councilmember may remove an item from the Consent Agenda for a separate vote. (6.2), (6.3) and (6.10) were pulled for clarification. CCM 061225 Minutes Page 2 Page 8 of 239 (6.2) Stephen Maldonado, Assistant Water Director, explained that polymer is utilized as a wastewater treatment agent to concentrate solids, thereby improving treatment efficiency by enabling the extraction of excess water prior to waste disposal. The city -owned Wastewater Treatment Plants consistently use polymer for this purpose. SNF Water Science Polydyne, Inc's products, available under Texas Buy Board Agreement 691-23, provide the best value for the City of College Station's wastewater treatment process. (6.3) Emily Fisher, Public Works Director, clarified that the grant application to the Texas Department of Transportation for the Northgate Bicycle & Pedestrian Safety Study will not delay the Northgate Area Plan as they are separate projects. Mrs. Fisher also mentioned that staff will explore expanding the boundary to connect Century Square as requested by the Council. (6.10) Tommy Schillings, Code Enforcement Supervisor, explained that the ordinance amendment allows the City to charge a $25.50 fee on utility bills for customers who fail to remove automated containers from pick-up points after collection. This fee is outlined in City Ordinance Section 2-117. Charging a fee aims to reduce the need for citations and court summons. Before imposing fines, there will be education and warnings if containers are not removed within 12 hours. Item 6.10 was pulled for a separate vote. 6.1. Presentation, discussion, and possible action of minutes for: • Mav 22, 2025 Council Meeting 6.2. Presentation, discussion, and possible action on a polvmer price agreement with SNF Water Science Polvdvne, Inc. not to exceed $315,000. 6.3. Presentation, discussion, and possible action regarding Resolution No. 06-12-25-6.3 supporting the submission of a grant application to the Texas Department of Transportation to develop the Northgate Bicvcle & Pedestrian Safetv Studv. 6.4. Presentation, discussion, and possible action on a design contract with Walker Partners for the Southwood Vallev Trunkline, Phase II proiect in the amount of $410,100. 6.5. Presentation, discussion, and possible action regarding a Semi -Annual Report on Svstem- Wide Impact Fees for Water, Wastewater, and Roadway. 6.6. Presentation, discussion, and possible action on the first reading of a franchise agreement ordinance with Howdv Enterprises, LTD, for the collection of recvclables from commercial and multifamilv locations. 6.7. Presentation, discussion, and possible action regarding Ordinance No. 2025-4594 amending Chapter 38, "Traffic and Vehicles," Article VI "Traffic Schedules," Section 38-1014 "Traffic Schedule XIV, No Parking Here to Corner and No Parking Anv Time," of the Code of Ordinances of the City of College Station, Texas, by removing on -street parking for sections of Archer Falls Court, Briscoe Manor Court, Colorado Canvon Court, Cottonwood Terrace Court, Feather Run, Frontera Ranch Boulevard, Hidalgo Pass Court, Lamar Hollow Court, Llano River Drive, Panola Park Drive, Partner Creek Court, Register Drive, and Slocum Hill Drive. CCM 061225 Minutes Page 3 Page 9 of 239 6.8. Presentation, discussion, and possible action regarding Resolution No. 06-12-25-6.8 supporting the submission of a grant application to the Brvan/College Station Metropolitan Planning Organization for intersection improvements at George Bush Drive and Timber Street. 6.9. Presentation, discussion, and possible action regarding Resolution No. 06-12-25-6.9 supporting the submission of a grant application to the Brvan/College Station Metropolitan Planning Organization for a sidewalk on Universitv Oaks Boulevard between Stallings Drive and Munson Avenue. 6.10. Presentation, discussion, and possible action regarding Ordinance No. 2025-4595 amending Chapter 40 "Utilities", Article IV "Solid Waste Collection and Disposal," Section 40- 389 "Residential Collection Generallv," of the Code of Ordinances by assessing a fee for failing to remove automated containers after the designated collection time. MOTION: Upon a motion made by Councilmember Shafer and a second by Councilmember Smith, the City Council voted six (6) for and none (0) opposed, to approve the Consent agenda except for Consent Item 6.10. The motion carried unanimously. (6.10) MOTION: Upon a motion made by Councilmember Shafer and a second by Councilmember Smith, the City Council voted five (5) for and one (1) opposed, with Councilmember White voting against, to approve Consent Item 6.10, to adopt Ordinance No. 2025-4595 amending Chapter 40 "Utilities", Article IV "Solid Waste Collection and Disposal," Section 40-389 "Residential Collection Generally," of the Code of Ordinances by assessing a fee for failing to remove automated containers after the designated collection time as amended. The motion carried. (6.10) AMENDED MOTION: Upon an amended motion made by Councilmember Yancy and a second by Councilmember McIlhaney, the City Council voted six (6) for and none (0) opposed, to approve Consent Item 6.10, to adopt Ordinance No. 2025-4595 amending Chapter 40 "Utilities", Article IV "Solid Waste Collection and Disposal," Section 40-389 "Residential Collection Generally," of the Code of Ordinances by assessing a fee for failing to remove automated containers after the designated collection time, with amended language by changing 12hrs to 24hrs to remove the container in all sections of the proposed ordinance amendment. The motion carried. 7. WORKSHOP ITEMS 7.1. Presentation, discussion, and possible action regarding fee reductions or waivers for affordable housing. Anthony Armstrong, Planning and Development Director, provided an overview of options for fee reductions and waivers for affordable housing. Fee Waivers and Impact Fees: Fee waivers for affordable housing and parkland fees were discussed. Possible waivers include impact fees cover reviews and inspections, MEP permits, and utility connection fees. The city implements a 50% credit method for benchmarks. Development Costs, Permit Statistics, and Home Comparisons: Total estimated capital costs due to new growth and recoverable costs at the collection rate from new growth were outlined. Residential permit numbers from 2010 to 2024 were provided, averaging 1,220 units per year.— Permit statistics for 2024 and 2025 include median square footage, builder -reported valuation, and median price. Home comparisons show permit fees and sales prices for various addresses. CCM 061225 Minutes Page 4 Page 10 of 239 Address Subdivision Heated SF Permit Fees Sales Price 914 Coffee Midtown 1489 $ 12,140.44 $ 298,845 919 Coffee Midtown 1539 $ 7,807.44 $ 312,195 3307 Fredrick Edelweiss 1504 $ - $ 299,900 End User Costs and Citv Collections: Detailed information on home buying costs, living expenses, and city yearly revenue from property taxes, water, and sewers were provided. Potential rate increases for roadways, water, and wastewater were mentioned. Affordable Housing Programs and Considerations: Affordable housing programs include down payment assistance, rental units with LURAs, low-income housing tax credit properties, federally supported housing units, and housing choice vouchers. Considerations included home price, impact fees, and fee reduction mechanisms. Development and Homebuver Assistance: Discussion included development agreements with the city, homebuyer assistance program rebates, fee waivers based on target square footage, density bonuses, and deed -restricted home ownership. Target audience considerations included square footage, price, lot size and type, and income restrictions. Impact Fees and Considerations: Home prices are market -driven. Remaining capital expenditures would come from utility rates or property taxes. Impact fees are proportionate to the cost of providing infrastructure capacity for new development units. One-time charges on new construction can only be paid on impact fee projects. Considerations included qualification criteria, benefits, duration of fee reductions, mechanisms, and property classifications. Mayor Nichols opened for Citizen Comments. JT Laramore, College Station, executive director of the Greater Brazos Valley Builders Association, addressed the Council. He stated that fees and permit fees affect housing affordability. He explained that each $10,000 increase in costs requires the average person to earn an extra dollar per hour. For city employees, a 2.5% budget increase last year wasn't enough to cover these rising costs, making it harder to afford down payments and monthly housing expenses over time. Mr. Laramore believes that impact and park fees are adding to the final price of a home and thereby diminishing affordability in College Station. Chandler Arden, College Station, representing the Government Affairs Committee of the Greater Brazos Valley Builders Association, addressed the Council regarding impact fees. He believes the Council is manipulating the housing market with fees, which have raised valuations and taxes on single-family homes and rental properties. Arden stated that Bryan had more permits than College Station since 2016 and criticized the comparison of tax rates between the cities. He argued that the higher fees make College Station less affordable and suggested that the city's market manipulation is detrimental to the community. There being no further comments, the Citizen Comments was closed. CCM 061225 Minutes Page 5 Page 11 of 239 The Council desires staff and the action committee to refine ideas from our housing action plan, identifying fiscal impacts from various options. Mayor Nichols recessed the Council Meeting at 9:35 p.m. The Council Meeting was reconvened at 9:42 p.m. 7.2. Presentation, discussion, and possible action regarding a drainage maintenance update. Emily Fisher, Public Workers Director, provided an overview of the drainage maintenance program, which maintains 133 miles of storm sewer, 43 miles of open channels, and employs 19 full-time employees. The FY 25 budget for this program is $2,896,404. An ongoing city-wide storm sewer assessment is being conducted. Drainage Related Capital Proiects • Milliff & Redmond Culvert Replacement • University Oaks Culvert Replacement • Holleman Culvert Replacement Mrs. Fisher stated that recent storms have resulted in various incidents such as street signs being affected on rainy days and vehicles navigating through flooded streets. In the Emerald Forest area, localized issues have been identified around the Rosewood Channel. The next steps involve clearing portions of Bee Creek through Emerald Forest, working with landowners for access and future maintenance, proposing the FY 26 Drainage Maintenance Fund budget, raising the Bent Oak manhole by Water Services, and addressing the permitting and ownership of the Rosewood Channel. Mayor Nichols opened for Citizen Comments. David Higdon, College Station, spoke about the need to address city-wide drainage issues, particularly water drainage in low-lying areas like near Saint Joseph Orthopedic and the Elms dental clinic. He highlighted Carol Cotter's team seeking grants for improving outdated drainage systems since new construction around Emerald Forest is impacting drainage. He concluded by saying that the Homeowners Association Board and residents of Emerald Forest are ready to contribute ideas to resolve these issues. Luke Altendorf, College Station, addressed the Council about flooding issues. He noted meetings with staff about heavy rains overwhelming Bee Creek, causing clogs and flooding up King Cole Drive. He suggested working with landowners to clear pathways and debris in the creek to improve water flow. Mr. Altendorf stressed the need for continued cooperation and funding for projects like overgrowth removal, working with volunteers, concrete repairs, and fixing a city -owned retention pond. Cheryl Wenck, College Station, addressed the Council requesting action on issues which she believes has led to frequent flooding since around 2006 when her HOA discussed the problem with the city and circulated a petition signed by 80% of the neighborhood. She stated that eight years ago, the HOA president had more meetings and managed to remove 9 feet of silt from under Appomattox Bridge but never received the promised easement to clear some floodways on Emerald Parkway. There being no further comments, the Citizen Comments was closed. 7.3. Presentation, discussion, and possible action regarding the Solid Waste Rate Studv. CCM 061225 Minutes Page 6 Page 12 of 239 Scott Pasternak, Associate and Senior Project Manager, and Allison Eccarius, Assistant Economic Analyst and Planner, with Burns and McDonnell provided an update on the Solid Waste Rate Study covering cost of service, rate benchmarking, and proposed rates for various services. Methodologv: Involves initiation & data collection, cost of service analysis, rate design, city staff engagement. Cost of Service: Allocation of costs to different customer classes. The current residential solid waste rate is $20.25, indexed to CPI-U. Proposed indexing to CPI-G&T and targeted rate increases: • Single -Family Residential: Forecasted cost per household per month is $29.75. Proposed FY26 rate: $22.94. • Multi -Family Residential: Forecasted cost per household per month is $16.10. • Commercial Front Load: Forecasted collection & disposal cost is $1,949,201. Roll -Off. Total cost of service is $974,977 with a current total cost per pull of $442. Proposed FY26 rates include: Service per load fee: $252.66 Delivery fee: $54.67 Daily rental fees: $5.67 for 20 CY, $5.95 for 30 CY, $6.23 for 40 CY Rate Recommendations: Indexing rates to CPI-G&T and targeted increases for Single -Family, Multi - Family, and Roll -Off rates. Program expansion includes brush and bulky item collection for multi- family and commercial properties. Overall, rate benchmarking against other cities shows varying charges, keeping College Station's rates competitive. 8. REGULAR ITEMS Item 8.5 was presented prior to 8.1. 8.1. Public Hearing, presentation, discussion, and possible action regarding Ordinance No. 2025- 4596 amending the Comprehensive Plan - Future Land Use & Character Map from General Commercial to Urban Residential for approximately 2.752 acres at 2360 Harvev Mitchell Parkwav South, generally located south of the intersection of Harvev Mitchell Parkwav South and Dartmouth Street. Items 8.1 and 8.2 were presented together. 8.2. Public Hearing, presentation, discussion and possible action regarding Ordinance No. 2025- 4597 amending Appendix A. Unified Development Ordinance, Article 4, "Zoning Districts", Section 4.2 "Official Zoning Map," of the Code of Ordinances of the Citv of College Station, Texas by changing the zoning district boundary from GC General Commercial & OV Corridor Overlav to PDD Planned Development District for approximately 2.752 acres at 2360 Harvev Mitchell Parkwav South, generally located south of the intersection of Harvev Mitchell Parkwav South and Dartmouth Street. Jeff Howell, Planning and Development, stated that the applicant is requesting an amendment to the Comprehensive Plan Future Land Use and Character Map from General Commercial to Urban Residential for approximately 2.752 acres, generally located south of the intersection of Harvey Mitchell Parkway South and Dartmouth Street. The Urban Residential land use designation is suitable CCM 061225 Minutes Page 7 Page 13 of 239 for a range of high -density multifamily and attached residential developments in various forms. This Comprehensive Plan Amendment aligns with a rezoning of the property to PDD Planned Development District with a base zoning of MF Multi -Family to facilitate additional residential development in the area. The applicant intends to develop single -unit dwellings on the subject property. Mr. Howell further explained that this request seeks to rezone approximately 2.752 acres of land, typically located south of the intersection of Harvey Mitchell Parkway South and Dartmouth Street, from GC General Commercial & OV Corridor Overlay to PDD Planned Development District with a base zoning of MF Multi -Family. The tract proposed for rezoning consists of an un-platted property which is currently vacant. Originally zoned as C-1 (later renamed to GC General Commercial) with a corridor overlay in 2004, this zoning request aims to provide additional housing along the corridor. The applicant's requested change in zoning district is necessary to allow for a proposed single -unit development, which would be prohibited under the current GC General Commercial zoning. Additionally, the applicant seeks the removal of the corridor overlay, noting that no other PDD properties include the overlay and adjacent residential developments do not either. The applicant also requests a reduction in the minimum density requirement of MF Multi -Family and offers a benefit of limiting maximum building height. According to the Unified Development Ordinance, MF Multi - Family requires a minimum density of 12 units per acre and has no restriction on overall building height. The applicant plans to develop the property as a single unit dwelling residential development, including parking, driveways, detention, and a landscape buffer as depicted in the Concept Plan. These items were heard at the May 15th Planning and Zoning Commission meeting where the Commission voted 3-1 to recommend approval. At approximately 11:33 p.m., Mayor Nichols opened the Public Hearing. Cheryl Wench, College Station, addressed the Council about property rezoning behind City Heights, citing ongoing flooding issues across Harvey Mitchell. She believes that overdevelopment in the area has brought about additional watershed burdens with the upcoming widening of Hwy. 6 she has great concerns about flooding in the area and asks the city to deny these requests. There being no further comments, the Public Hearing was closed at 11:39 p.m. (8.1) MOTION: Upon a motion made by Councilmember McIlhaney and a second by Councilmember Yancy the City Council voted six (6) for and none (0) opposed, to adopt Ordinance No. 2025-4596, amending the Comprehensive Plan - Future Land Use & Character Map from General Commercial to Urban Residential for approximately 2.752 acres at 2360 Harvey Mitchell Parkway South, generally located south of the intersection of Harvey Mitchell Parkway South and Dartmouth Street. The motion carried unanimously. (8.2) MOTION: Upon a motion made by Councilmember McIlhaney and a second by Councilmember Yancy the City Council voted six (6) for and none (0) opposed, to adopt Ordinance No. 2025-4597, amending Appendix A, Unified Development Ordinance, Article 4, "Zoning Districts", Section 4.2 "Official Zoning Map," of the Code of Ordinances of the City of College Station, Texas by changing the zoning district boundary from GC General Commercial & OV Corridor Overlay to PDD Planned Development District for approximately 2.752 acres at 2360 Harvey Mitchell Parkway South, generally located south of the intersection of Harvey Mitchell Parkway South and Dartmouth Street. The motion carried unanimously. CCM 061225 Minutes Page 8 Page 14 of 239 8.3. Public Hearing, presentation, discussion, and possible action approving Ordinance No. 2025-4598 vacating and abandoning a 2.277 acre portion of a generally 30-foot-wide Sanitary Sewer Easement, said easement lving over, across, and upon a called 374.89 acre tract of land located in the Sterrett D. Smith League Survev, as described by metes and bounds recorded in Volume 15028, Page 36 and assigned to the Citv of College Station in Volume 15313, Page 222 of the Official Public Records of Brazos Countv, Texas. Lucas Harper, Planning and Development, explained that the requested abandonment of the sanitary sewer easement is to subdivide the property where it is located. Originally dedicated for a sanitary sewer force main, this has now been replaced by a gravity sanitary sewer main aligned with the future subdivision. The old force main and its appurtenances have been removed. The easement is about 450 feet northeast of Southern Pointe Parkway's current end, extending north to the planned Southern Pointe Subdivision's corner. At approximately 11:46 p.m., Mayor Nichols opened the Public Hearing. There being no further comments, the Public Hearing was closed at 11:46 p.m. MOTION: Upon a motion made by Councilmember Yancy and a second by Councilmember Smith the City Council voted six (6) for and none (0) opposed, to adopt Ordinance No. 2025-4598, vacating and abandoning a 2.277 acre portion of a generally 30-foot-wide Sanitary Sewer Easement, said easement lying over, across, and upon a called 374.89 acre tract of land located in the Sterrett D. Smith League Survey, as described by metes and bounds recorded in Volume 15028, Page 36 and assigned to the City of College Station in Volume 15313, Page 222 of the Official Public Records of Brazos County, Texas. The motion carried unanimously. 8.4. Presentation, discussion, and possible action on Resolution No. 06-12-25-8.4 establishing a steering committee for the Economic Development Master Plan update. Brian Piscacek, Assistant Economic Development Director, stated that on May 8, 2025, City Council approved a contract with TIP Strategies, Inc., to update the City's Economic Development Master Plan. To ensure community engagement and collaboration, a steering committee of about 10 to 12 members is recommended. This committee will oversee the plan's development, encourage community input, and reflect community needs. Proposed members include the City's Economic Development Committee, chairs of the Planning & Zoning and Tourism Committees, a Texas A&M University representative, and local business representatives. MOTION: Upon a motion made by Councilmember McIlhaney and a second by Councilmember White the City Council voted six (6) for and none (0) opposed, to approve Resolution No. 06-12-25- 8.4 establishing a steering committee for the Economic Development Master Plan update. The motion carried unanimously. 8.5. Presentation, discussion, and possible action regarding an amendment to an Economic Development Agreement with FUJIFILM Diosvnth Biotechnologies, LLC. This item was presented prior to item 8.1. Brian Piscacek, Assistant Economic Development Director, stated that due to the changing economic conditions post-COVID, the company paused expansion efforts globally. With the core of the new building done, FDBT will restart the College Station project and complete the remaining CCM 061225 Minutes Page 9 Page 15 of 239 improvements. The agreement is proposed to change in two main ways: 1) FDBT adds $30 million to capital expenditure, a 10% increase, totaling $330 million. 2) The completion date moves from January 1, 2025, to December 31, 2028. The agreement extends to December 31, 2040, with a maximum incentive payment of $4,881,903 by then. The new facility will boost economic development. The subject property is within the BioCorridor area of College Station, per the 2011 Interlocal Cooperation and Joint Development Agreement with Bryan. The cities share 50-50 ad valorem tax Operations and Maintenance costs and must jointly approve all Economic Development Agreements affecting the BioCorridor. MOTION: Upon a motion made by Councilmember Smith and a second by Councilmember White the City Council voted six (6) for and none (0) opposed, to approve an amendment to an Economic Development Agreement with FUJIFILM Diosynth Biotechnologies, LLC. The motion carried unanimously. 8.6. Presentation, discussion, and possible action regarding an agreement with the Arts Council of the Brazos Vallev doing business as the Arts Center of the Brazos Vallev for the Levitt AMP grant application. Jeremiah Cook, Assistant Tourism Director, stated that in 2025, a partnership with the Arts Center of the Brazos Valley to apply for the Levitt Amp Grant. This grant offers up to $40,000 in matching funds for three years (2026-2028) to support an annual concert series at Northgate in College Station from late spring to early fall. The memorandum of understanding between the City of College Station and the Arts Center will be void if the grant is not awarded. The agreement depends on a Service Level Adjustment in the City Manager's budget for FY26, requiring $40,000 each year funded by General Funds. If granted, funds will be budgeted via amendment. MOTION: Upon a motion made by Councilmember Yancy and a second by Councilmember McIlhaney the City Council voted six (6) for and none (0) opposed, to approve an agreement with the Arts Council of the Brazos Valley doing business as the Arts Center of the Brazos Valley for the Levitt AMP grant application. The motion carried unanimously. 9. Items of Communitv Interest and Council Calendar: The Council may discuss upcoming events and receive reports from a Council Member or Citv Staff about items of communitv interest for which notice has not been given, including: expressions of thanks, congratulations or condolence, information regarding holidav schedules, honorary or salutary recognitions of a public official, public emulovee, or other citizen: reminders of upcoming events organized or sponsored by the Citv of College Station, information about a social, ceremonial or communitv event organized or sponsored by an entitv other than the Citv of College Station that is scheduled to be attended by a Council Member, another citv official or staff of the Citv of College Station., and announcements involving an imminent threat to the public health and safetv of people in the Citv of College Station that has arisen after the posting of the agenda. Councilmember White thanked Mayor Nichols for attending the 4H Round Up. 10. Council Reports on Committees, Boards, and Commission: A Council Member may make a report regarding meetings of Citv Council boards and commissions or meetings of boards and committees on which a Council Member serves as a representative that have met since the last council meeting. (Committees listed in Coversheet) Councilmember Yancy reported on the Interlocal Governmental Committee. CCM 061225 Minutes Page 10 Page 16 of 239 11. Future Agenda Items and Review of Standing List of Council Generated Future Agenda Items: A Council Member may make a request to Citv Council to place an item for which no notice has been given on a future agenda or may inquire about the status of an item on the standing list of council generated future agenda items. A Council Member's or Citv Staffs response to the request or inquiry will be limited to a statement of specific factual information related to the request or inquiry or the recitation of existing policv in response to the request or inquirv. Anv deliberation of or decision about the subiect of a request will be limited to a proposal to place the subiect on the agenda for a subsequent meeting. No future items at this time. Executive Session In accordance with the Texas Government Code the Council reconvened into Executive Session at 12:10 a.m. on June 13, 2025, to continue discussing matters pertaining to: § 5 5 1.07 1 -Consultation with Attorney to seek advice regarding pending or contemplated litigation, to wit: • Legal advice regarding the extra territorial jurisdiction. §551.072-Deliberation on the purchase, exchange, lease, or value of real property; to wit: • Approximately 300 acres generally located at Corporate Parkway and Midtown Drive in the Midtown Business Park. §551.074-Personnel, deliberation on the appointment, employment, evaluation, reassignment, duties, discipline, or dismissal of a public officer; to wit: • City Manager §551.087-Deliberation on an offer of financial or other incentives for a business prospect that the Council seeks to have locate, stay or expand in or near the City; to wit: • Economic development agreement with Corinth Group, Inc. • Economic Development agreement for a development generally located in 3100 block of Harvey Road. • Economic development agreement for a development generally located at the intersection of FM 2154 and High Prairie Road in the City's ETJ. • Economic Development agreement with College Station Town Center, LP. Executive Session recessed at 1:48 a.m. The Council directs the City Manager and the City Attorney to negotiate and finalize a settlement agreement in Texas A&M System v. Brazos Valley Groundwater Conservation District and bring it back to Council at the June 26, 2025 Council Meeting for final consideration. 12. Adiournment. There being no further business, Mayor Nichols adjourned the meeting of the City Council at 1:49 a.m. on Friday, June 13, 2025. CCM 061225 Minutes Page 11 Page 17 of 239 John P. Nichols, Mayor ATTEST: Tanya Smith, City Secretary CCM 061225 Minutes Page 12 Page 18 of 239 June 26, 2025 Item No. 6.2. Annual Price Agreement for City -+Wide Landscape Maintenance and Mowing Sponsor: Pete Caler, Assistant Director of Public Works Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action on a contract award to Incircle Management, Inc. for City-wide landscape maintenance and mowing for an amount not -to -exceed $1,079,050.42. Relationship to Strategic Goals: 1. Core Services and Infrastructure Recommendation(s): Staff recommends awarding the annual price agreement to Incircle Management, Inc. Summary: Earlier this year, staff solicited proposals for all the City's mowing and landscape maintenance services (except regional parks and athletic fields). Request for Proposals solicited from contractors for mowing and landscape maintenance were divided into five (5) categories: 1) Facilities — city buildings and Northgate District 2) Electric — CSU electric substations and buildings 3) Water/Wastewater — CSU water and wastewater sites 4) Parks — including neighborhood parks and cemeteries 5) Finish mowing — primarily street right of way and medians Six vendors responded to RFP 25-054. Incircle Management, Inc. was selected as the most responsible bidder to provide all city-wide mowing and landscape services. The Incircle Management, Inc. contract amount is $1,079,050.42. The initial term of the contract is for one (1) year with the potential option to renew for four (4) additional one (1) year terms for a total of five (5) years. Budget & Financial Summary: Operation and maintenance funds are budgeted in the General Fund (Streets, Facilities and Parks), Electric Fund, and Water/Wastewater Funds for citywide mowing needs. Attachments: 1. Landscape Maintenance and Mowing Contract (Vendor Signed) 2. Bid Summary Page 19 of 239 (*OOF� CITE' OF COLLEGE STATION Home of Texas A&M University' CONTRACT & AGREEMENT ROUTING FORM CONTRACT#: 25300545 PROJECT#: N/A BID#: N/A RFP#: 25-054 Project Name / Contract Description: Landscape Maintenance and Mowing Services Name of Contractor: CONTRACT TOTAL VALUE Incircle Management, Inc. $ 1,079,050.42 Grant Funded❑ Yes ❑0 No If yes, what is the grant number: Debarment Check ❑ Yes ❑ No X N/A Section 3 Plan Incl. ❑ Yes ❑ No ❑E N/A Davis Bacon Wages Used ❑ Yes ❑ No❑ N/A Buy America Required ❑ Yes ❑ No❑ N/A Transparency Report ❑ Yes ❑ No 0 N/A ❑E NEW CONTRACT ❑ RENEWAL # [—]CHANGE ORDER # ❑ OTHER BUDGETARY AND FINANCIAL INFORMATION (Include number of bids solicited, number of bids received, funding source, budget vs. actual cost, summary tabulation) RFP 25-054 opened on May 6th, 2025 with six bids received. Funding is available in the landscape maintenance budget. N/A (If required)* 06/26/25 CRC Approval Date*: Council Approval Date*: Agenda Item No*: --Section to be completed by Risk, Purchasing or City Secretary's Office Only — Insurance Certificates: Vou Performance Bond: NSA Payment Bond: NSA Form 1295: KJ SIGNATURES RECOMMENDING APPROVAL 44 L' ) 6/9/2025 DEPARTMENT DIRECTOR/ADMINISTERING CONTRACT DATE LEGAL DEPARTMENT DATE �A (L--56z� 6/9/2025 ASST CITY MGR — CFO DATE APPROVED & EXECUTED CITY MANAGER DATE N/A MAYOR (if applicable) DATE N/A CITY SECRETARY (if applicable) DATE _Onginal(s) sent to CSO on Scanned into Laserfiche on Original(s) sent to Fiscal on Page 20 of 239 CITY OF COLLEGE STATION GENERAL SERVICES CONTRACT This General Services Contract ("Contract") is executed by and between the City of College Station, Texas, a Texas -Home -Rule Municipal Corporation ("City") and INCIRCLE MANAGEMENT, INC ("Contractor"), collectively referred as the Parties, for the following project, Annual Price Agreement for Landscape Maintenance and Mowing Services (RFP 25-054), and pursuant to the promises, representations, warranties, obligations, and consideration herein described, including monetary and non -monetary consideration, the sufficiency of which is hereby acknowledged, the Parties do hereby agree as follows: ARTICLE I PAYMENT, TERM, SPECIAL DEFINITIONS, AND INTERPRETATION 1.1 Consideration. In consideration for the services and work performed in the Scope of Services/Work see Exhibit A (Scope of Services or Work) and Contractor's Completion of work in conformity with this Contract, as well as the non -monetary consideration in the form of the Contractor's representations, warranties, promises, and obligations contained in this Contract, the City shall pay the Contractor an amount not to exceed One -Million Seventy -Nine Thousand Fifty and 42/100 Dollars ($1,079,050.42). 1.2 Payment Application. Within seven (7) calendar days of completion of the services the Contractor will submit its payment application to the City. 1.3 City's Payment and Approval. The City will pay Contractor as shown in Exhibit B (Payment Schedule), for the services performed no later than thirty (30) calendar days from the date of the City's receipt of the payment application and the City's approval of the services. 1.4 Term. The initial term of the Contract is for one (1) year with the potential option to renew for four (4) additional one (1) year terms for a total of five (5) years; however, it is expressly required that the Parties must mutually agree in writing (through the execution of a subsequent amendment or other revision of this Contract) to approve any renewal of this Contract. 1.5 Executed Contract. The "Notice to Proceed" will not be given nor shall any work commence until this Contract is fully executed and all exhibits and other attachments are completely executed and attached to the Contract. 1.6 Special Definitions. Unless specially defined in this Contract, words used in this Contract shall be interpreted according to their common usage or meaning to result in the most reasonable application. Unless otherwise designated, the following special definitions shall apply whether a term or phrase appears in capital letters or in bolded, italicized, or underlined print: (a) "Business Day" means a day other than a Saturday, Sunday, or holiday recognized by the City, and unless described by this Contract as a "Business Day," a "day" herein described shall mean a calendar day. Contract No.25300545 General Service Contract Page 1 of 14 Form 11-29-2023 Page 21 of 239 (b) "City" means the City of College Station, Texas, a signing Party to this Contract, including its elected officials, appointed officials, officers, employees, representatives, agents, successors and permitted assigns. (c) "City Council" or "Council" means the City Council of the City of College Station, Texas, the governing body of the City. (d) "City Manager" means the City Manager of the City of College Station, Texas. (e) "Contract" or "Agreement" means this General Services Contract including all attached exhibits approved and executed by the signing Parties. (f) "Contractor" means the Contractor as described above, a signing Parry to this Contract, including its directors, officers, members, managers, partners, employees, representatives, agents, subcontractors, successors, and permitted assigns. (g) "Contractor Business Records" means the business records created or maintained by the Contractor (or on its behalf) regarding the performance of this Contract that the City reasonably needs to inspect, copy, and review to determine Contractor compliance with this Contract. (h) "Default" means the conduct, act, or omission by a Party which constitutes a breach or violation of a duty, obligation, representation, or responsibility imposed on that Party by this Contract. Default is synonymous with material default as used in this Contract. (i) "Insurance Coverage" includes not only commercial insurance coverage but also risk pool coverage as allowed by law. (j) "Party" means a signing Party to this Agreement. The signing Parties to this Contract collectively are the City and the Contractor. (k) "Project" means the City's project made the subject of this Contract, as defined by the Scope of Work or Services described in this Contract in Exhibit A. (1) "Scope of Services or Work" means the services, goods, and work described in this Contract for the City's Project, as described in Exhibit A. 1.7 Interpretation. (a) Unless otherwise designated in this Contract, the past, present, or future tense shall each include the other, the masculine or feminine gender shall each include the other, and the singular and plural number shall each include the other where necessary for a correct meaning. (b) All statements made in the preamble and preliminary recitals of this Contract and all attached documents are incorporated by reference. The following documents Contract No.25300545 General Service Contract Page 2 of 14 Form 11-29-2023 Page 22 of 239 are attached to this Contract as exhibits: Exhibit A — Scope of Services/Work; Exhibit B — Payment Schedule; and Exhibit C — Certificates of Insurance. ARTICLE II CHANGE ORDER 2.1 Changes will not be made, nor will invoices for changes, alterations, modifications, deviations, or extra work or services be recognized or paid, except upon the prior written order from authorized personnel of the City. The Contractor will not execute change orders on behalf of the City or otherwise alter the financial scope of the services except in the event of a duly authorized change order approved by the City as provided in this Contract. (a) City Manager Approval. When the original Contract amount plus all change orders is $50,000 or less, the City Manager or his designee may approve the written change order provided the change order does not increase the total amount set forth in the Contract to more than $50,000. A change order resulting in a revised Contract amount exceeding $50,000 may be subject to additional statutory requirements as applicable; and When the original Contract plus all change orders is greater than $50,000 but less than $100,000, the City Manager or his designee may approve the written change order provided the change order does not increase the total amount set forth in the Contract to more than $100,000. For such contracts, when a change order results in a total Contract amount that exceeds $100,000, the City Council of the City must approve such change order prior to commencement of the services or work. The sum of all change orders may not exceed 25% of the original contract amount; and (b) City Council Approval. When the original contract amount plus all change orders is greater than $100,000, the City Manager or his designee may approve the written change order provided the change order does not exceed $50,000. For such contracts, when a change order exceeds $50,000, the City Council of the City must approve such change order prior to commencement of the services or work. The sum of all change orders may not exceed 25% of the original contract amount. (c) Increase in Scope. Any request by the Contractor for an increase in the Scope of Services/Work and an increase in the amount listed in Article I of this Contract shall be made and approved by the City prior to the Contractor providing such services or work or the right to payment for such additional services or work shall be waived. (d) Dispute. If there is a dispute between the Contractor and the City respecting any service or work provided or to be provided hereunder by the Contractor, including a dispute as to whether such service or work is additional to the Scope of Services or Work included in this Contract, the Contractor agrees to continue providing on Contract No.25300545 General Service Contract Page 3 of 14 Form 11-29-2023 Page 23 of 239 a timely basis all services or work to be provided by the Contractor hereunder, including any service as to which there is a dispute. ARTICLE III INDEPENDENT CONTRACTOR AND SUBCONTRACTORS 3.1 Independent Contractor. It is understood and agreed by the parties that the Contractor is an independent contractor retained for the services described in the Scope of Services or Work. The Contractor shall be solely responsible for and have control over the means, methods, techniques and procedures, and for coordination of all portions of the work or services. Unless otherwise provided in the Contract, the Contractor shall provide and pay for labor, materials, equipment, tools, utilities, transportation, and other facilities and services necessary for proper execution and completion of the work or services. In addition, at the appropriate times, the Contractor shall arrange and bear cost of tests, inspections, and approvals of portions of the work or services required by the Contract or by laws, statutes, ordinances, codes, rules and regulations, or lawful orders of public authorities. The City will not control the manner or the means of the Contractor's performance but shall be entitled to a work product as in the Scope of Services or Work. The City will not be responsible for reporting or paying employment taxes or other similar levies that may be required by the United States Internal Revenue Service or other State or Federal agencies. This Contract does not create a joint venture. 3.2 Subcontractor. The term "subcontractor" shall mean and include only those hired by and having a direct contact with Contractor for performance of work or services on the Project. The City shall have no responsibility to any subcontractor employed by a Contractor for performance of work or services on the Project, and all subcontractors shall look exclusively to the Contractor for any payments due. The Contractor shall be fully responsible to the City for the acts and omissions of its subcontractors. Nothing contained herein shall create any contractual or employment relations between any subcontractor and the City. ARTICLE IV INSURANCE 4.1 The Contractor shall procure and maintain, at its sole cost and expense for the duration of this Contract, sufficient insurance coverage, as herein described, against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the services performed by the Contractor, its officers, agents, volunteers, and employees. 4.2 The Contractor's insurance shall list the City of College Station, its officers, agents, volunteers, and employees as additional insureds. More specifically, the following shall be required. Certificates of insurance evidencing the required insurance coverage policies are attached in Exhibit C. During the term of this Contract, Contractor's insurance policies shall meet the minimum requirements of this section. Contract No.25300545 General Service Contract Page 4 of 14 Form 11-29-2023 Page 24 of 239 4.3 Types. Contractor shall acquire and maintain for Contract duration the following types of insurance: (a) Commercial General Liability; (b) Business Automobile Liability; and (c) Workers' Compensation/Employer's Liability. 4.4 General Requirements Applicable to All Policies. The following General requirements applicable to all insurance coverage policies shall apply: (a) Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent and delivered to the City in a timely manner according to this instrument. (b) Certificates of Insurance and endorsements shall be furnished and delivered to the City on the most current State of Texas Department of Insurance -approved forms to the City's Representative no later than 3 days before this instrument is submitted for final approval and execution by the City; shall be attached to this Contract as Exhibit C; and shall be approved by the City before work begins. (c) Contractor shall be responsible for all deductibles on any policies obtained in compliance with this Agreement. Deductibles shall be listed on the Certificate of Insurance and are acceptable on a per -occurrence basis only. (d) The City will accept only licensed Insurance Carriers authorized to do business in the State of Texas. (e) The City will not accept "claims made" policies. (f) Coverage shall not be suspended, canceled, non -renewed or reduced in limits of liability before thirty (30) days written notice has been given to the City. 4.5 Commercial General Liability. The following Commercial General Liability requirements shall apply: (a) General Liability insurance shall be written by a carrier rated "A:VIII" or better under the current A. M. Best Key Rating Guide. (b) Policies shall contain an endorsement listing the City as Additional Insured and further providing "primary and non-contributory" language with regard to self- insurance or any insurance the City may have or obtain. (c) Limits of liability must be equal to or greater than $1,000,000 per occurrence for death, bodily injury, and property damage, with an annual aggregate limit of $2,000,000.00. Limits shall be endorsed to be per project. (d) No coverage shall be excluded from the standard policy without notification of individual exclusions being submitted for the City's review and acceptance before the execution of this contract by the City. (e) The coverage shall not exclude the following: premises/operations with separate aggregate; independent contracts; products/completed operations; contractual liability (insuring the indemnity provided herein) Host Liquor Liability, and Personal & Advertising Liability. Contract No.25300545 General Service Contract Page 5 of 14 Form 11-29-2023 Page 25 of 239 4.6 Business Automobile Liability. The following Business Automobile Liability requirements shall apply: (a) Business Automobile Liability insurance shall be written by a carrier rated "A:VIII" or better under the current A. M. Best Key Rating Guide. (b) Policies shall contain an endorsement listing the City as Additional Insured and further providing "primary and non-contributory" language with regard to self- insurance or any insurance the City may have or obtain. (c) Combined Single Limit of Liability not less than $1,000,000 per occurrence for death, bodily injury, and property damage. (d) The Business Auto Policy must show Symbol 1 in the Covered Autos Portion of the liability section in Item 2 of the declarations page. (e) The coverage shall include any autos, owned autos, leased or rented autos, non - owned autos, and hired autos operated by the Contractor on (i) City property, (ii) the job or work site associated with or related to the business purpose or Scope of Services/Work described by this Contract, (iii) any other property or road in performance of this contract. 4.7 Workers' Compensation/Employer's Liability Insurance. The following Workers' Compensation Insurance shall include the following terms: (a) Employer's Liability minimum limits of liability not less than $1,000,000 for each accident/each disease/each employee are required; (b) "Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04" shall be included in this policy; and (c) TEXAS must appear in Item 3A of the Workers' Compensation coverage or Item 3C must contain the following: "All States except those named in Item 3A and the States of NV, ND, OH, WA, WV, and WY". ARTICLE V INDEMNIFICATION AND RELEASE 5.1 Indemnification. The Contractor shall indemnify, hold harmless, and defend the City, its Council members, officials, officers, agents, volunteers, and employees from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, and attorneys' fees, for injury to or death of any person or for damage to any property arising out of or in connection with the work or services done by the Contractor under this Contract. Such indemnity shall apply regardless of whether the claims, losses, damages, causes of action, suits, or liability arise in whole or in part from the negligence of the City, any other party indemnified hereunder, the Contractor, or any third party. There shall be no additional indemnification other than as set forth in this section. All other provisions regarding the same subject matter shall be declared void and of no effect. 5.2 Release. The Contractor assumes full responsibility for the work to be performed hereunder and hereby releases, relinquishes, and discharges the City, its Council members, Contract No.25300545 General Service Contract Page 6 of 14 Form 11-29-2023 Page 26 of 239 officials, officers, agents, volunteers, and employees from all claims, demands, and causes of action of every kind and character, including the cost of defense thereof, for any injury to or death of any person and any loss of or damage to any property that is caused by, alleged to be caused by, arising out of, or in connection with the Contractor's work to be performed hereunder. This release shall apply regardless of whether said claims, demands, and causes of action are covered in whole or in part by insurance and regardless of whether such injury, death, loss, or damage was caused in whole or in part by the negligence of the City, any other party released hereunder, the Contractor, or any third party. There shall be no additional release other than as set forth in this section. All other provisions regarding the same subject matter shall be declared void and of no effect. ARTICLE VI GENERAL TERMS 6.1 Performance. Contractor, its officers, employees, associates, representatives, agents, subcontractors, successors, permitted assigns and other representatives expressly warrant and represent that they shall perform all the work and services described in the Scope of Services or Work in a good, workmanlike, and professional manner and in accordance with this Contract, and all applicable laws, codes, and regulations. Contractor and its aforesaid representatives shall be fully qualified and competent to perform the work or services. Contractor shall undertake and complete the work or services in a timely manner. 6.2 Termination. (a) Termination for Convenience. The City may terminate the Project and this Contract, at any time, for convenience. In the event of such termination the City will notify the Contractor in writing and the Contractor shall cease work immediately. Contractor shall be compensated for the work and services performed provided Contractor is not in default of this Contract. Should the City terminate this Contract for convenience, the City shall pay Contractor for the work and services performed and expenses incurred before the date of termination, provided the Contractor is not in default of this contract. (b) This Contract also may be terminated: (a) by the City upon a default committed by the Contractor; (b) by a subsequent written termination Contract executed with the mutual consent of the contracting Parties; and (c) at the conclusion of the Contract term, unless the Contract term is extended by a written amended Contract executed with the mutual consent of the contracting Parties as herein required. 6.3 Choice of Law and Venue. This Contract has been made under and shall be governed by the laws of the State of Texas. The Parties agree that performance and all matters related thereto shall be in Brazos County, Texas. 6.4 Amendment. This Contract may only be amended by written instrument approved and executed by the Parties. Contract No.25300545 General Service Contract Page 7 of 14 Form 11-29-2023 Page 27 of 239 6.5 Taxes. The City is exempt from payment of state and local sales and use taxes on labor and materials incorporated into the project made the basis of this Contract. If necessary, it is the Contractor's responsibility to obtain a sales tax permit, resale certificate, and exemption certificate that shall enable the Contractor to buy any materials to be incorporated into the project and then resell the aforementioned materials to the City without paying the tax on the materials at the time of purchase. 6.6 Compliance with Laws. The Contractor will comply with all applicable federal, state, and local statutes, regulations, ordinances, and other laws, including but not limited to the Immigration Reform and Control Act (IRCA) regarding the Contractor's performance, operations and activities pursuant to this Contract. The Contractor may not knowingly obtain the labor or services of an undocumented worker. The Contractor, not the City, must verify eligibility for employment as required by IRCA. Nothing in this Contract shall be construed to alter or affect the obligation of the Contractor to comply with any applicable federal or Texas statute, rule, or regulation, and any applicable local ordinance, rule, or regulation regarding the performance of this Contract or the Contractor's operations and activities regarding the project made the subject of this Contract, and further, the parties would show that prior to the approval of this Contract by the City, the Contractor has submitted to the City: (a) a properly executed Form CIQ/Conflicts of Interest Questionnaire pursuant to Chapter 176 of the Texas Local Government Code; and (b) a properly executed Form 1295/Texas Ethics Commission Certificate of Interested Parties pursuant to Section 2252.908 of the Texas Government Code. 6.7 Waiver of Terms. No waiver or deferral by either Party of any term or condition of this Contract shall be deemed or construed to be a waiver or deferral of any other term or condition or subsequent waiver or deferral of the same term or condition. Also, no waiver of a default occurs if a non -defaulting Party fails to immediately declare a default or delays in taking any action regarding a default committed by a defaulting Party. 6.8 Assignment. This Contract and the rights and obligations contained herein may not be assigned by the Contractor without the prior written approval of the City. 6.9 Invalidity. If any provision of this Contract shall be held to be invalid, illegal or unenforceable by a court or other tribunal of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. The parties shall use their best efforts to replace the respective provision or provisions of this Contract with legal terms and conditions approximating the original intent of the parties. 6.10 Prioritization. Contractor and City agree that City is a political subdivision of the State of Texas and is thus subject to certain laws. Because of this there may be documents or portions thereof added by Contractor to this Contract as exhibits that conflict with such laws, or that conflict with the terms and conditions herein excluding the additions by Contractor. In either case, the applicable law or the applicable provision of this Contract excluding such conflicting addition by Contractor shall prevail. The parties understand this section comprises part of this Contract without necessity of additional consideration. Contract No.25300545 General Service Contract Page 8 of 14 Form 11-29-2023 Page 28 of 239 6.11 Entire Agreement. This Contract represents the entire and integrated agreement between the City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may only be amended by a written instrument approved and executed by the parties. 6.12 Agree to Terms. The parties state that they have read the terms and conditions of this Contract and agree to the terms and conditions contained in this Contract. 6.13 Effective Date. This Contract goes into effect when duly approved by all the parties hereto. The Effective Date is the date the last signing Party executes this Contract. 6.14 Notice. Any official notice under this Contract will be sent to the following addresses: CITY OF COLLEGE STATION INCIRCLE MANAGEMENT, INC. Attn: Ronnie Loper PO BOX 9960 1101 Texas Ave College Station, TX 77842 Rlopera,cstx.aov Attn: Henry Jung 5992 Mahotea Boone Trail Westlake, TX 76262 incircleoffic e (a, mail. com 6.15 Governmental Immunity. This Contract is subject to the proper application of the doctrine of governmental immunity. 6.16 Duplicate Originals. The parties may execute this Contract in duplicate originals, each of equal dignity, and further, copies of this complete and fully executed Contract (including copies of signatures) shall have the same force and effect as an original. 6.17 Exhibits. All exhibits to this Contract are incorporated and made part of this Contract for all purposes. 6.18 Verification No Boycott. To the extent applicable, this Contract is subject to the following: (a) Boycott Israel. If this Contract is for goods and services subject to § 2271.002 Texas Government Code, Contractor verifies that it (i) does not boycott Israel; and ii) will not boycott Israel during the term of this Contract; (b) Boycott Firearms. If this Contract is for goods and services subject to § 2274.002 Texas Government Code, Contractor verifies that it (i) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and ii) will not discriminate during the term of the contract against a firearm entity or firearm trade association; and (c) Boycott Energy Companies. Subject to § 2276.002 Texas Government Code Contractor herein verifies that it (i) does not boycott energy companies; and (ii) will not boycott energy companies during the term of this Contract. 6.19 Fraud Reporting. To reduce the risk of fraud and to protect the Contractor's financial information from fraud, the Contractor must report to the City in writing at Contract No.25300545 General Service Contract Form 11-29-2023 Page 9 of 14 Page 29 of 239 VendorInvoiceEntrvncstx.,2ov if the Contractor reasonably suspects or knows if any of their financial information has been subject to fraudulent activity or suspected fraudulent activity. 6.20 Default. (a) The City may declare a Default of this Contract if the Contractor commits a Default of this Contract and fails to cure the default during an authorized cure period as herein described. (b) If the City declares a Default of this Contract, it is agreed that the City may modify or terminate this Contract, and the City, in such event, shall be entitled to pursue all remedies allowed or authorized by law, equity, or this Contract. (c) The City shall notify the Contractor of a Default in writing, and the Parties agree as follows: (i) the default notice shall specify and reasonably explain the basis for the declaration of default; (ii) regarding an authorized opportunity to cure, the Contractor shall have 10days from the receipt of the default notice to cure the default; (iii) where fulfillment of any obligation requires more than 10 days, the Contractor's performance shall be commenced within 10 days after the default notice receipt and such performance shall be diligently continued until the default is cured; and (iv) however, if such default cannot be cured, or cannot be cured within 45 days from the date of the default notice receipt, the Contractor shall be liable for and will promptly perform under this Contract and pay to the City within 60 days from receipt of the default notice all amounts due the City for the default as described in this Contract. (d) Should a Default be committed by the Contractor, the City may pursue and recover all remedies authorized by law, equity or this Contract, including: (i) termination of this Contract; (ii) litigation (with or without a trial by jury) including all authorized causes of action, claims, and damages; (iii) equitable relief or extraordinary relief, including all authorized injunction, specific performance, and mandamus relief; and (iv) all authorized remedies for the (a) recovery of all accrued monetary amounts due the City but not paid by the Contractor to the City under this Contract, and (b) recovery of the City's reasonably incurred attorney's fees, reimbursement amounts, and other expenses, costs, interest, offsets, and credits due the City as allowed by law. (e) Should a Default be committed by the City, the Contractor may pursue and recover all remedies authorized by law, equity, or this Contract, including: (i) termination of this Contract; (ii) litigation (with or without a trial by jury) including all authorized causes of action, claims, and damages; (iii) equitable relief, specific performance, or extraordinary relief, including all authorized injunction and mandamus relief; and (iv) recovery of the reasonably incurred attorney's fees, reimbursement amounts, and other expenses, costs, interest, offsets, and credits due the Contractor as allowed by law. 6.21 Alternative Dispute Resolution. No suit shall be filed by a Party regarding a dispute arising under or related to this Contract unless the Parties first attempt to submit the dispute to Contract No.25300545 General Service Contract Page 10 of 14 Form 11-29-2023 Page 30 of 239 mediation pursuant to Chapter 2009 of the Texas Government Code and Chapter 154 of the Texas Civil Practice and Remedies Code. Notwithstanding anything to the contrary stated in this Contract, however, a Party may file suit solely for injunction or mandamus relief regarding an aforesaid dispute without first submitting that dispute to mediation. The mediation shall be held in Brazos County, Texas, within 30 days of a Party sending notice to the other Party requesting mediation, unless otherwise agreed in writing by the Parties. Each Parry shall pay its own expenses incurred for the mediation, including attorney fees, mediator fees, and travel expenses. The mediator shall be selected by the Parties' agreement; however, should they fail to agree on a mediator, the dispute shall be submitted to the following public institution for assignment of a mediator and the holding of the mediation at that institution: Aggie Dispute Resolution Program, Texas A&M University School of Law, 1515 Commerce Street, Fort Worth, Texas 76102-6509, (800) 733-9529. List of Exhibits A. Scope of Services/Work B. Payment Schedule C. Certificates of Insurance INCIRCLE MANAGEMENT, INC. By: Rmyci I" Title: President PrintedName:Henry lung Date:6/6/202 5 Contract No.25300545 General Service Contract Form 11-29-2023 CITY OF COLLEGE STATION By: City Manager Date: APPROVED: City Attorney Date: Assistant City Manager/CFO Date:6/9/202 5 Page 11 of 14 Page 31 of 239 EXHIBIT A SCOPE OF SERVICES/WORK The terms and conditions of this Contract shall take precedence and control over any term or provision of the Scope of Services/Work that in any way conflicts with, differs from, or attempts to alter the terms of this Contract. Hours of Service. The Contractor shall perform the Services or a between 7:00 a.m. and 6:00 p.m. on Monday through Saturday. Contractor's Employees. The Contractor agrees its employees will at all times, present a neat, clean and uniform appearance while working on City premises. The Contractor shall only use competent employees. The Contractor will replace any employee at the City's request. The Contractor's employees working at City premises shall not: (1) have a felony conviction in the last ten (10) years (2) be under a felony indictment (3) have felony criminal charges pending (4) be without legal documentation authorizing the employee to work in this country Crew Leader. The Contractor will provide a competent crew leader while working on City premises. The crew leader must have full authority to act for the Contractor and be able to receive, communicate, and execute requests from the City Representative. D. City Representative. The City's authorized representative shall be the Public Works Superintendent. E. City Locations — As referenced in RFP 25-054 F. Services. As referenced in RFP 25-054 Contract No.25300545 General Service Contract Page 1 of 14 Form 11-29-2023 Page 32 of 239 EXHIBIT B PAYMENT SCHEDULE The Contractor must submit monthly invoices to the City, accompanied by an explanation of charges, fees, services, and expenses. The City will pay such invoices in compliance with the Texas Prompt Payment Act. For an amount not to exceed: $1,079,050.42. See Bid Form attached Contract No.25300545 General Service Contract Page 2 of 14 Form 11-29-2023 Page 33 of 239 Cl—RKS .......... . ...... . . . .. . . . . . ........ .. �Z M9 I Idl dl �j I 1� I MIN Z CIWRCILMES Itr lzr Itr j I MI., l=l==lU:zVTllll ELECTRIC ­S Page 34 of 239 ..... . . ..... .. ..... ..... . . ..... .. ..... z", z -ie��=I-z7j �zr'kr­ . ..... - 09 1: Z Z Page 35 of 239 EXHIBIT C CERTIFICATES OF INSURANCE Contract No.25300545 General Service Contract Page 3 of 14 Form 11-29-2023 Page 36 of 239 ACOR" CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) l 4.� 05/27/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CNTNNAMEACT sandy Bankhead Insurance Agency LLC PHONE FAx 17103 Preston Rd STE 175 (C/TNn Fv})• (214)343-1333 (A/r. N t.(214)343-3875 E-MAIL sandy@insurancedallas.com Dallas TX 75248- ADDRFRS• Y@ INSURERS) AFFORDING COVERAGE NAIC # INSURER A:Starstone Speciality Ins CO INSURED INSURER B Progressive Ins CO Heebok Jung-Incircle : I INSURER C :Texas Mutual Ins Co Incircle Management Inc 3305 Pembrooke Pkwy S I INSURER D : Colleyville TX 76034- I INSURER E : INS�F,R F ; COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP i TR TYPE OF INSURANCE INsDJpnin POLICY NUMBER (MM/DDIVYYY) (MMIDD/YYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY CBL00225698PO5-25 04/20/2025 04/20/2026 EACH OCCURRENCE $ 1,000,000 X DAMAGE TO RENTED 100 l)00 CLAIMS -MADE OCCUR PRFMISFS (Fa nrriirrencel $ MED EXP (Anv one person) $ 5,000 PERSONAL & ADV INJURY $ 2,000,000 GGEEN'LAGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $ 2,000,000 POLICY JECT LOC PRODUCTS - COMP/OP AGG $ included OTHER $ B AUTOMOBILE LIABILITY 02470613-24 08/11/2024 08/11/2025 (FOMBINpDrSINGLELIMIT $ 1,000,000 X ANY AUTO BODILY INJURY (Per person) $ OWNED SCHEDULED BODILY INJURY $ AUTOS ONLY AUTOS (Per accident) HIRED NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) UMBRELLA LIAB OCCUR HCLAIMS-MADE EACH OCCURRENCE $ EXCESS LIAB AGGREGATE $ DED I I RETENTION S $ C WORKERS COMPENSATION 0002046608-25 ORTH 04/15/2025 04/15/2026 PERRTA AND EMPLOYERS' LIABILITY Y❑ ITF ANY PROPRIETOR/PARTNER/EXECUTIVE E L EACH ACCIDENT $ 1'000'D00 OFFICER/MEMBER EXCLUDED N / A 1,000,000 (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS helow E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) LAWN CARE & JANITORIAL SERVICES On the commercial auto - the certificate holder is hereby listed as an additional insured only when there is a written contract between the named insd & the certificate holder that requires it. On the GL policy a blanket add'I insd, waiver of subrogation & primary non-contributing wording endorsement that provides this feature only when there is a written contract between the named insd & the certificate holder that requires it. On the WC policy a blanket waiver of subrogation wording endorsement does provide this feature only when there is a written contract between the named insd & the certificate holder that requires it. CERTIFICATE HOLDER CANCELLATION AI 006000 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of College Station THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Purchasing Div ACCORDANCE WITH THE POLICY PROVISIONS. P O Box 9960 College Station TX 77884-9960 AUTHORIZED REPRESENTATIVE © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Page 37 of 239 REQUEST FOR PROPOSALS RFP NO. 24-054 Annual Agreement for Landscaping Maintenance and Mowing Services Opening May 6, 2025 at 7-nn pm Responding Supplier Earthworks Landscape and Maintenance LLC Green Teams, Inc. Incircle Management Inc Landmark Landscape Group (Landmark Operationing Company) Texas Landscape Creations Yellowstone Landscape RFP 25-054 APA for Landscaping and Mowing Services Response Total $1,260,870.26 $1,295,496.47 $1,079,050.42 $1,201,093.00 $1,585,847.94 $1,210,565.46 Page 38 of 239 June 26, 2025 Item No. 6.3. SH6 Widening Utility Relocates Design Contract Amendment Sponsor: Jennifer Cain, Director Capital Projects Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action on a change order to the design contract with Mitchell & Morgan, LLP for additional design work for the relocation of City utilities in advance of TxDOT's SH6 Widening Project, not -to -exceed $466,279. Relationship to Strategic Goals: Core Services and Infrastructure Recommendation(s): Staff recommends approval. Summary: This change order is for additional design services to address new utility conflicts with TxDOT's proposed storm sewer modifications to the SH6 construction plans. The original contract scope of services included a total of 25 conflicts. Additional design submittals from TxDOT have required investigation of 48 additional conflicts. Of those new conflicts, 20 have been cleared but 28 conflicts remain requiring redesign. Timeliness is of the utmost important in this project as TxDOT has already bid the work and provided the City with critical dates that infrastructure needs to be relocated by. Budget & Financial Summary: A combined budget of $4,275,000 is included in the Water and Wastewater Capital Improvement Projects Funds for these projects. A combined total of $898,813 has been spent or committed to date, leaving a combined balance of $3,376,187 for this change order and related costs. Attachments: 1. SH 6 Utility Relocates Scope for New Conflicts 2. SH 6 Utility Relocates Location Map 2025 3. SH 6 Utility Relocates M&M Change Order Page 39 of 239 MIIT//C��HELL MAIM MORGAN Susan Monnat, P.E. Project Manager City of College Station P.O. Box 9960, College Station, Texas 77842 April 28, 2025 Re: Proposal to Provide Engineering Design and CMT services for New Conflicts Added for the State Highway 6 Widening & Utility Relocates Project in College Station, Texas Dear Susan, Thank you for the opportunity to provide professional engineering services for the State Highway 6 Widening & Utility Relocates in College Station, Texas. As discussed, we have researched the data from the revised Utility Conflict Matrices (UCMs) received from Lamb -Star on 7/2/24 and the subsequent plan set received from Lamb -Star on 12/18/24 to determine what new conflicts have been created with the redesign of the storm sewer system on the latest modifications to the SH6 construction plans. Our original scope of work included Engineering Design, Special Services, Survey and SUE work for 25 conflicts. In October 2024 we sent a $6,000 change order to investigate these 48 new conflicts identified on the new Utility Conflict Matrix (UCM). We also sent a no cost change order in October 2024 to perform SUE and survey work to further investigate these new conflicts. We were able to utilize SUE and survey costs from the original contract to perform this work. Listed below are the new conflicts that were added to the Original Scope and those that have been cleared. The following items are new conflicts that we have been able to verify as actual conflicts: 16 New Conflicts Water W2-106 W2-108 W2-117 W2-127 W2-133 W2-136 W2-139 W2-157 W2-160 W2-169 W2-171 W2-210 W2-255 W2-260 W2-265 Wastewater WW2-140 3204 EARL RUDDER FREEWAY SOUTH • COLLEGE STATION TX 77845 • 979 260 6963 FIRM #1443 CIVIL ENGINEERING HYDRAULICS HYDROLOGY UTILITIES STREETS SITE PLANS SUBDIVISIONS info@mitchellandmorgan.com• www.mitchellandmorgan.com Page 40 of 239 The following items are ones that are conflicts but minor that required additional SUE or survey to further verify as conflicts: 12 New Conflicts - Minor Water Wastewater W2-107 WW2-150 W2-111 WW2-165 W2-116 WW2-181 W2-126 W2-143 W2-146 W2-156 W2-158 W2-167 We have verified that an additional 20 new conflict locations identified are clear and not a conflict. We have prepared a preliminary engineer's estimate for the construction cost for the 16 new conflicts and the 12 new minor conflicts. The preliminary construction cost for this new work is approximately $5,000,000 to remedy the water conflicts and approximately $900,000 to remedy the new wastewater conflicts. Our design fee for this new scope of services is as follows: Engineering Design: Preliminary $135,227 Final $251,137 Construction Phase Services $ 34,787 Special Services: Utility Conflict Matrix Updates $ 8,800 Reimbursement Agreements $ 6,600 Construction Material Testing $ 29,728 $466,279 We are requesting with this new scope an additional 150 calendar days to our contract. If there are other services that you desire, we will provide those services on an hourly basis at the rates described below. Hourly Rates: Sr. Professional Engineer — Project Coordination .............................................. $185/hr Principal Design Engineer................................................................................. $175/hr Sr. Professional Design Engineer..................................................................... $140/hr Jr. Professional Design Engineer..................................................................... $125/hr StaffPlanner..................................................................................................... $100/hr ProjectManager................................................................................................ $100/hr GIS Technician.................................................................................................. $90/hr CivilDesigner.................................................................................................... $90/hr 2 Page 41 of 239 Sr. EIT.............................................................................................................. $90/hr Jr. EIT....................................... .......................... ............................................. $80/hr Drafter.............................................................................................................. $751hr Administrative................................................................................................... $65/hr Services not utilized will not be billed. If you would like us to add services other than those listed, they may be added at the above listed hourly rates. Mitchell & Morgan, LLP will work diligently to provide these services in a timely manner and will begin work immediately upon a Notice to Proceed. Please let us know if you have any questions or comments. We really look forward to working with you on this project. Si .erely, Veronica J.B. MAan, PE, CFM Managing Partner cc: file 3 Page 42 of 239 I = Project Location I SH 6 Widening Utility Relocations N J 0.5 1 2 3 Miles rage 43 or z3y CHANGE ORDER NO.: 1 DATE: 5/28/2025 Contract # 23300649 PO #: 23204260 PROJECT: Highway 6 Widening and Utility Relocates RFP/RFQ/ITB# RFQ 23-040 OWNER: CONTRACTOR: City of College Station Mitchell & Morgan, LLP P.O. Box 9960 3204 Earl Rudder FWY S. Colle_ e Station, Texas 77842 College Station, TX 77845 PURPOSE OF THIS CHANGE ORDER: A. This change order is for design services for new conflicts created by TxDOT's redesign of the storm sewer system on the latest modifications to the SH6 construction plans. The original scope of services was for 25 conflicts. Additional design submittals from TxDOT have required investigation of 48 additional conflicts. Of those 20 have been cleared but 28 conflicts remain requiring redesign. Timeliness is of the utmost important in this project as TxDOT has already bid the work and provided the City with critical dates that infrastructure needs to be relocated by. ITEM UNIT ORIGINAL REVISED NO I UNIT I DESCRIPTION I PRICE QUANT TY I TY COST 5 EA Civil Design $1.00 374885 761249 $386,364.00 7 EA Construction Phase Services $1.00 110127 144914 $34,787.00 8 EA Construction Material Testing $1.00 72050 101778 $29,728.00 CO1.1 EA Utility Conflict Matrix Update $1.00 0 8800 $8,800.00 CO1.2 EA Reimbursement Agreements $1.00 0 6600 $6,600.00 TOTAL $466,279.00 THE NET AFFECT OF THIS CHANGE ORDER IS 55% INCREASE. UPDATE: LINE 1 WTWOC - 6581 WA2205 DESIGN LINE 2 SCWOC - 6590 WW2305 DESIGN LINE 3 WTWOC - 6581 WA2206 DESIGN LINE 4 SCWOC - 6590 WW2306 DESIGN TOTAL CHANGE ORDER ORIGINAL CONTRACT AMOUNT CHANGE ORDER NO. 1 REVISED CONTRACT AMOUNT ORIGINAL CONTRACT TIME REVISED CONTRACT TIME SUBSTANTIAL COMPLETION DATE REVISED SUBSTANTIAL COMPLETION DATE $255,244.00 $79,737.00 $127, 393.00 $3,905.00 $466,279.00 $852,307.15 $466,279.00 55% CHANGE $1,318,586.15 55% TOTAL CHANGE 366 Days 150 Days 516 Days 12/31 /2028 5/30/2029 APPROVED I '' ,,6d kf f 5/30/2025 ,Wtl�tt�tV r,GtdVt A/E CONTRACTOR Date DEPARTMENT DIRECTOR As CITY MGR -C"FO I�l.blAl S(AUJA, Ld 5/30/2025 ,,D� Q. GusA PROJECT MANAGER Date CITY ATTORNEY CITY MANAGER 5/30/2025 Date 5/30/2025 Date 5/30/2025 Date Date Page 44 of 239 MIIT//C��HELL MAIM MORGAN Susan Monnat, P.E. Project Manager City of College Station P.O. Box 9960, College Station, Texas 77842 April 28, 2025 Re: Proposal to Provide Engineering Design and CMT services for New Conflicts Added for the State Highway 6 Widening & Utility Relocates Project in College Station, Texas Dear Susan, Thank you for the opportunity to provide professional engineering services for the State Highway 6 Widening & Utility Relocates in College Station, Texas. As discussed, we have researched the data from the revised Utility Conflict Matrices (UCMs) received from Lamb -Star on 7/2/24 and the subsequent plan set received from Lamb -Star on 12/18/24 to determine what new conflicts have been created with the redesign of the storm sewer system on the latest modifications to the SH6 construction plans. Our original scope of work included Engineering Design, Special Services, Survey and SUE work for 25 conflicts. In October 2024 we sent a $6,000 change order to investigate these 48 new conflicts identified on the new Utility Conflict Matrix (UCM). We also sent a no cost change order in October 2024 to perform SUE and survey work to further investigate these new conflicts. We were able to utilize SUE and survey costs from the original contract to perform this work. Listed below are the new conflicts that were added to the Original Scope and those that have been cleared. The following items are new conflicts that we have been able to verify as actual conflicts: 16 New Conflicts Water W2-106 W2-108 W2-117 W2-127 W2-133 W2-136 W2-139 W2-157 W2-160 W2-169 W2-171 W2-210 W2-255 W2-260 W2-265 Wastewater WW2-140 3204 EARL RUDDER FREEWAY SOUTH • COLLEGE STATION TX 77845 • 979 260 6963 FIRM #1443 CIVIL ENGINEERING HYDRAULICS HYDROLOGY UTILITIES STREETS SITE PLANS SUBDIVISIONS info@mitchellandmorgan.com• www.mitchellandmorgan.com Page 45 of 239 The following items are ones that are conflicts but minor that required additional SUE or survey to further verify as conflicts: 12 New Conflicts - Minor Water Wastewater W2-107 WW2-150 W2-111 WW2-165 W2-116 WW2-181 W2-126 W2-143 W2-146 W2-156 W2-158 W2-167 We have verified that an additional 20 new conflict locations identified are clear and not a conflict. We have prepared a preliminary engineer's estimate for the construction cost for the 16 new conflicts and the 12 new minor conflicts. The preliminary construction cost for this new work is approximately $5,000,000 to remedy the water conflicts and approximately $900,000 to remedy the new wastewater conflicts. Our design fee for this new scope of services is as follows: Engineering Design: Preliminary $135,227 Final $251,137 Construction Phase Services $ 34,787 Special Services: Utility Conflict Matrix Updates $ 8,800 Reimbursement Agreements $ 6,600 Construction Material Testing $ 29,728 $466,279 We are requesting with this new scope an additional 150 calendar days to our contract. If there are other services that you desire, we will provide those services on an hourly basis at the rates described below. Hourly Rates: Sr. Professional Engineer — Project Coordination .............................................. $185/hr Principal Design Engineer................................................................................. $175/hr Sr. Professional Design Engineer..................................................................... $140/hr Jr. Professional Design Engineer..................................................................... $125/hr StaffPlanner..................................................................................................... $100/hr ProjectManager................................................................................................ $100/hr GIS Technician.................................................................................................. $90/hr CivilDesigner.................................................................................................... $90/hr 2 Page 46 of 239 Sr. EIT...................................................... Jr. EIT...................................................... Drafter...................................................... Administrative ........................................... ..................................................... $90/hr ........ .... ... ........... I.......................... $80/hr ..................................................... $751hr .................................... ... I............. $65/hr Services not utilized will not be billed. If you would like us to add services other than those listed, they may be added at the above listed hourly rates. Mitchell & Morgan, LLP will work diligently to provide these services in a timely manner and will begin work immediately upon a Notice to Proceed. Please let us know if you have any questions or comments. We really look forward to working with you on this project. Si .erely, Veronica J.B. MAan, PE, CFM Managing Partner cc: file Here is the breakdown jer CSJ. ITMALS CSJ W 49 C-V W 50 CS! W W 49 CSJ WW 50 5 S Preliminary Design $ 73,525.00 $ 38,623.00 23,045.00 34.00 �Fnal Design $ 135,547A0 $ 71,728.00 42,798.00 64.00 CPS $ 18,783.00 $ 10,635.00 5,360.00 9-00 Lm 4,350.01 1,650,001,975.00 $ 925.00 Reimbursements 4,500.0D 2,100.00 CMT $ 17,539.00 $ 4,757.00 4,459.00 $ 2,973.00 TOTALS 135, 2 27.00 25LI37.00 $ 34,787.00 8,800.00 6,600.00 29,728.00 TOTAL 466,279.00 3 Page 47 of 239 June 26, 2025 Item No. 6.4. Howdy Enterprises, LTD Franchise Agreement - Second Reading Sponsor: Emily Fisher, Director of Public Works Reviewed By CBC: Agenda Caption: Presentation, discussion, and possible action on the second reading of a franchise agreement ordinance with Howdy Enterprises, LTD, for the collection of recyclables from commercial and multifamily locations. Relationship to Strategic Goals: 1. Core Services and Infrastructure Recommendation(s): Staff recommends approval of this franchise agreement ordinance. Summary: This item is an ordinance renewing Howdy Enterprises, LTD a non-exclusive franchise for the use of public streets, alleys, and public rights -of -ways within the city for the purpose of providing collection of demolition and construction debris, recyclables, and organic waste from commercial, industrial, and multi -family sites. This franchise agreement allows Howdy Enterprises, LTD to collect and haul recyclables and construction and demolition debris from commercial, industrial, and multi -family sites. This standard agreement sets the franchise fee based on the contractors' monthly gross revenues, delivery revenues, and hauling revenues, as well as the percentage of aggregate recycling and composting. Contractors must provide the total number of customers and total tons landfilled quarterly but are not required to disclose specific sites that are utilizing recycling services. The term of this agreement is five years. Counting Howdy Enterprises, LTD, the city has a total of eighteen (18) franchised haulers. This list can be found on the city's website under Public Works. Budget & Financial Summary: N/A Attachments: Howdy Enterprises, LTD Franchise Agreement (Vendor Signed) Page 48 of 239 CONTRACT & AGREEMENT ROUTING FORM CITY OF COLLEGE STATION Horne of Texas A&M University® CONTRACT#: 25300521 PROJECT#: N/A BID/RFP/RFQ#: N/A Project Name / Contract Description: Waste Recycling Franchise Agreement Name of Contractor: Howdy Enterprises, LTD CONTRACT TOTAL VALUE: $ N/A Debarment Check ❑ Yes ❑ No ❑ N/A Section 3 Plan Incl. ❑ Yes ❑ No ❑E N/A ❑E NEW CONTRACT ❑ RENEWAL # N/A Grant Funded Yes❑ No ❑0 If yes, what is the grant number: Davis Bacon Wages Used ❑ Yes ❑ NoN N/A Buy America Required ❑ Yes ❑ No* N/A Transparency Report ❑ Yes ❑ No ❑E N/A [—]CHANGE ORDER # N/A ❑ OTHER N/A BUDGETARY AND FINANCIAL INFORMATION (Include number of bids solicited, number of bids received, funding source, budget vs. actual cost, summary tabulation) Franchise Agreement (If required) * CRC Approval Date*: N/A Council Approval Date*; 6-12-25 & 6-26-25 Agenda Item No*: N/A --Section to be completed by Risk, Purchasing or City Secretary's Office Only — Insurance Certificates: VOU Performance Bond: N/A Payment Bond: N/A Info Tech: N/A SIGNATURES RECOMMENDING APPROVAL DEPARTMENT DIRECTOR/ADMINISTERING CONTRACT ASST CITY MGR — CFO LEGAL DEPARTMENT APPROVED & EXECUTED CITY MANAGER MAYOR (if applicable) CITY SECRETARY (if applicable) 5/27/2025 DATE DATE DATE DATE DATE DATE Onginal(s) sent to CSO on Scanned into Laserfiche on Original(s) sent to Fiscal on Page 49 of 239 ORDINANCE NO. RECYCLABLES COLLECTION FRANCHISE AGREEMENT AN ORDINANCE GRANTING CONTRACTOR, HOWDY ENTERPRISES, LTD, ITS SUCCESSORS AND ASSIGNS, A NON-EXCLUSIVE FRANCHISE FOR THE PRIVILEGE AND USE OF PUBLIC STREETS, ALLEYS, AND PUBLIC RIGHTS OF WAY WITHIN THE CORPORATE LIMITS OF THE CITY OF COLLEGE STATION ("CITY") FOR THE PURPOSE OF PROVIDING COLLECTION OF DEMOLITION AND CONSTRUCTION DEBRIS, RECYCABLES, AND ORGANIC WASTE FROM COMMERCIAL, INDUSTRIAL, AND MULTI -FAMILY SITES; PRESCRIBING THE TERMS, CONDITIONS, OBLIGATIONS, AND LIMITATIONS UNDER WHICH SAID FRANCHISE SHALL BE EXERCISED; PROVIDING FOR THE CONSIDERATION; FOR THE PERIOD OF THE GRANT; FOR ASSIGNMENT; FOR THE METHOD OF ACCEPTANCE; FOR REPEAL OF CONFLICTING ORDINANCES; FOR PARTIAL INVALIDITY. WHEREAS, the City, by ordinance, exclusively provides all solid waste collection and disposal services for solid waste aggregated from within the City limits including, but not limited to Recyclables; and WHEREAS, the City pursuant to City Charter Article XI, may grant franchises to entities for use of public streets, alleys, and highways for collection of Solid Waste and Recyclables generated within the City limits; and WHEREAS, the City of College Station desires to exercise the Charter's authority and grant a non-exclusive franchise to Contractor for collection of demolition and construction debris and other waste for disposal using roll off containers, and recyclable materials, and organic waste from multifamily and commercial locations for the purpose of recycling. NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS, Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 1 of 16 Page 50 of 239 Table of Contents ArticleI. Definitions..................................................................................................................3 Article II. Grant of Authority and Acceptance............................................................................4 ArticleIII. Payment and Term....................................................................................................4 Article IV. Access to Records & Reporting................................................................................6 Article V. Rates to be Charged by Contractor.............................................................................6 Article VI. Appearance of Personnel and Equipment..................................................................6 Article VII. Collection and Transport of Recyclables.................................................................7 Article VIII. Placement of Receptacles.......................................................................................7 ArticleIX. Service Complaints...................................................................................................7 Article X. Disposal and Processing.............................................................................................8 Article XI. Violation and Penalty...............................................................................................8 ArticleXII. Insurance.................................................................................................................8 Article XIII. Indemnification and Release..................................................................................9 Article XIV. Disputes and Mediation.........................................................................................9 ArticleXV. General Terms......................................................................................................10 ExhibitA. Schedule of Rates....................................................................................................13 ExhibitB. Insurance Requirements..........................................................................................14 I) Standard Insurance Policies Required: ............................................................................ 14 II) General Requirements Applicable to All Policies: .......................................................... 14 III) Commercial General Liability.....................................................................................14 IV) Business Automobile Liability....................................................................................15 V) Workers' Compensation Insurance..............................................................................15 Exhibit C. Certificates of Insurance..........................................................................................16 Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 2 of 16 Page 51 of 239 ARTICLE I. DEFINITIONS 1.1 Agreement means this Franchise Agreement adopted by City Ordinance between City and Contractor for the collection of Recyclables within the City limits. 1.2 Approved Customers means those designated premises located within the City that generate Recyclables. 1.3 Brazos Valley Solid Waste Management Agency, Inc. (BVSWMA, Inc.) means the permitted municipal solid waste landfill and compost facility owned and operated by a Texas local government corporation. 1.4 City Council or Council means the governing body of the City of College Station, Texas. 1.5 City means the City of College Station, a Texas Home Rule Municipal Corporation. 1.6 City's Representative means the Recycling & Environmental Compliance Manager or the Manager's designated appointee. 1.7 Collection means the scheduled aggregation of Recyclables by Contractor. 1.8 Construction and Demolition Debris means buildings material waste resulting from demolition, remodeling, repairs, or construction, as well as materials discarded during periodic temporary facility clean-up generated within the City. 1.9 Contaminated means Recyclables mixed with solid waste or altered in a way that results in materials being unrecyclable or un-compostable. 1.10 Contractor means the Contractor franchised for the collection of Recyclables. 1.11 Customers means the locations designated by the City as a Commercial Business or Multifamily Residence. 1.12 Organic Waste means waste of biological origin recovered from the solid waste stream for the purposes of reuse, reclamation, or compost. Organic Waste is not solid waste, unless it is abandoned or disposed of, rather than reprocessed into another product. 1.13 Receptacle means a weatherproof container easily identifiable and designated for recycling or organic waste collection and shall not be made of any temporary materials. 1.14 Recyclables or Recyclable Materials mean materials, including construction and demolition debris recovered from the solid waste stream for the purpose of reuse or reclamation, a substantial portion of which are consistently used in the manufacture of products that may otherwise be produced using raw or virgin materials. Recyclable materials are not solid waste unless they are abandoned or disposed of as garbage rather than reprocessed into another product. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 3 of 16 Page 52 of 239 1.15 Residue means the materials regularly associated with and attached to Recyclables, as a part of the original packaging or usage of that material that is not recyclable or compostable. 1.16 Roll -Off / Compactor means a container of varying capacity used for Recyclables collection. 1.17 TAC means the Texas Administrative Code now and as amended. 1.18 TCEQ means the Texas Commission on Environmental Quality. ARTICLE II. GRANT OF AUTHORITY AND ACCEPTANCE 2.1 Non -Exclusive. City grants Contractor a non-exclusive franchise to operate and establish Recyclables collection from designated Customers. Nothing in this Agreement shall be construed as granting an exclusive franchise or right. City grants Contractor passage and rights -of -way on, along, and across City streets, highways, alleys, public places and all other real property for collecting demolition and construction debris, recyclables and organic waste from commercial, industrial, multifamily and residential construction sites for the purpose of disposal and/or recycling within the jurisdictional limits of the City. Contractor is expressly prohibited from collecting any recyclables from completed residences that are covered by the City's residential single stream recycling contract and program. All collection, work, activity, and undertakings by Contractor are subject to this Agreement and City's governmental and police powers. 2.2 Acceptance. By accepting this Agreement, Contractor represents it has, by careful examination, satisfied itself as to the nature and location of the services, character, quality, and quantity of services to be performed, the character of the equipment and facilities necessary to fulfill obligations under this Agreement, as well as the general and local conditions and all other matters affecting services performed under this Agreement. 2.3 Option to Market Materials. If City develops services or programs resulting in materials that may be recycled or composted, including but not limited to residential construction sites, multifamily, or commercial recycling or composting, the City shall have the option to market those to any contractor. 2.4 Contract with City. If City and Contractor contract for the collection and recycling or composting of materials, those terms will be incorporated into this Agreement by amendment. ARTICLE III. PAYMENT AND TERM 3.1 Franchise Fee. For and in consideration of the grant of the franchise herein, Contractor agrees and will pay a Franchise Fee during the term of this Agreement, a sum based on the following graduated fee schedule depending on the percentage of aggregate recycling or composting accomplished: Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 4 of 16 Page 53 of 239 a. A fee is required, equivalent to five percent (5%) of Contractor's monthly gross revenues, delivery revenues, and hauling revenues; including rates as described in Exhibit A, generated from Contractor's provision of Recyclables collection services within the City if Contractor reports aggregate recycling or composting of at least sixty percent (60%) of Recyclables collected. b. A fee is required, equivalent to six and one half percent (6.5%) of Contractor's monthly gross revenues, delivery revenues, and hauling revenues; including rates as described in Exhibit A, generated from Contractor's provision of Recyclables collection services within the City if Contractor reports aggregate recycling or composting of at least fifty-five percent (55%) but less than sixty percent (60%) of Recyclables collected. c. A fee is required, equivalent to eight percent (8%) of Contractor's monthly gross revenues, delivery revenues, and hauling revenues; including rates as described in Exhibit A, generated from Contractor's provision of Recyclables collection services within the City if Contractor reports aggregate recycling or composting less than fifty-five percent (55%) of Recyclables collected. 3.2 Payments. Revenue received by Contractor from this Agreement is subject to the Franchise Fee and shall be computed into Contractor's monthly gross revenues, delivery revenues, hauling revenues, and rates, as described in Exhibit A. Payment will be paid quarterly to the City, and shall be due by the twentieth (20th) day of the month following the end of the previous calendar quarter. Payment after that date shall incur a ten percent (10%) late fee on the outstanding account balance under Article V. 3.3 Failure to Pay. Failure by Contractor to pay any amount due under this franchise constitutes a Failure to Perform under this contract and is subject to the provisions of Article XV. General Terms of this Agreement (Termination for Cause). 3.4 Franchise Fee Requirements. Payments must state on a form approved by the City: a. The number and type of Customers collected from, for the previous quarter, for Customers included in this Agreement. b. The total tons landfilled, recycled or composted, within the jurisdictional limits of the City, for the previous quarter. c. The total gross revenues for the previous calendar quarter, for revenues generated under this agreement. d. The total payment amount. 3.5 Term. The term of this Agreement shall be for a period of five (5) years, beginning on the date of acceptance and approval by City Council. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 5 of 16 Page 54 of 239 ARTICLE IV. ACCESS TO RECORDS & REPORTING 4.1 Facilities. The City shall have the right to inspect the Contractor's facilities, equipment, personnel, and operations to ensure compliance with this Agreement. 4.2 Records. The City shall have the right to inspect Contractor's records, receipts, and all documentation relating to the performance of this Agreement. Those records include, but are not limited to, information concerning the quality and quantity of Recyclables collected, processed, and sold; number of Customers served, gross amounts paid to and paid by Contractor from the sale/processing of Recyclables. The City agrees to notify the Contractor at least twenty-four (24) hours prior to such inspection of operations and/or records. 4.3 Records Retention. Contractor shall retain all records associated with this Agreement for a period of four (4) years. City shall have access to information regarding Contractor's markets and prices paid for each type of material's return/cost; all information obtained by City marked confidential or proprietary shall remain confidential or proprietary pursuant to the Texas Open Records Act. 4.4 Activity Report. Contractor shall provide a Monthly Recycling Activity Report, on a form approved by the City, summarizing the previous month's collection. This report is due to the City's Representative no later than the twentieth (20th) calendar day of each month. Contractor's report shall include the following information: a. The Customer collection count, itemized by customer type. b. Total tonnage of materials collected, recycled, composted and/or landfilled, itemized by type of material, within the jurisdictional limits of the City. c. Any other information concerning the collections as required by the City's Representative. ARTICLE V. RATES TO BE CHARGED BY CONTRACTOR 5.1 The Contractor shall follow the Schedule of Rates attached hereto as Exhibit A for the services described herein. The rates provided shall be kept current and made available to the City's Representative within thirty (30) days of an adopted rate change. The Contractor agrees to use due diligence to keep costs from increasing. ARTICLE VI. APPEARANCE OF PERSONNEL AND EQUIPMENT 6.1 Equipment. Contractor shall ensure all collection equipment and vehicles are attractively painted, well maintained and are in good working condition. Equipment must be washed at least one time per week. Equipment and vehicles must have sufficient carrying capacity for safe and efficient collection. The City shall have the right to inspect and approve the appearance of collection equipment. A standby vehicle shall be available at all times for collection. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 6 of 16 Page 55 of 239 6.2 Signage. Contractor's vehicles shall at all times be clearly labeled with Contractor's name and phone number in visible letters and numbers not less than three (3) inches in height. Signage must be on both sides of the vehicle and placed in a conspicuous place. Only labeled vehicles shall perform collection activities under this Agreement. Contractor's roll -offs, compactors, and receptacles must be clearly marked as used for collection in letters at least twelve inches (12") in height on each side of the container. 6.3 Personnel. All collection personnel shall wear a City -approved uniform to include, at minimum, matching labeled shirts with denim jeans or other standard work attire. ARTICLE VII. COLLECTION AND TRANSPORT 7.1 Transport. The Contractor shall only transport collected materials for storage, processing, disposal, or other necessary handling to locations in a manner permitted by the terms of this Agreement as well as federal, state, and local law. This Agreement does not authorize Contractor to utilize the streets, alleys, and public ways to dispose of municipal solid waste or any other type of waste intended for disposal from any other proj ect. 7.2 Cover. During transport of materials all vehicles shall be covered to prevent release of litter. ARTICLE VIII. PLACEMENT OF RECEPTACLES 8.1 Placement. All roll -offs, compactors, and receptacles placed in service shall be located in such a manner so as not to be a safety or traffic hazard. Under no circumstances shall Contractor place roll -offs, compactors, or receptacles on public streets, alleys, or thoroughfares without prior approval of the City's Representative. City reserves the right to designate the exact location of any or all roll -offs, compactors, or containers placed in service in the City. 8.2 City Collection. Collections shall not interfere with the City's collection of municipal solid waste. Under no circumstances shall contractor place roll -offs, compactors, or receptacles in existing enclosures designated for City roll -offs, compactors, and receptacles. ARTICLE IX. SERVICE COMPLAINTS 9.1 Nature of Complaint. Contractor shall handle directly any complaints pertaining to customer service, property damage, or personal injury from their commercial business and multifamily Recyclables collection service. 9.2 Intake. Contractor shall develop written practices and procedures for receiving and resolving Customer complaints and collection issues. Any complaint received by the City shall be forwarded to the Contractor within one (1) business day of receipt. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 7 of 16 Page 56 of 239 9.3 Response. Contractor shall respond to all complaints within one (1) business day of receiving a complaint from a Customer or notice of complaint from the City. Regardless of the nature of the complaint, Contractor shall report the action taken to the City in accordance with Article IV. Access to Records & Reporting. 9.4 Complaint Charges. Upon receipt of ten (10) Customer complaints within a forty-five (45) day period, Contractor shall be assessed a charge of Three Hundred Dollars ($300.00). Complaints are to be verified by the Contractor and the City's Representative. The City shall invoice the Contractor such charges. ARTICLE X. DISPOSAL AND PROCESSING 10.1 Disposal Site. Unless approved otherwise in writing by the City, Contractor shall utilize BVSWMA, Inc. Landfill for the disposal of all non -recyclable waste material collected by Contractor within the corporate limits of the City. 10.2 Processing Facility. Contractor shall only use a City -approved recycling or composting facility for processing of all Recyclables collected by Contractor within the corporate limits of the City under this Agreement. ARTICLE XI. VIOLATION AND PENALTY 11.1 Fine. It shall be unlawful for any person, firm or corporation to violate any provision or term of this Agreement and they shall receive a citation and fine not to exceed $2,000.00 per offense per day. Each and every day a violation continues constitutes a separate offense. 11.2 Remedies. In addition to any rights set out elsewhere in this Agreement, or other rights the City may possess at law or equity, the City reserves the right to apply any remedies, alone or in combination, in the event Contractor violates any provision of this Agreement. The remedies provided for in this Agreement are cumulative and not exclusive; the exercise of one remedy shall not prevent the exercise of another, or any rights of the City at law or equity. ARTICLE XII. INSURANCE 12.1 The Contractor shall procure and maintain, at its sole cost and expense for the term of this Agreement, insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the services performed by the Contractor, its agents, representatives, volunteers, employees, or subcontractors. 12.2 The Contractor's insurance shall list the City of College Station, its employees, agents, volunteers, and officials as additional insureds. Insurance requirements are attached in Exhibit B. Certificates of insurance evidencing the required insurance coverages are attached in Exhibit C. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 8 of 16 Page 57 of 239 ARTICLE XIII. INDEMNIFICATION AND RELEASE 13.1 Indemnification. Contractor shall indemnify, hold harmless, and defend the City, its officers, agents, volunteers, and employees from and against any and all claims, losses, damages, causes of action, suits, and liability of every kind, including all expenses of litigation, court costs, and attorney's fees, for injury to or death of any person or for damage to any property arising out of or in connection with the work and services done by the Contractor under this Agreement. Such indemnity shall apply regardless of whether the claims, losses, damages, causes of action, suits, or liability arise in whole or in part from the negligence of the City, any other party indemnified hereunder, the Contractor, or any third party. 13.2 Release. The Contractor assumes full responsibility for the work to be performed hereunder and hereby releases, relinquishes, and discharges the City, its officers, agents, volunteers, and employees from all claims, demands, and causes of action of every kind and character, including the cost of defense thereof, for any injury to or death of any person and any loss of or damage to any property caused by, alleged to be caused by, arising out of, or in connection with the Contractor's work and services to be performed hereunder. This release shall apply regardless of whether said claims, demands, and causes of action are covered in whole or in part by insurance and regardless of whether such injury, death, loss, or damage was caused in whole or in part by the negligence of the City, any other party released hereunder, the Contractor, or any third party. ARTICLE XIV. DISPUTES AND MEDIATION 14.1 Disputes. If a dispute arises between City and Contractor during this Agreement, the dispute shall first be referred to the operational officers or representatives designated by the parties having oversight of the Agreement's administration. The officers or representatives shall meet within thirty (30) days of either party's request for a meeting, whichever request is first, and the parties shall make a good faith effort to achieve a resolution of the dispute. 14.2 Mediation. If the parties are not able to resolve the dispute under the procedure in this article, then the parties agree the matter shall be referred to non -binding mediation. The parties shall mutually agree upon a mediator to assist in resolving their differences. If the parties cannot agree upon a mediator, the parties shall jointly obtain a list of three (3) mediators from a reputable dispute resolution organization and alternate striking mediators on that list until one remains. A coin toss shall determine who may strike the first name. If a party fails to notify the other party of which mediator it has stricken within two (2) business days, the other party shall select the mediator from those mediators remaining on the list. The parties shall pay their own expenses of any mediation and will share the cost of the mediator's services. 14.3 Other Remedies. If the parties fail to achieve a resolution of the dispute through mediation, either party may then pursue any available judicial remedies. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 9 of 16 Page 58 of 239 ARTICLE XV. GENERAL TERMS 15.1 Performance. Contractor, its employees, associates, or subcontractors shall perform all the services in a professional manner and be fully qualified and competent to perform those services. 45.2 Termination. a. For Convenience. At anytime, the City or Contractor may terminate this Agreement for convenience, in writing with thirty (30) days' written notice. City shall be compensated for outstanding Franchise Fees. b. For Cause. City may terminate this Agreement if Contractor materially breaches or otherwise fails to perform, comply with or otherwise observe any of the terms and conditions of this Agreement, or fails to maintain all required licenses and approvals from federal, state, and local jurisdictions, and fails to cure such breach or default within thirty (30) days of City providing Contractor written notice, or, if not reasonably capable of being cured within thirty (30) calendar days, within such other reasonable period of time upon which the parties may agree. c. Hearing. This Agreement shall not be terminated except upon a majority vote of the City Council, after giving reasonable notice to Contractor. The Contractor will have an opportunity to be heard, provided if exigent circumstances necessitate immediate termination, the hearing may be held as soon as possible after the termination. 15.3 Venue. This Contract has been made under and shall be governed by the laws of the State of Texas. The parties agree that performance and all matters related thereto shall be in Brazos County, Texas. 15.4 Amendment. This Agreement may only be amended by written instrument approved and executed by the parties. 15.5 Taxes. The City is tax exempt and is not responsible for the payment of any taxes. 15.6 Compliance with Laws. The Contractor will comply with all applicable federal, state, and local statutes, regulations, ordinances, and other laws, including but not limited to the Immigration Reform and Control (IRCA). The Contractor may not knowingly obtain the labor or services of an undocumented worker. The Contractor, not the City, must verify eligibility for employment as required by IRCA. 15.7 Waiver of Terms. No waiver or deferral by either party of any term or condition of this Contract shall be deemed or construed to be a waiver of deferral of any other term or condition or subsequent waiver or deferral of the same term or condition. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 10 of 16 Page 59 of 239 15.8 Assignment. This Agreement and the rights and obligations contained herein may not be assigned by the Contractor without the prior written approval of City. 15.9 Invalid Provisions. If any provision of this Agreement shall be held to be invalid or unenforceable for any reason, the remaining provisions shall continue to be valid and enforceable. If a court of competent jurisdiction finds that any provision of this Agreement is invalid or unenforceable, and if by limiting that provision, the Agreement may become valid and enforceable, then such provision shall be deemed to be written, construed, and enforced as so limited. 15.10 Entire Agreement. This Agreement represents the entire agreement between the City and Contractor and supersedes all prior negotiations, representations, or agreements, either written or oral. 15.11 Agree to Terms. The parties' state they have read the terms and conditions of this Agreement and agree to the terms and conditions. Contractor shall evidence its unconditional written acceptance of all the terms and conditions of this Agreement by the execution of this Agreement. 15.12 Effective Date. According to City Charter, Section 105, after passage, approval and legal publication of this Agreement as provided by law, and provided it has been duly accepted by Contractor as herein above provided, this Agreement shall not take effect until sixty (60) days after its adoption on its second and final reading. 15.13 Notice. Any official notice under this Agreement will be sent to the following addresses: City of College Station HOWDY ENTERPRISES, LTD Attn: Caroline Ask Attn: Sarah Scardella, CAO PO BOX 9960 4256 Hwy 21 West College Station, TX 77842 Caldwell, TX 77836 cask@cstx.gov sarah.scardella@howdyenterprise.com 15.14 List of Exhibits. All exhibits to this Agreement are incorporated and made part of this Agreement for all purposes. A. Schedule of Rates B. Insurance Requirements C. Certificates of Insurance 15.15 Public Meetings and Readings. This Agreement was passed, adopted and approved according to Texas Government Code Chapter 551. a. First Consideration & Approval on the b. Second Consideration & Approval on the Contract No. 25300521 Recyclable Collection Franchise Ordinance 12th day of June 26th day of June , 2025. , 2025. Page 11 of 16 Page 60 of 239 HOWDY ENTERPRISES, LTD By: SO4, Stave. Printed Name: Sarah scardel 1 a Title: Owner/Member Date: 5/22/2025 CITY OF COLLEGE STATION By: Mayor Date: ATTEST: City Secretary Date: APPROVED: City Manager Date: City Attorney Date: Assistant City Manager/CFO Date: Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 12 of 16 Page 61 of 239 EXHIBIT A. SCHEDULE OF RATES I. Contractor's base rate - ROLL OFF DELIVERY — $195.00, ROLL OFF HAUL RATE (SWAP OR PICKUP) $625.00, DISPOSAL RATE $75.00/TON, and may increase, depending on a variety of conditions, including but not limited to: a. Location of Customer b. Impact on Existing Routes c. Ingress and Egress Capabilities d. Special Requests by Customers e. Frequency of Collections f. Volume of Materials g. Type of Materials h. External Contributing Conditions of Market Costs Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 13 of 16 Page 62 of 239 EXHIBIT B. INSURANCE REQUIREMENTS Throughout the term of this Agreement the Contractor must comply with the following: I. Standard Insurance Policies Required: a. Commercial General Liability b. Business Automobile Liability c. Workers' Compensation II. General Requirements Applicable to All Policies: a. Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent. b. Certificates of Insurance and endorsements shall be furnished on the most current State of Texas Department of Insurance -approved forms to the City's Representative at the time of execution of this Agreement; shall be attached to this Agreement as Exhibit C; and shall be approved by the City before work begins. c. Contractor shall be responsible for all deductibles on any policies obtained in compliance with this Agreement. Deductibles shall be listed on the Certificate of Insurance and are acceptable on a per -occurrence basis only. d. The City will accept only licensed Insurance Carriers authorized to do business in the State of Texas. e. The City will not accept "claims made" policies. f. Coverage shall not be suspended, canceled, non -renewed or reduced in limits of liability before thirty (30) days written notice has been given to the City. III. Commercial General Liability a. General Liability insurance shall be written by a carrier rated "A: VIII" or better under the current A. M. Best Key Rating Guide. b. Policies shall contain an endorsement listing the City as Additional Insured and further providing "primary and non-contributory" language with regard to self- insurance or any insurance the City may have or obtain. c. Limits of liability must be equal to or greater than $500,000 per occurrence for bodily injury and property damage, with an annual aggregate limit of $1,000,000. Limits shall be endorsed to be per project. d. No coverage shall be excluded from the standard policy without notification of individual exclusions being submitted for the City's review and acceptance e. The coverage shall include, but not be limited to the following: premises/operations with separate aggregate; independent contracts; products/completed operations; contractual liability (insuring the indemnity provided herein) Host Liquor Liability, and Personal & Advertising Liability. Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 14 of 16 Page 63 of 239 IV. Business Automobile Liability a. Business Automobile Liability insurance shall be written by a carrier rated "A: VIII" or better under the current A. M. Best Key Rating Guide. b. Policies shall contain an endorsement listing the City as Additional Insured and further providing "primary and non-contributory" language with regard to self- insurance or any insurance the City may have or obtain c. Combined Single Limit of Liability not less than $1,000,000 per occurrence for bodily injury and property damage. d. The Business Auto Policy must show Symbol 1 in the Covered Autos Portion of the liability section in Item 2 of the declarations page e. The coverage shall include any autos, owned autos, leased or rented autos, non -owned autos, and hired autos. V. Workers' Compensation Insurance a. Workers compensation insurance shall include the following terms: i. Employer's Liability minimum limits of liability not less than $500,000 for each accident/each disease/each employee are required ii. "Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04" shall be included in this policy iii. TEXAS must appear in Item 3A of the Workers' Compensation coverage or Item 3C must contain the following: "All States except those listed in Item 3A and the States of NV, ND, OH, WA, WV, and WY" Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 15 of 16 Page 64 of 239 EXHIBIT C. CERTIFICATES OF INSURANCE Contract No. 25300521 Recyclable Collection Franchise Ordinance Page 16 of 16 Page 65 of 239 DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 5/12/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Jessica Molina Acrisure Texas Risk Advisors & Insurance Services, LLC I PHONE FAx 5057 Keller Springs Rd. (A/C. No. Extl: 800-880-6689 IA/C. No): 210 696-8414 Suite 200 I ADDRESS: jmolina&acrisure.com Addison TX 75001 I INSURER(S) AFFORDING COVERAGE NAIC # License#: BR-1797482 INSURERA: Nautilus Insurance Company 17370 INSURED QPENERG-01 INSURERB: Great Divide Insurance Company 25224 Howdy Enterprises Ltd dba Howdy Kan; Howdy Disposal LLC 4256 State Hwy 21 W Caldwell TX 77836-7797 I INSURER C : INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:273771363 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER (MM/DD/YYYY) (MM/DD/YYYY) A X COMMERCIAL GENERAL LIABILITY ECP2041339-11 9/8/2024 9/8/2025 EACH OCCURRENCE $ 1 000 000 CLAIMS -MADE OCCUR PREM SESO(Ea occurrence) $ 100,000 X ContractorsPollu MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER GENERAL AGGREGATE $2,000,000 PE 2,000,000 POLICY LOC PRODUCTS - COMP/OP AGG $ OTHER $ B AUTOMOBILE LIABILITY BAP2041334-11 9/8/2024 9/8/2025 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 ANY AUTO BODILY INJURY (Per person) $ OWNED X SCHEDULED BODILY INJURY $ AUTOS ONLY AUTOS (Per accident) X HIRED X NON -OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY (Per accident) A UMBRELLA LIAB I is I OCCUR FFX2041340-11 9/8/2024 9/8/2025 EACH OCCURRENCE $ 5,000,000 X EXCESS LIAB n CLAIMS -MADE AGGREGATE $ 5,000,000 DED I I RETENTION $ $ WORKERS COMPENSATION OERH AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE Y❑ SPER TATUTE EL EACH ACCIDENT $ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) EL DISEASE - EA EMPLOYEE $ If yes, describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) GENERAL LIABILITY/CONTRACTORS POLLUTION: Form #CG2010 1001, Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization: endorsement provides Additional Insured status to the certificate holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #CG2037 1001, Additional Insured - Owners, Lessees or Contractors - Completed Operations: endorsement provides See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of College Station ACCORDANCE WITH THE POLICY PROVISIONS. Attn: Risk Management P O Box 9960 AUTHORIZED REPRESENTATIVE USIIAege Station TX 77842 y Irwin ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD Page 66 of 239 AGENCY CUSTOMER ID: QPENERG-01 LOC M AC"J? o ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED Acrisure Texas Risk Advisors & Insurance Services, LLC Howdy Enterprises Ltd dba Howdy Kan; Howdy Disposal LLC POLICY NUMBER 4256 State Hwy 21 W Caldwell TX 77836-7797 CARRIER ADDITIONAL REMARKS NAIC CODE I EFFECTIVE DATE: THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Additional Insured status for completed operations to the certificate holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #ECP 1246 01 21, Additional Insured - Owners, Lessees or Contractors - Automatic Status - Ongoing Operations - Coverage A, B, D.1 and DA: endorsement provides Additional Insured status on a Primary Non -Contributory basis for ongoing operations to the certificate holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #ECP 1248 01 21, Additional Insured - Owners, Lessees or Contractors - Automatic Status - Completed Operations - Coverage A, D.1 & DA: endorsement provides Additional Insured status on a Primary Non -Contributory basis for completed operations to the certificate holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #ECP 1260 01 21, Waiver of Subrogation - Automatic Status - Coverage A, B & D: endorsement provides a Waiver of Subrogation to the Certificate Holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #ECP 1234 10 21, Notice of Cancellation to Designated Person or Organization - 30 Days AUTOMOBILE: Form #BSUM CA 06 02/2013, Business Auto - Additional Insured When Required By Contract Or Agreement: provides Additional Insured status to the Certificate Holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #CA 04 49 11/2016, Primary and Noncontributory - Other Insurance Condition - Blanket: provides Additional Insured on a Primary and Non -Contributory basis to the Certificate Holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #CA 04 44 10/2013, Waiver of Transfer of Rights of Recovery Against Others To Us: provides Waiver of Subrogation to the Certificate Holder only when there is a written contract between the Named Insured and the Certificate Holder that requires such status. Form #CA9948 1013, Pollution Liability - Broadened Coverage For Covered Autos - Business Auto And Motor Carrier Coverage Forms Form #BSUM CA 02 02 13, Earlier Notice of Cancellation - 30 Days. Form #MCS90 (4/2000) The Auto Liability Policy includes an endorsement providing 30 Days Notice of Cancellation will be furnished to the FMCSA. Cancellation of this endorsement may be effected by the company or the insured by giving (1) thirty-five (35) days notice in writing to the other party (said 35 days notice to commence from the date the notice is mailed, proof of mailing shall be sufficient proof of notice), and (2) if the insured is subject to the FMCSA's registration requirements under 49 U.S.C. 13901, by providing thirty (30) days notice to the FMCSA (said 30 days notice to commence from the date the notice is received by the FMCSA at its office in Washington D.C.). EXCESS LIABILITY: Form #FFX 8000 02 22 Follow Form Excess Liability Coverage Form: Coverage follows the terms, definitions, conditions and exclusions of Scheduled Underlying Insurance, (General Liability, Contractors Pollution Liability, Auto Liability and Employers Liability) subject to the Policy Period, Limits of Insurance, premium and all other terms, definitions, conditions and exclusions of this policy. Form #FFX 00734 0517, Notice of Cancellation By Us To Third Party - Blanket: 30 days before the effective date of cancellation by us. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Page 67 of 239 DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 5/15/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: EASI of Texas, Inc. Accretive Global Risk Advisors, LLC I PHONE FAX dba Libertate Insurance Services (A/C. No. Ext): 956-454-8884 IA/C, Nol: 830-522-4588 20 N. Orange Avenue, Suite 500 i E-MAIL ADDREss: asmith(cDborpeo.com Orlando, FL 32801 INSURER(S) AFFORDING COVERAGE NAIC # www.libertateins.com I INSURER A: Clear Sprinq Casualty Insurance Company 11703 INSURED Howdy Enterprises, Ltd 3615 Broadway Street, Suite 2 San Antonio TX 78209 I INSURER B : INSURER C : INSURER D : I INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: 85333048 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER (MM/DD/YYYY) (MM/DD/YYYY) COMMERCIAL GENERAL LIABILITY = CLAIMS-MADE1:1 OCCUR GEN'L AGGREGATE LIMIT APPLIES PER POLICY ❑ PRO- ❑ LOC JECT OTHER AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EXCESS LIAB HCLAIMS-MADE DED I I RETENTION $ A WORKERS COMPENSATION CSWCO2456602 AND EMPLOYERS' LIABILITY Y / N ANYPROPRI ETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? NI N/A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) EACH OCCURRENCE $ AGGREGATE $ 3/18/2025 3/18/2026 / SPER TATUTE I ERH E L EACH ACCIDENT $ 1000000 E L DISEASE - EA EMPLOYEE $ 1000000 E L DISEASE - POLICY LIMIT $ 1000000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) THIS CERTIFICATE CONFERS NO ADDITIONAL INSURED RIGHTS UPON THE CERTIFICATE HOLDER. Waiver Of Subrogation In Favor Of Certificate Holder As Per Written Contract CERTIFICATE HOLDER Howdy Enterprises, Ltd CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of College Station THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Attn: Risk Management ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 9960 College Station TX 77842 AUTHORIZED REPRESENTATIVE Paul R. Hughes ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 85333048 EASI ASO with BWOS I Anita Smith 1 5/15/2025 4:12:31 PM (CDT) I Page 1 of 3 Page 68 of 239 This certificate cancels and supersedes ALL previously issued certificates. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 42 03 04 B (Ed. 6-14) TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( X) Blanket Waiver Any person or organization for whom the Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: $ This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Effective Date: 03/18/2025 Policy No: CSWCO2456602 Endorsement No.: Insured: Howdy Enterprises, Ltd Premium: Insurance CompanyClear Spring Casualty Insurance Compg►ntersigned by: WC420304B (Ed. 6-14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. 85333048 EASI ASO with BWOS I Anita Smith 1 5/15/2025 4:12:31 PM (CDT) I Page 2 of 3 Page 69 of 239 This certificate cancels and supersedes ALL previously issued certificates. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed.4-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Blanket Waiver of Subrogation as required by written contract This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Insured Howdy Enterprises, Ltd CSWCO2456602 Insurance Company Clear Spring Casualty Insurance Corqpmotersigned by 3/18/2025 3/18/2026 WC 00 03 13 (Ed. 4-84) -��AEndorsement No. 85333048 Premium 5/15/2025 © 1983 National Council on Compensation Insurance. 85333048 EASI ASO with BWOS I Anita Smith 1 5/15/2025 4:12:31 PM (CDT) I Page 3 of 3 This certificate cancels and supersedes ALL previously issued certificates. Page 70 of 239 June 26, 2025 Item No. 6.5. Contract Amendment 2 for Electrical Engineering Services for the Transmission and Distribution Electric Line Relocations for TxDOT's SH 6 Widening Project Sponsor: Glenn Gavit Reviewed By CBC: N/A Agenda Caption: Presentation, discussion, and possible action on approval of a contract amendment with McCord Engineering, Inc. due to project scope revisions and additional changes to the electric facilities' "cleared and conflicts" list related to TxDOT's Highway 6 Widening Project. This amendment will increase the contract by $325,000 for a new not -to -exceed amount of $1,025,000. Relationship to Strategic Goals: Financially Sustainable City Core Services and Infrastructure Recommendation(s): Staff recommends approval of Amendment 2 to increase the contract with McCord Engineering for the SH 6 Widening project by $325,000 for a new not -to -exceed amount of $1,025,000. Summary: The City of College Station Electric Department is required to relocate electric facilities in conflict with TxDOT's State Highway (SH) 6 Expansion Project CSJ#1 from the city limit line between the cities of College Station and Bryan to the intersection of SH 6 and Business 6. The original contract with McCord Engineering was approved by Council on July 21, 2022. On May 9, 2024, council approved Amendment 1 to increase the contract to $700,000 and extend the completion date to April 1, 2026. Amendment 2 will increase the contract to a not -to -exceed amount of $1,025,000 due to ongoing TxDOT revisions in the project scope, timeline, and identified electric facility conflicts. Budget & Financial Summary: Funds are available as budgeted and approved in the Electric Utility's annual budget and in the Electric Utility Capital Improvement Projects Fund for professional services related to electric capital improvement projects. Attachments: 22300604_AM D2--LKP_(CC_6.26.25) Page 71 of 239 V/Q'1 CONTRACT & AGREEMENT ROUTING FORM Cm of Caiirur. 3r:v Eu.� x.�. �r�..uya E nr..rrrry CONTRACT#: 22300604AMD 2 PROJECT#: N/A BID/RFP/RFQ#: N/A Project Name / Contract Description: TXDOT Highway 6 Expansion- Transmission & Distribution Line Relocation CSJ 1 Name of Contractor: McCord Engineering Inc. CONTRACT TOTAL VALUE: $ 1,025,000.00 Grant Funded Yes ❑ No ❑■ Debarment Check ❑ Yes ❑E No ❑ N/A Section 3 Plan Incl. ❑ Yes ❑E No ❑ N/A If yes, what is the grant number:) Davis Bacon Wages Used ❑ Yes 4 No❑ N/A Buy America Required ❑ Yes No[:] N/A Transparency Report ❑ Yes ❑E No ❑ N/A [—]NEW CONTRACT ❑ RENEWAL # [—]CHANGE ORDER #❑ OTHER Amendment 2 BUDGETARY AND FINANCIAL INFORMATION (Include number of bids solicited, number of bids received, funding source, budget vs. actual cost, summary tabulation) Amendment 2 will revise the Scope of Work and add $325,000 to the contract value. Funding Source will be Electric Capital Projects. This contract is exempt from the City's Request for Qualifications Original City Council Contract Approval July 14, 2022, item 7.5; Amendment 1 approved 05.09.25 (If required)* CRC Approval Date*: 05/21/2025 Council Approval Date*: 06/26/25 Agenda Item No*: --Section to be completed by Risk, Purchasing or City Secretary's Office Only — Insurance Certificates: Voy Performance Bond: N/A Payment Bond: N/A Info Tech: N/A SIGNATURES RECOMMENDING APPROVAL DEPARTMENT DIRECTOR/ADMINISTERING CONTRACT DATE ASST CITY MGR — CFO DATE LEGAL DEPARTMENT DATE APPROVED & EXECUTED CITY MANAGER DATE N/A MAYOR (ifapplicable) DATE N/A CITY SECRETARY (if applicable) DATE 9.12.23 UPDATED Page 72 of 239 AMENDMENT NO. 2 CONTRACT FOR TXDOT HIGHWAY 6 EXPANSION — TRANSMISSION AND DISTRIBUTION LINE RELOCATIONS — CSJ 1 (C#22300604) CITY OF COLLEGE STATION AND MCCORD ENGINEERING, INC. THIS AMENDMENT NO. 2 to Contract No. 22300604 ("Amendment No. 2") is made and entered into by and between CITY OF COLLEGE STATION, TEXAS, a Texas Home Rule Municipal Corporation (City) and MCCORD ENGINEERING, INC. (Consultant), each individually a "Parry" and collectively the "Parties." WHEREAS, the Parties agree to make certain changes to the above -referenced Contract due to TXDOT's continued project timing revisions and additional changes to TXDOT's "Cleared and Conflicts" list, related to Contract No. 22300604 "TXDOT's Highway 6 Widening Project"; and WHEREAS, the Parties previously entered into Amendment No. 1 to Contract No. 22300604 on May 14, 2024, to revise the scope of services/scope of work, the time of performance, and the payment terms and not - to -exceed payment amounts; and WHEREAS, the certain electric transmission and distribution utility tasks related to TXDOT's Highway 6 Widening Project have changed and expanded, and will require additional work from the Consultant on this project; and WHEREAS, the Parties have negotiated and agree that the Contract compensation amount and the times for performance both need to be increased and extended due to the above -described circumstances, and that said modifications will be contained in this Amendment No. 2. NOW THEREFORE, in consideration of the foregoing mutual promises, the covenants and agreements herein contained, and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the Parties agree as follows: The Parties hereby agree to amend the following sections of the Contract as follows: A. Article II (Payment), the total not -to -exceed Contract dollar amount contained in Section 2.01 of the Contract is amended from "Seven Hundred Thousand and 00/100 Dollars ($700, 000.00) " to "One Million Twenty -Five Thousand and 00/100 Dollars ($1, 025, 000.00) ". B. Exhibit A (Scope of Services/Scope of Work), of the Contract is replaced in its entirety by the revised Exhibit A attached to this Letter Amendment #1. C. Exhibit B (Payment Schedule/Payment Terms), of the Contract is replaced in its entirety by the revised Exhibit B attached to this Letter Amendment #1. The Parties agree that all other terms and conditions as set forth in the Contract remain unchanged. By signature below, both Parties indicate their written mutual acceptance of this Amendment No. 2 in accordance with the terms of the Contract. Amendment No. 2 Page 1 of 21 Contract No. 22300604 Page 73 of 239 List of Exhibits: A. Scope of Services/Scope of Work B. Payment Schedule/Payment Terms AGREED: MCCORD ENGINEERING, INC. By: k)" (N4S Printed Name: Rex woods Title: President Date: 6/4/2025 CITY OF COLLEGE STATION By: City Manager Date: APPROVED: City Attorney Date: Assistant City Manager/CFO Date: Amendment No. 2 Contract No. 22300604 Page 2 of 21 Page 74 of 239 EXHIBIT A ENGINEERING SERVICES SCOPE OF WORK for CITY OF COLLEGE STATION TXDOT HIGHWAY 6 EXPANSION TRANSMISSION AND DISTRIBUTION LINE RELOCATIONS CSJ#1 & CSJ #2 CONTRACT EXTENSION #2 (COGS Electric Utility Conflicts from the City of College Station/City of Bryan Limit Line to Rucin es�� North of William D. Fitch Parkway) McCord Engineering, Inc. Registration No. F-2664 916 Southwest Parkway East College Station, Texas 77840 (979)764-8356 Amendment No. 2 Contract No. 22300604 Page 3 of 21 Page 75 of 239 ENGINEERING SERVICES SCOPE OF WORK FOR THE CITY OF COLLEGE STATION TXDOT HIGHWAY 6 EXPANSION TRANSMISSION AND DISTRIBUTION LINE RELOCATIONS CSJ#1 & CSJ #2 CONTRACT EXTENSION (COOS Electric Utility Conflicts from the City of College Station/City of Bryan Limit Line to Business 6 North of William D. Fitch Parkway) mdmk SCOPE OF WORK McCord Engineering, Inc. (MEI), shall provide engineering design and required deliverables to facilitate the necessary relocation of all City of College Station (COCS) electric facilities in conflict with the State Highway (SH) 6 expansion project from the city limit line between COCS and the City of Bryan to the intersection of SH 6 and Bttsiness 6 North of William D. Fitch Parkway. Existing COCS electric facilities that are included in this contract scope and subsequent TXDOT CSJ#1 and CSJ #2 are: 1. 138 kV Transmission line crossing at SH 30/Harvey Road. 2. Distribution power lines either side of SH 6 at SH 30/Harvey Road. 3. 138 kV transmission pole and distribution pole at the intersection of SH 30 and Associates Avenue. 4. Distribution power lines crossing at the following locations: a. Holleman/Switch Station Road b. Jack Winslow Body Shop/Birmingham Road URD C. Brethren Church Hendrix Crossing d. Southwest Parkway e. Southern Plantation Drive 138 kV Transmission and distribution crossing at Central Park Lane and Providence Parkway. 6. Distribution power lines at/near a. University Drive and Harvey Road. b. Eagle Avenue & Hillier Funeral Home C. Barron Road d. Living Hope Baptist Church e. Private Drive A&D (IHOP /First Financial Bank) f. Scott & White Hospital 7. Guyed poles along SH6 between Harvey Road and Switch Station Road Due to the inability to cross SH 6 with a new transmission line at Harvey Road, COCS is required to reroute the existing 138 kV overhead transmission line from Switch to Post Oak Substation. MEI shall provide all electrical engineering design plans, plan and profile drawings, pole specifications, and foundation designs for the proposed transmission line relocation. MEI shall provide bid documents for construction of the transmission line relocation and materials provided by the COCS, as well as inspection services during construction. MEI shall provide underground or overhead Hendrix power line plan and profile drawings for each of the distribution overhead power line crossings that are required to be converted to underground crossings or remain overhead using. Hendrix wire construction. Amendment No. 2 Page 4 of 21 Contract No. 22300604 Page 76 of 239 I. 138 kV Transmission Line Proiect Details and Scone of Work COCS is required to relocate the existing 138 kV transmission line currently traversing from Switch Station to Post Oak Substation due to the State Highway 6 Expansion Project. The following scope of work outlines work MEI has completed and estimates the remaining work needed to facilitate the design, contractor and material procurement, inspection, and energization of the new overhead transmission line route. The removal of the existing transmission line is included in the scope as well. A. The following items have been completed: 1. MEI has completed work in conjunction with COCS and determined a viable route for the new transmission line. 2. MEI has provided COCS information to allow procurement of any necessary new easements to facilitate the new transmission line. 3. MEI has performed field work as required for design. 4. MEI has provided preliminary submittals to COCS of the transmission line design for review and approval. 5. Based on the agreed upon transmission line design, MEI submitted a material list to COCS on January 2023 to allow timely material delivery. 6. MEI has obtained geotechnical information using third -party contractors to allow for the foundation design on self -supported poles, as required. 7. MEI has prepared construction contract bidding documents. The bid is pending issuance by COCS purchasing and review by COCS Electric. MEI will assist in their efforts to determine a construction contractor to complete the necessary relocation construction along with the removal of the existing transmission line. B. The items below remain to be completed: 1. MEI shall perform construction management as required by COCS. 2. The following have been sent to COCS LPWlml&ary--' for bidding purposes only. All items shall be delivered to COCS, "Approved for Construction" once the bid is awarded: a. Plan view drawings using AutoCAD b. Plan and Profile drawings using PLS CADD C. Material List d. Post Oak Substation and Switch Station ADSS plans e. Sag -tension charts Amendment No. 2 Contract No. 22300604 Page 5 of 21 Page 77 of 239 f. Hardware details g. Pole details h. Foundation details C. Submittals 1. A 10% submittal and review meeting has been completed. COCS comments and/or recommendations have been used as the basis of the engineering design and incorporated in the final drawings provided. 2. During design 30%, 60%, and 95% submittal plans were submitted to COCS for review. COCS provided comments and/or recommendations during each review. 3. All drawings and specifications will be issued for bid, approval, or construction per schedule. Currently, drawings and specifications have been issued for bid to COCS. 4. As -Built drawings will be provided. 5. Contract Documents. a. Construction Contract Exhibit — Completed b. Material Contract Exhibit — Completed D. Coordination Support 1. Attend construction meetings as required. 2. Respond to COCS's or Contractor's questions or comments, as required. 3. Assist COCS and Contractor to respond to questions or issues and approval drawings from Vendors & Subcontractors. 4. Permits a. Environmental b. TXDOT 5. Inspection a. Assist with inspection of construction b. Invoice review E. Project Timeline Amendment No. 2 Page 6 of 21 Contract No. 22300604 Page 78 of 239 This transmission line shall be relocated and energized by44ay December 2025. MEI shall follow the up-to-date Wrike Schedule maintained by COCS staff. II. Distribution Power Line Crossings Proiect Details and Scone of Work A. COCS is required to remove three four existing overhead power lines that cross SH 6. The intention is to retain these three crossings and convert one of them to underground and keep two overhead. One will be underbuilt on the new transmission line crossing SH6 at Switch Station, the other will be overhead using Hendrix construction. The design for one of the three crossings has been completed and is included in the bid for the reroute of the transmission line. The design for the remaining two crossings is in progress, with the project estimated to be issued for bid later in 2424 2025. The below tasks have been completed for all conflicts per amendment #L The below tasks are in progress for all conflicts per amendment #2. I. MEI has to performed the field work to obtain all necessary information to design the tl+r-ee four power line crossings and any other conflicts as described in the TXDOT utility conflict matrix and sections identified in this amendment #2. a. MEI to obtained the existing power line's field information and SH 6 ground crossing profile using LiDAR placed on an Unmanned Aerial Vehicle (UAV) or field measurements. b. MEI to performed the field inventory to get existing COCS pole name plates. 2. MEI will use the field information to prepare the preliminary underground and overhead plan and profile using PLS- CADD and AutoCAD. 3. MEI has and will continue to review the route and project with COCS Staff. 4. COCS has approved the route, MEI to will prepare final submittal after having all existing utilities located, pot holed and GPS located horizontally and vertically. The following shall be included in the final submittals: a. Plan and Profile sheets on PLS-CADD and AutoCAD. b. TXDOT permit plan traffic control plan and profile drawing on AutoCAD and submit to TXDOT for review. C. Construction contract exhibit to allow COCS to procure contractor. d. Construction support i. Attend construction meetings as required. ii. Respond to COCS's or Contractor's questions or comments, as required. Amendment No. 2 Contract No. 22300604 Page 7 of 21 Page 79 of 239 iii. Assist COCS and Contractor to respond to questions or issues and approval drawings from Vendors & Subcontractors. a Assumptions 1. COCS will obtain any easements or right of entries for the power line design and construction with MEI's assistance. The anticipated easements required include temporary construction easements for the bore pits. 2. The contract extension includes the preparation of a standard utility agreement as well as any minor conflicts that may be added by TXDOT during the course of this project. Any excessive changes and/or major conflicts may result in a change order. Amendment No. 2 Contract No. 22300604 Page 8 of 21 Page 80 of 239 Exhibit B Engineering Services Payment Terms TXDOT Hwy 6 Expansion Transmission & Distribution Line Relocations CSJ#1 & CSJ #2 Contract Extension (College Station Electric Utility Conflicts from the City of College Station/City of Bryan Limit Line to Business 6 North of William D. Fitch Parkway)) Compensation shall be based on actual hours of work/time devoted to providing the described professional services. MEI shall be paid at the rate per MEI's current Standard Fee Schedule. The City will reimburse MEI for actual, non -salary expenses per MEI's current Standard Fee Schedule. The total payment for all invoices for the remaining work on this contract extension, including both salary and non -salary expenses, shall not exceed $1, 025, 000.00. The Consultant must submit monthly invoices to the City, accompanied by an explanation of charges, professional fees, services, and expenses. The City will pay such invoices according to its normal payment procedures. Amendment No. 2 Page 9 of 21 Contract No. 22300604 Page 81 of 239 6/2/2025 McCord Engineering, Inc. Cost Summary for the Highway 6 Project at CSU as of February 1, 2025 TXDOT TxDOT Utility required MEl estimated ME! Job Code Conflict lD clearance date I clearance date =5B-4 38 OE2-120 Dist 7/29/2025 Dist 12/15/2025 Dist OE2-115 Trans 7/27/2029 trans and trans ►'SB-S-S 22 r ----------- r— I Pole Staking & ROW - SH6 Road 6:SB-5-S 22-A OE2-120 17/29/2025 1�2/15/25 I Pole Staking & ROW - SH6 Road CSB-5-S 22-B 092-120 7/29/LU2! 111-- .....,...... u•�•• �••---- CSB-5-S 22-C I Pole Staking & ROW - SH6 Road CSB-S-S 22-D CSB-S-S 22-E OE2-135 CSB-5-S 22-F OE2-125 E. Dist & ROW - SH6 Road Widening - Krenek - Dist Contract #22300604 EL30000396-EDIU EI30000397-EDIU EL30000484-EDIU additional amount to CSU Approved MEI Invoiced to c omplete job Estimate Date Balance % Complete by 2026 Notes $406,000 00 $381,419 73 $24,580 27 93 95°fo $54,006 00 Dueetool ateHarvew RoaU,the vement prof Y transmission line crossing is required to move MEl is designing the relocation of the existing transmission line from Switch to Post Oak The route is a new overhead be from Switch, along Switch road, across Highway 6, Included in the along the north side of Holleman Drive, and then north to Post Oak upcoming Substation upcoming button contract 09 $164,91 98 17% $0 00 CCOS has reg—ted that ME1 --at the $9,000 00 $8,835 required distribution system revis"ons due to the most recent Highway 6 improvement project 2025 clear date per TxDOT $75,123 54 -$123 54 100 16% has tr assist that MB $5,000 0 with the $75,000 06 required dsS buton system revisions due to the most recent Highway 6 improvement project As part of those revisions, COCS Is placing the two existing overhead circuits underbuild along the existing bensmisswn Ixre an Holleman Drive underground This project is the design for the underground portion along Holleman Drive potholing occuring to determine if there is a conflict $56,149 76 $850 24 98 51% assistS has requested that MEl $5,000 0 with the $57,000.06 distribution system required disc revisions due to the most recent Hghway6soprovemantprolect As part at those revisions, COCS is placing the two existing overhead mrouns undemuild along the existing transmisson line on Holleman Drive underground This project is the design for the overhead distribution work along Holleman Drive $4,060 38 $39 62 99 03% $0 00 �h S has requested tMEl t $4,100 00 he required drstrIMiton system ons due to the most recent Highway 6 improvement project pending the final conflict matrix from Lamb Star, there appears to be no conflicts at this underground crossing location $2,195 19 $4 el 99 78% $0 00 � that ln El t $2,200 00 the reqas uired distribution but osystem ons due to the most recent Highway 6 improvement project pending the final —Act matrix from Lamb Star, there appears to be no conflicts at this overhead crossing locaton 77 $3,333 23 66 67% $2,000 OGI � as requested t $10,000 06 $6,666 em the red dibWon syst revisiona due to the most recent Highway 6 improvement project This project is the removal of the overhead distribution crossing SH 6 as under) on the transmission line poles $30,000 06 with the required dstrdistribution system revisions due to the most recent Highway 6 imp overl project Per the final conflict matrix from Lamb Star, there appears to be a conflict at this location now The raw URD crossing will need to be relocated further ni to allow a shorter crossing Page 10 of 21 Amendment No. 2 Contract No. 22300604 Page 82 Of 239 McCord Engineering, Inc. Cost Summary for the Highway 6 Project at CSU as of February 1, 2025 atlditional TxDOT amount to TxDOT Utility required MEI estimated CSUApproved MEllnvoicetlfo complete job MEI Job Code ConFlict ID clearance date clearance date Project Name CSU PO/Contact Number Estimate Date Balance % Complete by 2026 Notes CSB-5-S 22-0 OE2-113 10/10/2029 10/01/26 Pole Staking & ROW - SH6 Road Widening - Harvey Relocate - Dist EL30000454-EDIO $77,200 00 $75,304 85 $1,895 15 97 55% $10,000 00 COCS has requested that MEI assist OE'-111 4/5/2029 vnth the required distribution system OE2-110 4/5/2029 ons due to the most recent OE2-108 4/5/209 Hghway 6 improvement project OE2-105 10/10/2029 This project is the removal and OE2-100 5/30/2029 relocation of dismbution along OE2-095 4/5/2029 Harvey Road due to the transmission E2-116 10/10/2029 being removed and the SH 6 imbne provements CSB-5-S 22-H OE2-138 7/29/2025 1.0/01/25 EL30000497-EDIO $5,000 06 $3,319 It $1,680 11 66 40^/0 $15,000 Old Fran the final conflict matrix from Pale Staking & ROW — SH6 Road Widening — Eagle & Hillier - OH amb Star, there appeared to be no conflicts at this overhead pourer line COCS has agreed to take outage in this area when the sound wall is installed Al a ew conflict has emerged OE2-138 Ensbng concrete distribution poles) are in conflict with the new slam rag s in the area MEI sent a drains proposed design on 02/19/25 CSB-S-S 22-I Pale Staking & ROW — SH6 Road Widening — Shenandoah - OH Et30000500-EDIU $3,000 06 $2,0114f $988 54 67 05^/0 $0 O&rCOCS has requested that MEI assist mh the required distribution system revisions tlue to the most recent Hi 6 impovement project Pending the final conflict matrix from Lamb Star, there appears to be no conflicts at this overhead power line location CSB-5-S 22-1 Pole Staking & ROW — SH6 Road Widening — Ponderosa - Dist EL30000495-EDIU $0 00 COCS has requested that MEI assist with the required distribution system ons due to the most recent Hghway 6 improvement project Pending the final conflict mats from Lamb Star, there appears to be no conPocts at this overhead power line Iacabon CSB-5-S 22-K E2-140 7/29/2025 1.0/01/25 Pale Staking & ROW — SH6 Road Widening — Body Shop - Dist Et30000496-EDIU $22,000 06 $18,079 47 $3,920 53 82 18% $15,000 ACOCS has requested that MEI assist wRh the required distribution system revisions tlue to the most recent Hi 6 impovement project The existing underground crossing is in conflict with the new storm dram proposed by TxDOT This is the redesign to relocate the URD line CSB-5-S 22-L Pale Staking & ROW — SH6 Road Widening — Chevron - Dist Et30000498-EDIU $0 O&rCOCS has requested that MEI assist wRh the required distribution system revisions tlue to the most recent Hi 6 improvement project Pending the final conflict matrix from Lamb Star, there appears to be no conflicts at this overhead power line location CSB-5-S 22-M E2-137 9/30/2026 10/01/26 Pole Staking & ROW — SH6 Road Widening — Living Hope - Dist EL30000499-EDIU $30,000 00 e'rq t d that MEI assist uired distribution system ue to the most recent Highway 6 improvement project OCS " pothding this area to tie if the existing URD is ict wdh the new storm drain CSB-5-S 22-N Pale Staking & ROW — SH6 Road Widening — Vision Mission - Dist Et30000501-EDIU $0 00 COCS has requested that MEI assist mh the required distribution system revisions tlue to the most recent Hi 6 improvement project Pending the final conflict matrix from Lamb Star, there appears to be no conflicts at this underground power linecrssmg location CSB-5-S 22-0 OE2-145 10/1/2026 10/01/26 Pole Staking & ROW — SH6 Road Widening — Brethren - Dist OH EL30000539-EDIO $18,500 00 $16,396 94 $2,103 06 88 63% $15,000 00 COCS has requested that MEI assist with the required distribution system ons due to the most recent Hghway 6 improvement project MEI ,s designing an overhead Hendrix crossing to replace the exsting overhead crossing Amendment No. 2 Page 11 of 21 Contract No. 22300604 Page 83 of 239 McCord Engineering, Inc. Cost Summary for the Highway 6 Project at CSU as of February 1, 2025 TxDOT TxDOT Utility required MElesttmated MEI Job Code Conflict ID clearance date clearance date Project Name CSU PO/C CSB-5-S 22-P Pole Staking & ROW — SH6 Road Widening — Mile Or - Dist URD EL30000540-EDIU CSB-5-S 22-Q OE2-135 7/29/2025 12/15/25 Pole Staking & ROW - SH 6 Road Widening - Providence - Trans EL30000543-ETOH CSB-5-S 22-R E2-108 12/8/2029 Pole Staking & ROW - SH 6 Road Widening - University Or - Dist EL30000542-EDIU E2-110 4/5/2029 URD across SH 6 south of University Drive to be abandoned E2-133 4/5/2029 URD Electric in conflict with proposed drainage at Southern Plantation Drive E2-138 4/5/2029 URD Electric in conflict with proposed drainage inlet at Barron Road OE2-116 4/5/2029 Guyed pole between Harvey Road and Switch Station Road in conflict with shared use oath OE2-117 4/5/2029 Guyed pole between Harvey Road and Switch Station Road in conflict with shared use Oa[h OE2-118 9/30/2026 10/0IR6 Guyed pole between Harvey Road and Switch Station Road in conflict with shared use oath OE2-119 9/30/2026 10/01/26 Guyed pole between Harvey Road and Switch Station Road in conflict with shared use Oa[h OE2-121 9/30/2026 10/0IR6 Concrete tangent feeder riser pole in conflict with storm ditch near Scott and White OE2-122 9/30/2026 10/01/26 Wood guyed pole in shared path south of Scott and White two spans OE2-141 4/14/2029 Concrete Self -supported pole move in front of IHOP with riser to IHOP due to OE2-142 4/14/2029 Wood pole move in front of FFB/HEB with transformer due to storm ditches OE2-143 4/14/2029 Wood pole move in front of HEB due to drainage due to storm ditches con yip rual, r lst OH con5[ruon con[raR or s[ URD material for dist OH material for chat URD additional ount to CSU Approved MEI Invoiced to complete job Number Estimate Date Balance % Comolete by 2026 with the required distribution system ons due to the most recent Highway 6 improvement protect Pending the not conflict matnx from Lamb Star, there appears to be no wnfl,cts at this underground power line crossing location $15,000 06 $14,171 36 $828 76 9448^/0 $10,000 O&COCS has requested that MEI assist weh the oagmred distribution system ons due to the most recent Highway 6 improvement protect This portion is the removal of the transmissxin tine crossing SH 6 at Providence Parkway $10,000 00 $9,467 3f $532 69 94 67-Z $20,000 00 sist the required distribution system ns due to the most recent way h6 improvement protect This portion of the protect is any re- design required along University Drive and the potential looped underground east of SH 6 to allow the removal of the URD crossing at University Drive and SH 6 COCS potholing the portion west of SH 6 to determine if there is any conflict with the new Won lane/road $5,000 00 Need to add plans into URD contract $20,000 00 COCS to pot hole to see it conflict indeed is present hot $20,000 06� OCS tq pot hto see H conflict ndeed is present $3,000 00 guy wire in conflict, so seH-supported e required $3,000 O&uy wire in conflict, sa self -supported pole required $3,000 00 guy wire in conflict, so seH-supported de required $3,000 O&uy wire n conflict, so self -supported pole required $15,000 00 New R.I. and new 600A URD // wed $3,000 Oil self -supported pole required $3,000 00 $3,000 06 $3.000 00 $30,000 06 $10.000 00 $5,000 06 $5.000 00 Totals $714,000.06 $673,201.59 $40,798.4i 9429^/0 $323,000.06 Breakdown of total additional engineering required by vear/contract Initial contract for Transmission, and Holleman Dnve, Harvey Road almost done, but includes construction management $s $86,00000 URD contract for Jack Winslow Body Shop and SW Parkway URD plus OH Eagle and Hillier $75,00000 2026 protects $84,00000 2029 protects $80,00000 $325,000 00 Amendment No. 2 Page 12 of 21 Contract No. 22300604 Page 84 of 239 DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 6/2/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Michele Stafford ANCO Insurance PHONE FAx PO Box 3889 I (A/C. No. Ext): 800-749-1733 (A/C, Not: 979-774-5372 Bryan TX 77805 I ADDRESS: staffordm@anco.com I INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: Valley Forge Insurance Co. 20508 INSURED MCCOENG-01 INSURER B : Continental Casualty Co. 20443 McCord Engineering Inc. I 916 Southwest Pkwy East INSURERC: Texas Mutual Insurance Company 22945 College Station TX 77840 I INSURERD: Hartford Underwriters Insuranc 30104 I INSURER E : I INSURER F : COVERAGES CERTIFICATE NUMBER: 1922078387 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER (MM/DD/YYYY) (MM/DDIYYYY) A X COMMERCIAL GENERAL LIABILITY 7013633066 1/2/2025 1/2/2026 EACH OCCURRENCE $1000000 CLAIMS -MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER POLICY ❑X PRO- ❑ LOC JECT OTHER A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY B X UMBRELLA LIAB I X I OCCUR EXCESS LIAB H CLAIMS -MADE DED I X I RETENTION $ in C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRI ETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below D Equipment Floater DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 7018208343 1/2/2025 1/2/2026 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) 7013633083 1/2/2025 1/2/2026 EACH OCCURRENCE $9,000,000 (AGGREGATE $ 0001262414 1/2/2025 1/2/2026 X I PER STATUTE OERH EL EACH ACCIDENT $ 1,000,000 EL DISEASE- EA EMPLOYEE $ 1,000,000 E L DISEASE - POLICY LIMIT $ 1,000,000 61SBABCONFK 1/2/2025 1/2/2026 see below DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) See note pad for Endorsement Form numbers Certificate Holder Note WC Form #WC420601 - 30 Days NOC Additional Insured Form SB300120-C GL Blanket Additional Insured and Waiver of Subrogation - Form SB146968C (10-19) 30 Days NOC Form SB147052C (6-16) See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of College Station ACCORDANCE WITH THE POLICY PROVISIONS. ATTN: Risk Manager PO Box 9960 AUTHORIZED REPRESENTATIVE College Station TX 77842-9960 �u4e"Ov ©1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (29UMM)ent No. 2 The ACORD name and logo are registered marks of ACORD Page 13 of 21 Contract No. 22300604 Page 85 of 239 DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 6/2/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Deanna Dyer The Risk Specialty Group, LLC I PHONE FAx 675 Bering Dr, Ste. #175 (A/C. No. Ext): 713-552-1900 IA/C, Nol: 713-513-5411 Houston TX 77057 I E-MAIL ADDREss: ddyer@riskspecialtygroup.com INSURER(S) AFFORDING COVERAGE NAIC # INSURERA: RLI Insurance Company 13056 INSURED McCord Engineering, Inc. 916 Southwest Parkway East College Station TX 77840 MCCOENG-01 I INSURER B : I INSURER C : I INSURER D : I INSURER E: I INSURER F : COVERAGES CERTIFICATE NUMBER: 1091675127 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICYNUMBER (MM/DDIYYYY) (MM/DDIYYYY) COMMERCIAL GENERAL LIABILITY = CLAIMS-MADE1:1 OCCUR GEN'L AGGREGATE LIMIT APPLIES PER POLICY ❑ PRO- ❑ LOC JECT OTHER AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY UMBRELLA LIAB OCCUR EXCESS LIAB HCLAIMS-MADE DED I I RETENTION $ WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRI ETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? ❑ N/A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below A Professional Liability RDP0054998 "claims made" EACH OCCURRENCE $ DAMAGE TO RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ COMBINED SINGLE LIMIT $ (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE $ (Per accident) EACH OCCURRENCE $ (AGGREGATE $ STATUTE EERH E L EACH ACCIDENT $ E L DISEASE - EA EMPLOYEE $ E L DISEASE - POLICY LIMIT $ 6/25/2024 6/25/2025 Per Claim Limit $2,000,000 Aggregate Limit $4,000,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Professional Liability Retroactive Date - 01/01/1985, Deductible $50,000 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of College Station PO Box 9960 AUTHORIZED REPRESENTATIVE College Station TX 77842-7960 U @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (204*MM)ent No. 2 The ACORD name and logo are registered marks of ACORD Page 14 of 21 Contract No. 22300604 Page 86 of 239 AGENCY CUSTOMER ID: MCCOENG-01 LOC #: ,aco ADDITIONAL REMARKS SCHEDULE AGENCY NAMED INSURED ANCO Insurance McCord Engineering Inc. 916 Southwest Pkwy East POLICY NUMBER College Station TX 77840 CARRIER I NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE Auto Blanket Additional Insured Form CA2048 (10-13) Auto Blanket Waiver of Subrogation Form CA0444 (10-13) WC Blanket Waiver of Subrgation - See Form #WC420304B Page 1 of 1 ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. Amendment No. 2 The ACORD name and logo are registered marks of ACORD Page 15 of21 Contract No. 22300604 Page 87 of 239 ��Av/.A I Business Auto Policy Policy Endorsement ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY It is understood and agreed that this endorsement amends the BUSINESS AUTO COVERAGE FORM as follows: (SCHEDULE Name of Additional Insured Person Or Organization ANY PERSON OR ORGANIZATION THAT YOU ARE REQUIRED BY WRITTEN CONTRACT OR WRITTEN AGREEMENT TO NAME AS AN ADDITIONAL INSURED. 1. In conformance with paragraph A.1.c. of Who Is An Insured of Section II - LIABILITY COVERAGE, the person or organization scheduled above is an insured under this policy. 2. The insurance afforded to the additional insured under this policy will apply on a primary and non-contributory basis if you have committed it to be so in a written contract or written agreement executed prior to the date of the "accident' for which the additional insured seeks coverage under this policy. All other terms and conditions of the policy remain unchanged This endorsement, which forms a part of and is for attachment to the policy issued by the designated Insurers, takes effect on the Policy Effective date of said policy at the hour stated in said policy, unless another effective date (the Endorsement Effective Date) is shown below, and expires concurrently with said policy. Form No: CNA71527XX (10-2012) Policy No: BUA 7018208343 1 Endorsement Effective Date: 04/23/2024 Endorsement Expiration Date: Policy Effective Date: 01 /02/2024 1 Endorsement No: 25; Page: 1 of 1 i Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 - - Amendment Na.- 2-- — - — - — -- - - ---- - -- - - Page 16 of 21 -- -- Contract No. 22300604 ® Copyright CNA All Rights Reserved. Page 88 of 239 CNA Business Auto Policy Policy Endorsement 1 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. The Transfer Of Rights Of Recovery Against Others To Us Condition does not apply to any person(s) or organization(s) for whom you are required to waive subrogation with respect to the coverage provided under this Coverage Form, but only to the extent that subrogation is waived: A. Under a written contact or agreement with such person(s) or organization(s); and B. Prior to the "accident" or the "loss." Form No: CA 04 43 11 20 Endorsement Effective Date: Endorsement Expiration Date: Endorsement No: 3; Page: 1 of 1 Underwriting Company: Valley Forge Insurance Company, 151 N Franklin St, Chicago, IL 60606 Policy No: BUA 7018208343 Policy Effective Date: 01 /02/2024 Policy Page: 47 of 123 Amonrlm Pnt Nn Contract No. 22300604 © Copyright Insurance Services Office, Inc., 2019 Page 17 of 21 Page 89 of 239 CNA SB146968C (Ed. 10-19) IMPORTANT: THIS ENDORSEMENT CONTAINS DUTIES THAT APPLY TO THE ADDITIONAL INSURED IN THE EVENT OF OCCURRENCE, OFFENSE, CLAIM OR SUIT. SEE PARAGRAPH C., OF THIS ENDORSEMENT FOR THESE DUTIES. BLANKET ADDITIONAL INSURED ENDORSEMENT WITH PRODUCTS -COMPLETED OPERATIONS COVERAGE AND BLANKET WAIVER OF SUBROGATION Architects, Engineers and Surveyors This endorsement modifies insurance provided under the following: BUSINESSOWNERS LIABILITY COVERAGE FORM BUSINESSOWNERS COMMON POLICY CONDITIONS A. Who Is An Insured is amended to include as an insured any person or organization whom you are required to add as an additional insured on this policy under a written contract or written agreement; but the written contract or written agreement must be: 1. Crrently in effect or becoming effective during the term of this policy; and 2. Executed prior to the: a. "Bodily injury" or "property damage"; or b. Offense that caused the "personal and advertising injury"; for which the additional insured seeks coverage B. The insurance provided to the additional insured is limited as follows: 1. The person or organization is an additional insured only with respect to liability for "bodily injury," "property damage" or "personal and advertising injury" caused in whole or in part by: a. Your acts or omissions; or b. The acts or omissions of those acting on your behalf, in the performance of your ongoing operations specified in the written contract or written agreement; or c. "Your work" that is specified in the written contract or written agreement, but only for "bodily injury" or "property damage" included in the "products -completed operations hazard," and only if: (1) The written contract or written agreement requires you to provide the additional insured such coverage; and (2) This Coverage Part provides such coverage. 2. The Limits of Insurance applicable to the additional insured are those specified in the written contract or written agreement or in the Declarations of this policy, whichever is less. These Limits of Insurance are inclusive of, and not in addition to, the Limits of Insurance shown in the Declarations. 3. The insurance provided to the additional insured does not apply to "bodily injury," "property damage" or "personal and advertising injury" arising out of an architect's, engineer's, or surveyor's rendering of or failure to render any professional services including: a. The preparing, approving, or failing to prepare or approve maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications by any architect, engineer or surveyor performing services on a project of which you serve as construction manager; or b. Inspection, supervision, quality control, engineering or architectural services done by you on a project of which you serve as construction manager. 4. The insurance provided to the additional insured does not apply to "bodily injury," "property damage" or "personal and advertising injury" arising out of construction or demolition work while you are acting as a construction or demolition contractor. SB146968C (Ed. 10-19) Page 1 of 3 Amendment No. 2 Copyright, CNA All Rights Reserved. Page 18 of 21 Contract No. 22300604 Page 90 of 239 SB146968C (Ed. 10-19) C. Under Businessowners Liability Conditions, the condition entitled Duties In The Event of Occurrence, Offense, Claim or Suit is amended to add the following: An additional insured under this endorsement will as soon as practicable: 1. Give written notice of an occurrence or an offense to us which may result in a claim or "suit" under this insurance; 2. Tender the defense and indemnity of any claim or "suit" to us for a loss we cover under this Coverage Part; 3. Except as provided for in paragraph D.2. below: a. Tender the defense and indemnity of any claim or "suit" to any other insurer which also has insurance for a loss we cover under this Coverage Part; and b. Agree to make available any other insurance which the additional insured has for a loss we cover under this Coverage Part. We have no duty to defend or indemnify an additional insured under this endorsement until we receive written notice of a claim or "suit" from the additional insured. D. With respect only to the insurance provided by this endorsement, the condition entitled Other Insurance of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to delete paragraphs 2. and 3. and replace them with the following: 2. This insurance is excess over any other insurance available to the additional insured, whether primary, excess, contingent or on any other basis, But if required by the written contract or written agreement, this insurance will be primary and noncontributory relative to insurance on which the additional insured is a Named Insured. 3. When this insurance is excess, we will have no duty under Business Liability insurance to defend the additional insured against any "suit" if any other insurer has a duty to defend the additional insured against that "suit" If no other insurer defends, we will undertake to do so, but we will be entitled to the additional insured's rights against all those other insurers. When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (b) The total of all deductible and self -insured amounts under all that other insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. E. Additional Insured — Extended Coverage When an additional insured is added by this or any other endorsement attached to this Coverage Part, the section entitled Who Is An Insured is amended to make the following natural persons insureds: If the additional insured is: 1. An individual, then his or her spouse is an insured; 2. A partnership or joint venture, then its partners, members and their spouses are insureds; 3. A limited liability company, then its members and managers are insureds; 4. An organization other than a partnership, joint venture or limited liability company, then its executive officers, directors and shareholders are insureds; or 5. Any type of entity, then its employees are insureds; but only with respect to locations and operations covered by the additional insured endorsement's provisions, and only with respect to their respective roles within their organizations. Furthermore, employees of additional insureds are not insureds with respect to liability arising out of: (1) "Bodily injury" or "personal and advertising injury" to any fellow employee or to any natural person listed in paragraphs 1. through 4. above; SB146968C (Ed. 10-19) Page 2 of 3 Amendment No. 2 Copyright, CNA All Rights Reserved. Page 19 of 21 Contract No. 22300604 Page 91 of 239 SB146968C (Ed. 10-19) (2) 'Property damage" to property owned, occupied or used by their employer or by any fellow employee; or (3) Providing or failing to provide professional health care services. F. The condition entitled Transfer of Rights of Recovery Against Others to Us of the BUSINESSOWNERS COMMON POLICY CONDITIONS is amended to deleted paragraph 2. and replace it with the following: 2. We waive any right of recovery we may have against any person or organization with whom you have agreed to waive such right of recovery in a written contract or agreement because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included within the "products -completed operations hazard." All other terms and conditions of the Policy remain unchanged. SB146968C (Ed. 10-19) Page 3 of 3 Amendment No. 2 Copyright, CNA All Rights Reserved. Page 20 of 21 Contract No. 22300604 Page 92 of 239 t ....eXaSMutuar WORKERS' COMPENSATION INSURANCE WORKERS' COMPENSATION AND WC 42 03 04 B EMPLOYERS LIABILITY POLICY Agent copy TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: ALL TEXAS OPERATIONS 3. Premium: The premium charge for this endorsement shall be 2.00 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Included, see Information Page This endorsement changes the policy to which it is attached effective on the inception date of the policy unless a different date is indicated below. (The following "attaching clause" need be completed only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective on 1/2/25 at 12:01 a.m. standard time, forms a part of: Policy no. 0001262414 of Texas Mutual Insurance Company effective on 1/2/25 Issued to: MCCORD ENGINEERING INC NCCI Carrier Code: 29939 This is not a bill Authorized representative 1 of 1 Amendment No. 2 Contract No. 22300604 PO Box 12058, Austin, TX 78711-2058 texasmutual.com 1 (800) 859-5995 1 Fax (800) 359-0650 1 /6/25 wNY69V( B Page 93 of 239 June 26, 2025 Item No. 6.6. Annual Price Agreement for Heavy Equipment / Machinery Rental or Lease Sponsor: Mary Ellen Leonard, Director of Fiscal Services Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action to award an Annual Price Agreement for the rental of Heavy Equipment and Machinery for an amount not to exceed $170,000 between Mustang Rental Service of Texas and United Rentals, Inc. Relationship to Strategic Goals: Core Services and Infrastructure Financially Sustainable City Recommendation(s): Staff recommends award of this Annual Price Agreement for the Lease/Rental of Heavy Equipment/Machinery with Mustang Rental Services of Texas and United Rentals, Inc. This annual price agreement is comparable with quantities of previous fiscal years' history for city-wide heavy equipment and machinery rentals. Summary: On April 28, 2025, Purchasing Staff formally solicited bids to establish City-wide annual price agreements for Heavy Equipment Rentals. Six (6) responses were received and were reviewed by Public Works Staff, to ensure compliance with the required specifications. Mustang Rental Services of Texas and United Rentals, Inc. are both considered the lowest responsible bidders offering the best value to the City. Both have local storefronts, ample local inventory, and a positive history of providing rental equipment services to the City. The City of College Station Public Works Staff seeks approval to award the Annual Price Agreement for Heavy Equipment/ Machinery Lease/Rental to Mustang Rental Services of Texas, and United Rentals, Inc. as they provide the most options and quantities in equipment inventory and availability, and generally better monthly rental/lease pricing. This annual price agreement may be renewed for up to two (2) additional one (1) year terms [for a total of three (3) years]. Upon Council approval blanket purchase orders will be issued to each vendor for the recommended award value not to exceed $170,000 per year, between the two vendors. Budget & Financial Summary: Funds are available and budgeted within each departments operational budget. Various projects may be expensed as equipment is rented or leased. Attachments: 1. 25-048 BID TAB Annual Pricing _CC 06.26.25 2. ITB 25-048 with Addendum 1_ APA - Heavy Equipment Rental Page 94 of 239 25-048 ANNUAL PRICE AGREEMENT FOR HEAVY EQUIPMENT RENTAL 05/15/25 @ 2:00 P.M. Mustang Rentals United Rentals Redtail HERC Rentals Inc. KMC Forklift Associated Supply Company Item Description Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price No. Loaders Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly 1 Backhoe/Loader & accessories; 78 HP $295.00 $810.00 $1,850.00 $348.50 $895.50 $2,071.50 $273.00 $819.00 $2,456.00 $379.00 $989.00 $2,332.00 $1,050.00 $2,195.00 2 Backhoe/Loader & accessories; 78 HP w/hyd thumb $348.50 $895.50 $2,071.50 NO BID NO BID NO BID 3 Backhoe/Loader & accessories;74 HP (4x4) $295.00 $810.00 $1,850.00 $348.50 $895.50 $2,071.50 $273.00 $819.00 $2,456.00 $379.00 $989.00 $2,332.00 $1,050.00 $2,195.00 4 Backhoe/Loader & accessories; 93HP (4x4) $348.50 $895.50 $2,071.50 NO BID NO BID NO BID 5 Backhoe/Loader & accessories; 78 HP w/1000# Hammer $675.00 $1,925.00 $4,950.00 $348.50 $895.50 $2,071.50 $506.00 $1,516.00 $4,549.00 $799.00 $2,132.00 $4,766.00 $2,100.00 $4,200.00 Hammers 6 Backhoe/Loader and accessories; 78 HP w/Extendahoe $315 00 $910.00 $2,150.00 $348.50 $895.50 $2,071 50 $379 00 $989.00 $2,332.00 $1,300 00 $2,725 00 7 Backhoe/Loader and accessories; 93 HP w/Extendahoe $350 00 $1,095.00 $2,795.00 $348.50 $895.50 $2,071 50 $528 00 $1,512.00 $3,895.00 Backhoe/Loader and accessories 78HP w/Extendahoe, IN' 8 2" digging depth $348.50 $895.50 $2,071.50 $379.00 $989.00 $2,332.00 Loader Box Blade Tractors 9 Tractor w/1 yd. loader bucket & box blade �$850.00 �$1,975.00 $373.00 $965.00 $2,335.00 �$2,335.00 �$707.00 L,121.00 NO BID NO BID NO BID �$1,000.00 L,250.00 10 Tractor (4x4) w/lyd. Loader bucket & hyd box blade $325.00 $373.00 $965.00 $236.00 $424.00 $1,189.00 $2,767.00 $350.00 Wheel & Track Mini Skid Loaders 11 Wheel skid steer - 62HP - Wt 5700 lbs $245 00 $685.00 $1,695.00 $252.00 $731 00 $1,619.00 $246.00 $615 00 $1,589 00 $1,150.00 $2,350.00 12 Mini track loader - 62 HP - wt. 6618 $260 00 $735.00 $1,775 00 $300 00 $810.00 $2,125.00 $369.00 $979 00 $2,306 00 $1,350.00 $2,950.00 13 Cat 259 Compact Track Loader/ Skid Steer $300 00 $815.00 $2,100.00 $300.00 $810 00 $2,125.00 $276 00 $829 00 $2,485.00 $374.00 $989 00 $2,486 00 $300.00 $580.00 $1,550.00 $1,350 00 $2,950 00 14 72" SSL CTL Bucket $0.00 $0.00 $0 00 $10 00 $31.00 $92.00 Skid Steer Atttachments 15 Cold planner (PM620) $342.00 N/A N/A N/A NO BID NO BID NO BID 16 Hydraulic auger $90.00 $740.00 $740.00 $111.00 $280.00 $782.00 $95.00 $287.00 $861.00 $113.00 $395.00 $820.00 $285.00 $590.00 17 Hydraulic hammer $150.00 $1,575.00 $1,575.00 $111.00 $324.00 $1,298.00 $168.00 $503.00 $1,505.00 $231.00 $661.00 $1,430.00 18 72" Angle Blade $125.00 $150.00 $380.00 $1,490.00 $123.00 $379.00 $789.00 19 Grapple Bucket $80.00 $793.00 $793.00 $93.00 $237.00 $721.00 $174.00 $523.00 $1,566.00 $87.00 $261.00 $574.00 $350.00 $750.00 20 Grapple Forks $80 00 $46 00 $133.00 $281.00 Mini Excavators 21 Cat 301.6 (or equal) 6' 10"' depth -I I'l0" Reach $240.00 $715.00 $1,550.00 $283.00 $660.00 $1,760.00 $318.00 $866.00 $1,814.00 $300.00 $450.00 $1,200.00 $300.00 $950.00 $2,200.00 22 Cat 303C-CR (or equal) 9' 11"' depth - 16' 10" Reach $275.00 $770.00 $1,850.00 $353.00 $903.50 $2,065.50 $253.00 $760.00 �$620.00 $2,279.00 $384.00 $1,061.00 $2,557.00 $350.00 $1,150.00 $2,600.00 �$2,400.00 23 Cat 302.5 (or equal) 9' 7" depth - 15' 9" Reach $260.00 $740.00 $1,700.00 $305.00 $793.00 $1,917.00 $206.00 $1,860.00 $354.00 $923.00 $2,024.00 $325.00 $1,050.00 Excavators w/ Buckets 24 17,730 lbs - 22' 3" Reach 15' 5" Depth $425.00 $1,175 00 $3,050 00 $456 00 $1,340 00 $3,684.00 $540 00 $1,620 00 $4,860.00 $559.00 $1,430.00 $3,685.00 $1,650 00 $3,450 00 25 28,970 lbs - 28' 3" Reach - 19' 10" Depth $679.00 $1,644.00 $4,417 00 $820.00 $2,014 00 $5,381 00 $2,750.00 $5,000.00 26 36,930 lbs - 28' 8" Reach - 19' 19" Depth $595.00 $1,725 00 $4,250 00 $697 00 $1,841 00 $5,543.00 $820.00 $2,014.00 $5,381.00 $2,800 00 $5,250 00 27 32,500 lbs - 28' 3" Reach - 19' 10" Depth $530.00 $1,475 00 $3,635 00 $694 00 $1,645 00 $4,431.00 $820.00 $2,014.00 $5,381.00 $2,725 00 $5,150 00 28 47,400 lbs - 3 F 10" Reach - 2 F 7" Depth $705.00 $1,950 00 $5,035 00 $698 00 $1,841 00 $5,543.00 $1,010.00 $2,552.00 $6,570.00 $2,975 00 $6,150 00 29 46,300 lbs - 3 F 10" Reach - 21' 7" Depth w/thumb $983.00 $2,650 00 $7,510 00 $698 00 $1,841 00 $5,543.00 $1,092.00 $2,757.00 $6,929.00 $4,975 00 $9,650 00 30 48,300 lbs - 324" Reach - 22'11" Depth w/thumb $983.00 $2,650 00 $7,510 00 $698 00 $1,841 00 $5,543.00 $1,092.00 $2,757.00 $6,929.00 31 56,200 lbs - 32'5" Reach - 22T' Depth w/thumb $1,175.00 $3,210 00 $9,535 00 $760 00 $2,063 00 $5,834.00 $1,420.00 $3,326.00 $8,262.00 $5,500 00 $10,500 00 32 64,460 lbs - 35' Reach - 23' 11" Depth $1,010.00 $2,835 00 $7,390.00 $1,007 00 $3,473 00 $8,965.00 NO BID NO BID NO BID $3,750.00 $8,850.00 33 79,700 lbs - 36' 1 " Reach -24'7" Depth $1,210.00 $3,410.00 $8,705.00 $1,241.00 $3,529.00 $9,098.00 $1,722.00 $4,090.00 $11,275.00 $4,000.00 $9,350.00 Wheel Excavators w/ Buckets 25-048 Page 1 of 6 Page 95 of 239 25-048 / ANNUAL PRICE AGREEMENT FOR HEAVY EQUIPMENT RENTAL 05/15/25 @ 2:00 P.M. Mustang Rentals entals Redtail HERC Rentals Inc. KMC Forklift Associated Supply Company Item Description Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price nit Price Unit Price Unit Price No. Loaders Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly 34 42,000 lbs - 169 HP - 30'1" Reach - 19'2" Depth $765.00 $21150.00 $6,050.00 N/A N/A N/A NO BID NO BID NO BID $6,500.00 $12,500.00 Specialty Excavators w/ Buckets 35 47,400 lbs - w/5000 lb hammer $1,89500 $5,400.00 $15,000.00 $1,201.00 $3,01200 $9,219.00 $1,933.00 $5,02200 $12,20800 36 47,400 lbs w/Pin and thumb attachment $983.00 $2,650.00 $7,510.00 $698.00 $1,841 00 $5,543.00 $1,092.00 $2,757 00 $6,929 00 37 Long Reach - w/60' Reach - 45' Depth $1,485.00 $3,950.00 $10,250.00 N/A N/A N/A NO BID NO BID NO BID 53,850.00 $8,250.00 Dozers 38 74BPDozer w/6-way Blade $42500 $1,150.00 $2,850.00 $441.00 $1,150.00 $4,115.00 $46000 $1,38000 $4,140.00 $671.00 $1,778.00 $4,408.00 $2,17500 $5,25000 39 84 HP Dozer w / 6-way Blade $450 00 $1,250.00 $3,050.00 $454.00 $1,982.00 $4,944.00 $671.00 $1,778 00 $4,408 00 $2,175.00 $5,250.00 40 96 HP Dozer w / 6-way Blade $550 00 $1,650.00 $4,525.00 $454.00 $1,982.00 $4,944.00 $815.00 $2,178 00 $5,535 00 $2,400.00 $5,550.00 41 121 HP Dozer w / 6-way Blade $725 00 $2,050.00 $5,700.00 $581.00 $1,570.00 $3,968.00 NO BID NO BID NO BID $2,225.00 $6,250.00 42 125 HP Dozer w / 6-way Blade $725 00 $2,050.00 $5,700.00 $581.00 $1,570.00 $3,968.00 NO BID NO BID NO BID $3,300.00 $7,250.00 43 36,497 lbs - 150 HP Dozer w/6-way Blade $1,007.00 $2,104.00 $5,863.00 NO BID NO BID NO BID $4,950.00 $12,500.00 44 44,200 lbs - 175 HP Clearing Dozer Rake & Blade $1,330.00 $3,765.00 $10,365.00 $1,862.00 $4,357.00 $12,499.00 NO BID NO BID NO BID $4,950.00 $12,500.00 45 200 HP Dozer w/Straight Blade w/Tilt 44,420 lbs $1,862.00 $4,357.00 $12,499.00 NO BID NO BID NO BID zw nr t-at Lox -AL uozer for equal/ wim mragm niaae 46 w / Tilt $1,862.00 $4,357.00 $12,499.00 NO BID NO BID NO BID Low Ground Pressure Dozers 47 74 HP LGP Dozer w / 6-way Blade $515 00 $1,425.00 $3,650.00 $441.00 $1,150 00 $4,115.00 $460 00 $1,380 00 $4,140.00 NO BID NO BID NO BID $2,175.00 $5,250.00 48 84 HP LGP Dozer w/ 6-way Blade $575 00 $1,600.00 $4,350.00 $454.00 $1,982 00 $4,944.00 NO BID NO BID NO BID $2,175.00 $5,250.00 49 96 HP LGP Dozer w/6-way Blade 19,700 lbs $625 00 $1,825.00 $4,625 00 $454 00 $1,982 00 $4,944.00 NO BID NO BID NO BID $2,400.00 $5,550.00 50 125 HP LGP Dozer w / 6-way Blade $960 00 $2,650.00 $6,975.00 $581 00 $1,570 00 $3,968.00 NO BID NO BID NO BID $3,300.00 $7,250.00 51 150 HP LGP Dozer w / 6-way Blade $1,425 00 $3,975.00 $10,500.00 $1,007 00 $2,104 00 $5,863.00 NO BID NO BID NO BID $4,950.00 $12,500.00 52 200 HLGP Dozer w/ straight Blade w / Tilt $1,862.00 $4,357.00 $12,499 00 NO BID NO BID NO BID 53 200 HP LGP Dozer w/straight Blade w/ Tilt CAB $1,800.00 $4,900.00 $13,950.00 $1,862.00 $4,357.00 $12,499.00 NO BID NO BID NO BID Landscape Tractor 54 78 HP Tractor Box Blade / Front End Loader 4x4 $325.00 $850.00 $1,975.00 $268.00 $647.00 $1,737.00 $236.00 $707.00 $2,121.00 NO BID NO BID NO BID $350.00 $1,000.00 $2,250.00 Wheel Loaders 55 2 3 Yard Bucket - 129 HP $485 00 $1,375.00 $3,750 00 $566 00 $1,431.00 $4,658.00 NO BID NO BID NO BID 56 2 6 Yard Bucket - 143 HP $622.00 $1,633.00 $4,659 00 NO BID NO BID NO BID 57 3 Yard Bucket - 149 HP $650 00 $1,825.00 $4,650 00 $622 00 $1,633.00 $4,659.00 $815.00 $2,147 00 $5,894 00 $2,500.00 $5,450.00 58 3 25 Yard Bucket - 160 HP $650 00 $1,825.00 $4,650 00 $622 00 $1,633.00 $4,659.00 $815.00 $2,147 00 $5,894 00 $2,500.00 $5,450.00 59 4Yard Bucket - 196 HP $1,095.00 $2,975.00 $8,645.00 $856.50 $2,766.50 $7,193.50 $1,025.00 $2,614.00 $8,354.00 $3,300.00 $7,550.00 Integrated Tool Carrier Wheel Loaders 60 2 3 Yard Bucket - 129 HP $485 00 $1,375.00 $3,750 00 N/A N/A N/A NO BID NO BID NO BID 61 3 0 Yard Bucket - 143 HP $650 00 $1,825.00 �$2,450.00 $4,650 00 N/A N/A N/A NO BID NO BID �NO NO BID 62 3.3 Yard Bucket - 160 HP w/Cab $865.00 $6,795.00 N/A N/A N/A NO BID BID NO BID 63 11 CY Self Loading N/A N/A N/A NO BID NO BID NO BID 64 17 CY Self Loading N/A N/A N/A NO BID NO BID NO BID 65 22 CY Self Loading N/A N/A N/A NO BID NO BID �NO BID Pad Drum Compactors 25-048 Page 2 of 6 Page 96 of 239 m..yra.�o-ir um � Item Description No. Loaders 66 50" Single Vibratory Drum 83 HP 67 66" Single Vibratory Drum - 100 HP 68 84" Single Vibratory Drum - 150 HP Smooth Drum Compactors 69 47" Single Vibratory Drum - 36 2 HP 70 66" Single Vibratory Drum - 100 HP 71 84" Single Vibratory Drum - 156 HP 72 15 Ton Double Drum Smoth Trench Compators 73 Remote 24/33 Width - Diesel 74 Walk Behind 24/33 Width - Diesel Asphalt Equipment 75 14 ton - 9 Wheel Pneumatic 100 HP 76 47" Static Steel Drum Roller 77 60" Static Steel Drum Roller 78 Asphalt Recycler 79 Pulver Mixer 335 HP - 8' Drum Soil Stabilizer 80 Water Truck 2000 Gallon 81 Self Propelled Mechanical T 6" Broom Diesel 82 Catepolar 815F Soil Compactor Motor Graders 83 Noram 65E/Leeboy686B 68 HP 84 Cat 120 (or equal) 125 HP - 12' Moldboard 85 Cat 135H 135 HP 14' Moldboard 86 Cat 12H 140 HP 14' Moldboard 87 Cat 140H 165 HP 14' Moldboard Articulated Off Road Trucks 88 25 Ton Off Road Truck 89 30 Ton Off Road Truck Forklifts 90 6000 lb. Straight Mask Rought Terrain w / 21' Lift 91 7000 lb Tele Handler 44' Lift 30' Reach 92 9000 lb Tele Handler 43' Life - 31.5' Reach Aerial Lift Rental 93 40'-50' Articulating 94 45'-50' Telescopicc 4WD 95 65'-70' Telescopic 96 125' Telescopicw/ lib 4WD 25-048 ANNUAL PRICE AGREEMENT FOR HEAVY EQUIPMENT RENTAL 05/15/25 @ 2:00 P.M. Mustang Rentals United Rentals Redtail HERC Rentals Inc. KMC Forklift Associated Supply Company Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly $375 00 $1,025.00 $2,650.00 $263.00 $846 00 $2,602.00 $584.00 $1,507 00 $3,388 00 $430 00 $1,175.00 $3,075.00 $397.00 $1,202 00 $3,483.00 $402 00 $1,208 00 $3,147.00 $748.00 $1,958 00 $4,073 00 $1,600.00 $3,500 00 $575.00 $1,595.00 $3,975.00 $479.00 $1,278.00 $3,831.00 $866.00 $2,283.00 $5,195.00 $2,100.00 $4,995.00 $350 00 $985.00 $2,375.00 $312.00 $891 00 $2,161.00 $513.00 $1,297 00 $2,875 00 $430.00 $1,165.00 $2,875.00 $397.00 $1,202.00 $3,483.00 $402.00 $1,208.00 $3,147.00 $610.00 $1,563.00 $3,342.00 $1,600.00 $3,500.00 $525.00 $1,485.00 $3,700.00 $479.00 $1,278.00 $3,831.00 $697.00 $1,871.00 $4,279.00 $2,100.00 $4,995.00 $26500 $750.00 $1,975.00 $26100 $563.00 $1,957.00 $18400 $55200 $1,656.00 $220.00 $625.00 $1,538.00 $325.00 $750.00 $1,850.00 $262.59 $1,932.17 $1,932.17 $299.00 $897.00 �$897.00 $2,196.00 $425.00 $958.00 �NO $2,024.00 �NO $299.00 $2,196.00 NO BID BID BID $360.00 $995.00 $2,920.00 N/A N/A N/A NO BID NO BID NO BID $2,200.00 $5,650.00 $295.00 $805.00 $2,290.00 N/A N/A N/A NO BID NO BID NO BID $385.00 $1,090.00 $3,120.00 N/A N/A N/A NO BID NO BID NO BID $3,400.00 $8,050.00 $20,100.00 N/A N/A N/A NO BID NO BID NO BID $2,200.00 $5,250.00 $13,000.00 N/A N/A N/A NO BID NO BID NO BID $450.00 $1,180.00 $3,050.00 $306.00 $1,309.00 $3,184.00 $574.00 $1,722.00 $3,306.00 $395.00 $995.00 $2,150.00 $307.00 $912.00 $1,993.00 NO BID NO BID NO BID $550.00 $1,200.00 $2,450.00 $1,650 00 $4,800.00 $14,050.00 N/A N/A N/A NO BID NO BID NO BID $585.00 $1,660.00 $4,900.00 N/A N/A N/A NO BID NO BID NO BID $885.00 $2,350.00 $6,850.00 $514.00 $1,538.00 $4,613.00 NO BID NO BID NO BID $536.00 $1,993.00 $4,960.00 NO BID NO BID NO BID $1,050.00 $2,675.00 $7,975.00 $536.00 $1,993.00 $4,960.00 NO BID NO BID NO BID $1,100 00 $3,050.00 $9,450 00 $536 00 $1,993 00 $4,960.00 NO BID NO BID NO BID $1,450.00 $4,135.00 $10,800.00 $2,227.00 $5,817.00 �$5,817.00 $13,356.00 NO BID �NO BID �NO BID $2,227.00 $13,256.00 NO BID NO BID NO BID $45000 $1,050.00 $2,10000 $22100 $53900 $1,805.00 $400.00 $1,01500 $1,99900 $325.00 $950.00 $1,750.00 $475 00 $1,125.00 $2,200 00 $494 50 $1,221.00 $3,097.00 $307 00 $922 00 $2,500.00 $472.00 $1,235.00 $2,665.00 $450 00 $1,500 00 $3,500 00 $550.00 $1,325.00 $2,650.00 $635.00 $1,600.00 $4,074.50 $605.00 $1,691.00 $3,690.00 $520.00 $1,360.00 $2,560.00 $550.00 $1,850.00 $3,850.00 $325 00 $825.00 $1,595.00 $374.00 $913 00 $2,169.00 $352 00 $1,005 00 $2,010.00 $379.00 $835 00 $1,994 00 $420 00 $1,100.00 $2,800.00 $1,150 00 $2,300 00 $325.00 $825.00 $1,595.00 $374.00 $913.00 $2,169.00 $379.00 $835.00 $1,994.00 $985.00 $2,050.00 $385.00 $950.00 $1,950.00 $484.50 $1,158.00 $2,951.50 $445.00 $1,110.00 $2,400.00 $497.00 $1,097.00 $2,716.00 $530.00 $1,240.00 $300.00 $1,350.00 $2,700.00 $1,235 00 $3,050.00 $6,660.00 $1,077 00 $2,545.00 $8,086.00 $1,563.00 $3,741 00 $8,303.00 $3,550.00 $8,200 00 25-048 Page 3 of 6 Page 97 of 239 00 m..yra.�o-ir um � Item 'Deacription No. Loaders 97 135' Telescopic w/ Jib 4WD 98 45'-50' Telescopicc 4WD Scissor Lift Rental 99 Scissor Lifts 21' 30" wide 100 Scissor Lifts 25' 32" wide 101 Scissor Lifts 32'1" 46" wide 102 Scissor Lifts 38' 46" wide Trash Pumps (Hoses Extra) 103 2" Gasoline 104 3" Gasoline 105 4" Diesel - Trailer Mounted 106 6" Diesel - Trailer Mounted Air Compressors (Hoses Extra) and Light Towers 107 185 CFM - Diesel Trailer Mounted 108 400 CFM - Deesel Trailer Mounted Light Towers 109 Light Towers 4 KW Vertical Mast 23'5" 110 Light Towers 6KW Generator 23' Mast III Light Towers 7KW Generator 30' Mast 360 degrees Generators 112 3600 Watts 113 6000 Watts 114 20 KW - Trailer Mounted 115 36 KW - Trailer Mounted 116 56 KW - Trader Mounted Trenchers 117 Walk Behind 1030 Ditchwdch 118 Ride -On Vermeer RT350 Rammers 119 Tamper - Multiquip MT5 / MT85 (or equal) Crawler Loaders 120 2 4 Yd Bucket 148 HP - 33,389 lbs 121 3.2 Yd Bucket 189 BP - 45,500 lbs Disc Plows - 36 Hinge Offset 122 Plow 20 x 30 w/Plow 16/32 Vibratory Plate Compactors 25-048 ANNUAL PRICE AGREEMENT FOR HEAVY EQUIPMENT RENTAL 05/15/25 @ 2:00 P.M. Mustang Rentals United Rentals Redtail HERC Rentals Inc. KMC Forklift Associated Supply Company Unit Price lUnitPrice Unit Price nit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Daily Weekly Monthly ailyWeekly [1345.00 Monthly Daily Weekly Monthly DaiyWeekly Monthly Daily Weekly Monthly Daily ely Monthly $1,575.00 $3,595.00 $7,530.00 , $2,908.00 $9,893.50 $1,691.00 $4,219.00 $8,880.00 �Uniek?rice $3,750.00 $8,800.00 374.00 $913.00 $2,16900 37900 $835.00 $1,99400 $1,050.00 $2,150.00 $125.00 $404.00 $404.00 $122.50 $234.50 $499.00 $149.00 $296.00 $402.00 $159.00 $302.00 $518.00 $120.00 $240.00 $375.00 $125.00 $315.00 $475.00 $165.00 $695.00 $695.00 $150.00 $299.00 $690.00 $163.00 $326.00 $651.00 $174.00 $359.00 $712.00 $180.00 $380.00 $940.00 $200.00 $415.00 $750.00 $200.00 $814.00 $814.00 $167.00 $360.00 $878.00 $196.00 $587.00 $1,173.00 $210.00 $456.00 $917.00 $240.00 $480.00 $1,080.00 $250 00 $550 00 $1,125 00 $250 00 $298.00 1 $612.00 $1,496.00 1 $272.00 1 $656 00 $1,348 00 $260 00 1 $540.00 $1,180 00 1 $80.00 $195.00 $450.00 $51.00 $123.00 $371.00 $56.00 $166.00 $499.00 $70.00 $231.00 $492.00 $250.00 $525.00 $95.00 $250.00 $600.00 $60.00 $181.00 $541.00 $74.00 $222.00 $664.00 $82.00 $302.00 $620.00 $425 00 $750 00 $204.00 $612.00 $1,838.00 $251.00 $738.00 $1,768.00 $305.00 $825.00 $2,040.00 $239.00 $719.00 $2,159.00 $301.00 $846.00 $2,229.00 $775.00 $2,000.00 $140.00 $325.00 $650.00 I$173.00 $429.00 $892.00 I�$7 �$1,794.00$10600 $31900 $955.00 I$313.0043.009I I$350.00 �$925.00 �$2,250.00 $250.00 �$575.00 �$1,250.00 $179.00 $490.00 �$I,534.00 $115 00 $285.00 $505.00 I$148.00 $295.00 $596.00 1$11700 �$352 00 $1,055.00 INNO BNo O BID �NOBI0D �NO BID I I$125 00 $350 00 $750 00 $74.00 $211.00 $615 00 $51.00 $151 00 $454.00 $67.00 $246 00 $528 00 $90 00 $220.00 $525.00 $95.00 $289.00 $730.00 $57.00 $170 00 $511.00 $87.00 $313 00 $659 00 $230 00 $595.00 $1,195.00 $207.00 $481 00 $1,121.00 $218 00 $659 00 $1,670.00 $231.00 $507 00 $1,189 00 $29500 $740.00 $1,495.00 $229.00 $53100 $1,343.00 $308.00 $77900 $1,67100 $775.00 $1,634.00 $310.00 $790.00 $1,780.00 $300.00 $624.00 $1,481.00 $333.00 $805.00 $2,142.00 $1,025.00 $2,150.00 $235 00 $625.00 $1,295 00 $228 00 $601.00 $1,684.00 $180 00 $542 00 $1,625.00 $236.00 $666.00 $1,179.00 $425.00 $1,085.00 $2,350.00 $410.00 $975.00 $2,140.00 $300.00 $897.00 $2,691.00 $436.00 $1,107.00 $2,404.00 $95.00 1$250.00 1$575.00 $114.00 1$336.00 1$718.00 $77.00 1$231.00 1$693.00 $87.00 1$246.00 1$431.00 $125.00 1$350.00 1$775.00 N/A N/A N/A NO BID NO BID NO BID N/A N/A N/A NO BID INO BID INO BID $265.00 I$760.00 I$1,785.00 N/A IN/A IN/A I I NO BID INO BID INOBID I I 25-048 Page 4 of 6 Page 98 of 239 25-048 / ANNUAL PRICE AGREEMENT FOR HEAVY EQUIPMENT RENTAL 05/15/25 @ 2:00 P.M. Mustang Rentals United Rentals Redtail HERC Rentals Inc. KMC Forklift Associated Supply Company Item Description Unit Price Price Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price 'Unit Price Price Unit Price Unit Price Unit Price nit Price Unit Price Unit Price No. Loaders Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly Daily Weekly Monthly 123 3350 Centnfical For or Equivalent $95 00 $250.00 $575.00 $111.00 $295.00 $698 00 $58 00 $173 00 $517.00 $92.00 $282 00 $492 00 $125 00 $300 00 $725 00 Reversible Vibratory Plate Compactors 124 Multiquip - MVH 2O0DA- 8 HP $123.00 $367.00 $866 00 1 1 O BID NO BID NO BID Welders 125 Lincoln 250 Amps & Multiquip 300 Amps $110 00 $260.00 $595.00 $109.00 $279 00 $698.00 $185 00 $554 00 $1,662.00 $103.00 $251 00 $574 00 Hydraulic Cranes 126 Canry Deck Crane - 8 Ton $580 00 $1,360.00 $3,230.00 $516.00 $1,341 00 $4,063.00 1 1 $764.00 $2,096 00 $4,951 00 $1,690 00 $4,225 00 Submersible Pumps (Trash and Centrifusal) 127 2" Electric Centrifugal $160.00 $317.00 $950.00 $67.00 $185.00 $436.00 128 2" Electrical Trash $58.00 $173.00 $395.00 $34.00 $98.00 $296 00 NO BID NO BID NO BID Breakers (runs off 129 60lbs $64.00 $170.00 $398.00 $61.00 $183.00 $548.00 $59.00 $200.00 $431.00 $75.00 $150.00 $325.00 130 90lbs $73.00 $184.00 �$449 00 $61.00 $183.00 $548.00 $72.00 �$256 00 �$533 00 $100.00 $225.00 $450.00 Concrete Vibrators 131 2 HP (Furnished w/shaft & head) $41.00 �$133.00 $324.00 �$324 $52.00 $155.00 $465.00 $72.00 $251.00 �NO $528.00 �NO 132 3 HP (Furnished w/shaft & head) $41.00 $133.00 00 NO BID BID BID Misc 133 Bike Rack N/A N/A N/A NO BID NO BID NO BID Grand Total per column $60,011 00 $162,001.00 $412,101.00 $55,099.59 $147,266.67 $394,863.67 $9,041 00 $26,533 00 $73,730.00 $39,859.00 $102,228.00 $245,136.00 $2,870 00 $6,370 00 $11,985.00 $5,250.00 $138,090.00 $305,954.00 $150/dovetail/ Delivery Charge $250 $165.00 $65.00 $125 each way $150 00 $150/dovetail/ $250 Pick Up Charge RGN/Permrt $165.00 $65.00 $125 each way $150.00 Fuel Charge per gallon $10 00 $6.00 $7.99 Charge for Cleaning Equipment if Returned Dirty N/A $100.00 Delivery can be completed in _ days After Receiving Order (ARO) $1.00 o206 W SH 21 2301 1x 2-ve 31t 1 Longmire Ur. Location of Nearest Branch Bryan, TX College Station, TX College Station, TX 979-450-8710 Idlazarine0mustanecat.com Chris Foley11-877-874-44ileovrentsOur.com 979-695-1984 adam@reres.com Comments: Comments: Comments: $11 99/gal $11.99/gal $11.99/gal $75/per hour $75/per hour $75/per hour $50/hour $50/hour $50/hour 2787 N E. Rudder Fwy Prvan. TX 979-329-9025 Comments: 6101 It State Hwy 21 Brvan Tx Kevin Quinn 979-224-3765 kev i n@ k m ce a u i a m e nt. c o m Comments: $9.50 $50 per same day 1875 N. Earl Rudder t, wy Bryan, TX 979-779-8942 1 twdcoxCclascoea corn Comments: 25-048 Page 5 of 6 Page 99 of 239 Item Description No. Loaders 25-048 / ANNUAL PRICE AGREEMENT FOR HEAVY EQUIPMENT RENTAL 05/15/25 @ 2:00 P.M. Mustang Rentals entals Redtail HERC Rentals Inc. Unit Price Unit Price Unit Price Unit Price Unit Price I Unit Price Unit Price Unit Price lUnit Price Unit Price Unit Price Unit Price Daily Weekly Monthly Daily Weekly Imonthly Daily Weekly IMonthly Daily Weekly Monthly Comments: GRAND TOTALS DO NOT INCLUDE DELIVERY AND PICKUP. OUTSIDE HAULING AND AFTER HOUR DELIVERY ARE NEGOTIATED LOCALLY, TOLLS AND PERMITS ARE NOT INCLUDED. PARTS OR DECALS THAT NEED TO BE REPAIRED OR REPLACED WILL INCUR CHARGES OF THE COST PLUS A 20 % MARKUP. KMC Forklift Associated Supply Company Unit Price Unit Price Unit Price Unit Price Unit Price Unit Price Daily lWeekly Monthly Daily Weekly IMonthly 25-048 Page 6 of 6 Page 100 of 239 CITY OF COLLEGE STATION Home of Texas ArM University® 1101 Texas Avenue College Station, TX 77840 www.cstx.tov SPECIFICATIONS FOR AN ANNUAL PRICE AGREEMENT FOR THE RENTAL OF HEAVY EQUIPMENT BID NO.25-048 ; As modified by Addendum No. I BID OPENING DATE: May 15, 2025 @ 2:00 P.M. CT 4W = INTRODUCTION Bids are solicited for an Annual Price Agreement for the Rental of Heavy Equipment with the following definitions, terms and conditions of bidding. Should this bid contain the City's standard contract terms, conditions and insurance requirements, they will be attached as Exhibit A. Electronic response packages, in the format prescribed herein, shall be uploaded to Brazos Vallev e- Marketolace ("Bidding Portal") until 2:00 p.m. CT on May 15, 2025. Bidders are solely responsible for ensuring bids are uploaded to the Bidding Portal prior to the stated deadline. Bids not submitted by the time the Bidding Portal officially closes this ITB will not be accepted by any other means. Click here for an online response tutorial. In order to ensure a fair and objective evaluation, all questions and inquiries related to this Request for Proposal shall be addressed in writing_via the Q&A feature available through the Bidding Portal. The deadline for written questions is 2:00 p.m. CT on May 8, 2025. NOTE: Solicitation opportunities are posted on the Brazos Vallev e-Marketplace ("Bidding Portal'). Some solicitations, but not all, are conducive to receipt of response packages via the Bidding Portal. Uploaded responses are encrypted and remain effectively locked until the due date and time. To download solicitation documents, upload proposals and to submit questions online, vendors must be registered with the Bidding Portal. To register, please visit the Brazos Valley e-Marketplace website and click on Supplier Registration. (Please note that the City of College Station is not responsible for high internet traffic/demand at or near the time the response packages are due and that firms submitting their response package during peak traffic times risk their submittal not being received by the due date and time. Page 101 of 239 E I DEFINITIONS, TERMS AND CONDITIONS The following instructions apply to all bids and become a part of terms and conditions of any bid submitted to the City of College Station Purchasing Services Division, unless otherwise specified elsewhere in this bid request. All bidders are required to be informed of these Terms and Conditions and will be held responsible for having done so: Definitions In order to simplify the language throughout this bid, the following definitions shall apply: BID vs. PROPOSAL — For the purpose of this ITB, the terms "Bid" and "Proposal" shall be equivalent. CITY OF COLLEGE STATION — Same as City. CITY COUNCIL — The elected officials of the City of College Station, Texas given the authority to exercise such powers and jurisdiction of all City business as conferred by the State Constitution and Laws. CONTRACT — An agreement between the City and a Supplier to furnish supplies and/or services over a designated period of time during which repeated purchases are made of the commodity specified. CONTRACTOR — The successful Bidder(s) of this bid request. CITY — The government of the City of College Station, Texas. NO -CONTACT PERIOD — The period of time from the date a bid is issued until a contract is executed. If the City withdraws the bid or rejects all bids with the stated intention to reissue the same or a similar bid for the same or similar project, the no -contact period continues during the time period between the withdrawal and reissue. OWNER - City of College Station SUB -CONTRACTOR — Any contractor hired by the Contractor or Supplier to furnish materials and services specified in this bid request. SUPPLIER — Same as Contractor. Acceptance Upon acceptance and approval by the City Council, or their designated official, this bid effects a working contract between the City and the successful bidder for the period designated. A City of College Station Purchase Order is required prior to the delivery of any goods or services provided to the City. All bids will remain subject to acceptance, for 90 days after the date of the Bid opening. Receipt of Bids Bid packages must be uploaded to the Bidding Portal prior to the specified time and date to be accepted. Do not wait until the last minute to upload bid packages. Please allow no less than one (1) hour before the submission deadline to begin the upload process. Bid nacka2es not submitted by the time the Bidding Portal officially closes this ITB will not be accented by anv other means. Addenda If it becomes necessary to revise any part of this bid, a written addendum will be provided to all bidders. Owner is not bound by any oral representations, clarifications, or changes made in the written specification by Owner's employees, unless such clarification of change is provided to bidders in written addendum form from the Purchasing Agent. Addenda will be transmitted to all that are known to have Page 102 of 239 received a copy of the bid documents and specifications. However, it shall be the sole responsibility of the Bidder to verify issuance of any addenda to check all avenues of document availability prior to the opening date and time. Bidder shall acknowledge receipt of all addenda. Advertisement The Invitation to Bid as advertised will be considered an inclusion of the specifications and conditions. Applicable Laws All bidders will comply with all Federal, State, and local laws relative to conducting business in the City of College Station. The laws of the state of Texas will govern as to the interpretation, validity, and effect of this bid, its award and any contract entered into. Assignments It is agreed that the successful bidder will not assign, transfer, convey or otherwise dispose of the contract or its right, title or interest in or to the same, or any part thereof, without previous written consent of Owner and any sureties. Award of Contract Contract may be awarded to the bidder who provides goods or services at the best value for the City. In determining the best value for the City, the City may consider, but is not necessarily limited to, the following factors: a. Conformity to specifications; b. the purchase price, including payment discount terms; c. the reputation of the bidder and of the bidder's goods or services; d. the quality of the bidder's goods or services; e. the extent to which the goods or services meet the City's needs; f. the bidder's past relationship with the City; g. the impact on the ability of the City to comply with laws and rules relating to contracting with historically underutilized businesses and nonprofit organizations employing persons with disabilities; h. delivery terms; i. payment terms; j. availability of repair and maintenance parts; k. financial condition; 1. products or services that have a lesser or reduced effect on human health and the environment when compared with competing products and services that serve the same purpose. This comparison may consider raw materials acquisition, product, manufacturing, packaging, distribution, reuse, operation, maintenance, or disposal of the product or service; in. the total long-term cost to the City to acquire the bidder's goods or services; and n. any relevant criteria specifically listed in this request for bid. Although the cost of products to be provided is an essential part of the Bid, the City is not obligated to award a contract on the sole basis of cost. Bidder Conduct To ensure a fair, equitable and competitive bid process for all participating Bidders, during the No - Contact Period Bidders and individual(s) acting on a Bidder's behalf are prohibited from Page 103 of 239 communicating with any City official, City employee or City agent other than the authorized contact person(s) in the Purchasing Division. This prohibition expressly includes any communication with any City Official, City employee or City agent that is intended to or that is reasonably likely to: a) advance the interests of the Bidder; b) discredit the bid of another Bidder; c) encourage the City to cancel the Bid process; d) encourage the City to reject all of the bids received; or e) directly or indirectly ask, influence or persuade any City official, City employee, City agent or City board, committee or body to favor or oppose, recommend or not recommend, vote for or against, consider or not consider, or take action or refrain from taking action on any vote, decision or agenda item regarding the Bid. Bidders may be disqualified and rejection of Bid may be recommended for violating this provision. Further, Bidders violating this section may be subject to the City's Vendor Suspension and Debarment Policy. This provision does not prevent a Bidder from filing a formal bid protest in accordance with the City's policy and procedures, making public statements to the City Council convened for a regularly scheduled session after the official selection has been made and placed on the City Council agenda for action or to a City Council committee convened to discuss a recommendation regarding the Bid. See Chapter 17 of the online Purchasing Policv Manual for details regarding Bid Protests. Brand Names Whenever in this invitation, any particular materials, process and /or equipment are indicated or specified by patent, proprietary or brand name, or by name of manufacture, such wording will be deemed to be used for the purpose of facilitating description of the material, process and/or equipment desired and will be deemed to be followed by the words "or equal." Business Practices Minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex, or national origin in consideration for an award. Cancellation The City reserves the right to cancel this contract or any portion thereof immediately should supplier's delivery or service be unsatisfactory or for supplier's failure to comply with terms stated in contract. Certification Bids must be completed and submitted on the forms included within the specifications of this bid. The Certification of Bid form must be fully completed and submitted with bids. Bids lacking the required Certification form may be considered non -responsive and may be rejected. Collusion Advanced disclosures of any information to any particular bidder which gives that particular bidder any advantage over any other interested bidder in advance of the opening of bids, whether in response to advertising or an informal request for bids, made or permitted by a member of the governing body or an Page 104 of 239 employee or representative thereof, will cause to void all proposals of that particular bid solicitation or request. Communication The City shall not be responsible for any verbal communication between any employee of the City and potential bidder(s). Only written specifications and price quotations will be considered. Confidentialitv Public agencies in Texas are subject to the Public Information Act. Delivery All prices quoted shall be F.O.B. City of College Station. No freight or delivery charges will be accepted unless shown on bid. Electronic Documents Bidders may be supplied with the original documents in electronic form to aid in the preparation of bid(s). By accepting these electronic documents, Bidders agree not to edit or change the language or format of these documents. Submission of a proposal by Bidder signifies full agreement with this requirement. Exceptions The bidder will note any exceptions to the conditions of this bid on company letterhead. If no exceptions are stated, it will be understood that all general and specific conditions will be complied with, without exception. Term of Contract This contract shall become effective from date of acceptance and approval by the City of College Station. It shall remain in full force and effect with firm fixed bid prices for the period of one (1) year. Extension of Contract Upon completion of the term of the original contract and upon the mutual agreement of both parties, the original contract may be renewed for up to two (2) additional one (1) year terms [three (3) years total]. The renewal will be under the same terms and conditions as the original contract; provided, however, that the unit prices bid under the original contract may, by mutual agreement, be increased by no more than ten percent (10%) of the original contract price, unless such increase/decrease is pursuant to the Escalation/De-Escalation provisions contained herein. In the event a new contract cannot be executed at the anniversary date of the original term or any renewal term, the contract may be renewed month -to -month until a new contract is executed. Financial Condition Contractor must provide audited financial statements, if requested, to the City. Fiscal Funding This contract includes fiscal funding provisions. If, for any reason, funds are not appropriated to continue this contract, said contract shall become null and void. Page 105 of 239 Forms Bid proposals will be submitted on the forms provided by Owner. All figures must be written in ink or typewritten. However, mistakes may be crossed out, corrections inserted adjacent thereto and initiated in ink by the person signing the proposal. When discrepancies occur between words and figures, the words shall govern. Indemnification The successful bidder agrees by entering into this contract, to defend, indemnify and hold Owner harmless from any and all causes of action or claims of damages arising out of or related to bidder's performance under this contract. Independent Contractor Nothing in this bid is intended nor shall be construed to create an employer/employee relationship between the contracting parties. Insurance Successful bidder agrees to provide proof of insurance meeting the City's requirements as detailed in Exhibit A. Interlocal Agreement Successful bidder agrees to extend prices and terms to all entities who have entered or will enter into joint purchasing interlocal cooperation agreement(s) with the City of College Station. Notification The City of College Station uses multiple channels for the notification and dissemination of all invitations to bid. Approved methods of dissemination include: City of College Station website or the City of College Station Purchasing office. The receipt of solicitations through any other means may result in the receipt of incomplete specifications or addenda which could ultimately render your bid non- compliant. City of College Station accepts no responsibility for the receipt or notifications of solicitations through any other source. Management Should there be a change in ownership or management, the contract shall be canceled unless a mutual agreement is reached with the new owner or manager to continue the contract with its present provisions and prices. This contract is nontransferable by either party. Pavment Terms Invoices must be submitted by the vendor in duplicate to the City of College Station, Accounting Dept., P.O. Box 9973, College Station, Texas 77842-0973. To submit invoices via electronic mail, please use the following address: vendorinvoiceentrvacstx.aov . If invoices are subject to cash discount, discount period to be taken from the date of completion of order or date of receipt of invoice, whichever occurs last regardless of whether or not correct discount terms appear on invoice. All invoices to be paid in full within 30 days after satisfactory delivery and billing unless otherwise specified or mutually agreed upon before orders are placed. The City will not be liable for payment of invoices received six (6) months after order completion. Page 106 of 239 Prompt Pavment Discounts for prompt payment offered may be taken into consideration during bid evaluation. Terms of payment offered will be reflected in the space provided on the bid proposal form. All terms of payment (cash discounts) will be taken and computed from the date of delivery of acceptable material or services, or the date of receipt of invoice, whichever is later. Virtual Pavment Method For increased payment and financial information security, the Contractor must use the City's approved virtual payment card system or digital payment system for all payments, storing, and modifications of financial information used for City payments to the Contractor. Any related reasonable fees paid by the Contractor for use of the virtual payment card system or digital payment system may be passed through to the City. The City's decision to use the virtual card payment method will be discussed with the bidder recommended for award prior to the execution of an agreement or purchase order. The City may also choose by written agreement to use electronic funds transfers for payments. If so, vendors must complete an authorization form and submit it to our Accounts Payable Division. Forms may be requested from and submitted to Accounts Payable via email at vendorinvoiceentrvacstx.2ov. Fraud Reporting To reduce the risk of fraud and to protect the Contractor's financial information from fraud, the Contractor must report to the City in writing at vendorinvoiceentrv(&cstx.aov if the Contractor reasonably suspects or knows if any of their financial information has been subject to fraudulent activity or suspected fraudulent activity. Priority of Documents In the event there are inconsistencies between the general provisions and other bid terms or conditions contained herein, the latter will take precedence. Ouantities Quantities indicated in the Bid are estimated based upon the best available information. The City reserves the right to increase or decrease the quantities by any amount deemed necessary to meet its needs without any adjustments in the unit prices bid. Reimbursements There is no expressed or implied obligation for the City of College Station to reimburse responding firms for any expenses incurred in preparing bids in response to this Invitation to Bid and the City of College Station will not reimburse responding firms for these expenses, nor will the City of College Station pay any subsequent costs associated with the provision of additional information or presentation, or to procure a contract for these goods or services. Reservations The City reserves the right to accept or reject in part or in whole, any bids submitted, and to waive any technicalities for the best interest of the City. The City reserves the right to reject any bid that does not fully respond to each specified item. Samples Samples of items shall be furnished, if requested by the Owner, without charge, and if not destroyed, shall upon request be returned at the bidder's expense. Page 107 of 239 Satisfaction Acceptance of merchandise, work, or equipment provided shall be made by the City at the sole discretion of the City Council. All terms and conditions of the contract, and specifications must be satisfactorily met; including the submission to the City of any and all documentation as may be required before award recommendation will be submitted to City Council. Severabilitv The invalidity or unenforceability of any provision hereof shall not affect the validity or enforceability of any other provision. Standard Contracts Should this bid include any of the City's Standard Contracts (Attachment A), all bidders shall be required to thoroughly read and understand the terms, conditions and provisions in these documents. The successful bidder shall be responsible for compliance with these terms and conditions. In the event that this bid is awarded to your company, the executed contract and purchase order subsequently issued will become the official documents to supply product(s) or services(s) to City. All required Certificates of Insurance and endorsements will be required before award recommendation is taken to City Council. Any exceptions taken to City's standard contracts may cause bid to be considered non -responsive. Tax Exempt Owner is exempt from State Retail Tax and Federal Excise Tax. The price bid must be net, exclusive of taxes. Title and Risk of Loss Title and Risk of Loss of the goods shall not pass to the City until the City actually accepts and takes possession of the goods at the point or points of the delivery. Unit Prices Prices should be itemized. Unit prices shall be set to no more than four (4) decimal places. The Owner reserves the right to award by item or by total bid. If there are discrepancies between unit prices and extension, the unit price will prevail. Venue Any resulting contract shall be governed by and construed and enforced in accordance with the laws of the State of Texas Withdrawal Bidders may request withdrawal of a posted sealed proposal prior to the scheduled bid opening time, provided the request for withdrawal submitted to the Purchasing Agent in writing. Owner reserves the right to reject any and all bids by reason of this request. Personal Interest College Station City Charter Article XII: General Provision; Section 116. Members of the City Council and officers and employees of the City shall comply with state law pertaining to conflicts of interest of local government officials, including TEXAS LOCAL GOVERNMENT CODE, Chapter 171. Any willful violation of this section shall constitute malfeasance in office and any officer or employee guilty thereof shall thereby forfeit his office or position. Any violation of this section with the knowledge Page 108 of 239 expressed or implied of the person or corporation contracting with the City shall render the contract voidable by the City Council or City Manager. Disclosure of Interested Parties Contracting hereunder may require compliance with §2252.908 Texas Government Code/Disclosure of Interested Parties for contracts that (1) require an action or vote by the City Council before the contract may be signed; or (2) has a value of at least $1 million. The law provides that a governmental entity may not enter into certain contracts with a business entity unless the business entity submits a disclosure of interested parties to the governmental entity at the time the business entity submits the signed contract to the governmental entity or state agency. For purposes of this section, the following definitions apply: "Interested parry" means a person who has a controlling interest in a business entity with whom the City contracts or who actively participates in facilitating the contract or negotiating the terms of the contract, including a broker intermediary, advisor, or attorney for the business entity. "Controlling interest" means: (1) an ownership interest or participating interest in a business entity by virtue of units, percentage, shares, stock, or otherwise that exceeds 10 percent; (2) membership on the board of directors or other governing body of a business entity of which the board or other governing body is composed of not more than 10 members; or (3) service as an officer of a business entity that has four or fewer officers, or service as one of the four officers most highly compensated by a business entity that has more than four officers. "Intermediary," means a person who actively participates in the facilitation of the contract or negotiating the contract, including a broker, adviser, attorney, or representative of or agent for the business entity who: 1. Receives compensation from the business entity for the person's participation; 2. Communicates directly with the City on behalf of the business entity regarding the contract; and 3. Is not an employee of the business entity. The process as implemented by the Texas Ethics Commission ("TEC") is as follows: 1. The disclosure of interested parties must be performed using the Texas Ethics Commission's electronic filing an Aication listing each interested party of which the business entity is aware on Form 1295, obtaining a certification of filing number for this form from the TEC, and printing a copy of it to submit to the City. 2. The copy of Form 1295 submitted to the City must contain the unique certification number from the TEC. The form must be filed with the City pursuant to §2252.908 Texas Government Code, "at the time the business entity submits the signed contract" to the City. The City, in turn, will electronically acknowledge the filed Form 1295 not later than the 30th day after the date the City receives the Form 1295 from the business entity. Once a Form 1295 is acknowledged, it will be posted to the Texas Ethics Commission's website. Page 109 of 239 _ M 0 M SPECIAL PROVISIONS Assemblv The unit(s) shall be completely assembled, adjusted, and all equipment including standard and supplemental equipment installed, and the unit made ready for continuous operation unless otherwise specified in bid document. Bid Literature Bidders must submit with their bid or have on file the latest printed literature and detailed specifications on equipment or material the bidder proposes to furnish. Any catalog, brand name, or manufacturer's reference used is considered to be descriptive -not restrictive and is indicative of the type and quality the City desires to purchase. Delivery All deliveries are to be made F.O.B. City of College Station, ATTN Central Receiving, 1601 Graham Road, College Station, TX 77845, during regular working days, and between the hours of 8:00 a.m. and 4:00 p.m., unless otherwise requested by the City. Regulations and Standards The unit(s) provided shall meet or exceed all Federal and State of Texas safety, health, lighting, and noise regulations and standards in effect and applicable to equipment furnished at the time of manufacture. Vendor's Sales Territory City waives any responsibility or liability for vendors bidding products or services "outside" their authorized territory by manufacturer or product line. Any vendor bidding outside an approved manufacturer line does so at his own risk and discretion. Vendor shall comply with all sales terms according to original bid and purchase order regardless of claim or dispute with product line representatives. Warrantv Warranty shall be for both labor and materials for a minimum period of one (1) year on any products or services provided to the City, unless specified and agreed upon otherwise. Workmanship All parts not specifically mentioned which are necessary for the unit to be complete and ready for operation or which are normally furnished as standard equipment shall be furnished by the successful bidder. All parts shall conform in strength, quality, and workmanship to the accepted standards of the industry. Variations Any variation from these specifications must be indicated on the Bid or on a separate attachment to the Bid. This sheet shall be labeled as such. Page 110 of 239 SPECIFICATIONS Scope and Intent The City of College Station (City) is soliciting bids to establish an annual contract for the rental of heavy machinery. It is the intent of the City and participating entity to establish an annual contract with one or more vendors, to supply all commodities outlined in this bid, to be located within the Cities of Bryan and / or College Station city limits for quick accessibility of equipment. For informational purposes only, the City of College Station anticipates future rental of heavy machinery to be approximately $85,000 or less per fiscal year. Page 111 of 239 QUOTATION Enter all bid responses using the provided Pricing Worksheet entitled "Exhibit B". ❖ Please complete the Excel Worksheet (Exhibit B) and upload this Excel Worksheet document with your "Line Item " Pricing within Brazos Vallev e-Marketplace, Bid# 25- 048, to be considered a responsive vendor. Please Note: Any response with " Line Item" Pricing, submitted without the completed Excel Worksheet in Brazos Vallev e- Marketplace, will be considered "Un-Responsive". ❖ If you are suggesting a substitute, within the "Line -Item Pricing", you can provide Notes, Manufacturer, Catalog #, Comments, as an Attachment. Page 112 of 239 CERTIFICATION OF BIDI The undersigned affirms that they are duly authorized to execute this contract, that this bid has not been prepared in collusion with any other bidder, and that the contents of this bid have not been communicated to any other bidder prior to the official opening of this bid. Additionally, the undersigned affirms that the firm is willing to sign the enclosed Standard Form of Agreement (if applicable). Signed By: Title: Typed Name: Company Name: Phone No.: Fax No.: Email: Bid Address: Order Address: Remit Address: P.O. Box or Street City State Zip P.O. Box or Street City State Zip P.O. Box or Street City State Zip Company is a publicly traded business entity, including a wholly owned subsidiary of the business entity: Yes No Federal Tax ID No.: DUNS No.: Date: Number of Addenda is hereby acknowledged: END OF BID #25-048 Page 113 of 239 Exhibit A Insurance Requirements During the term of this Agreement, Vendor's insurance policies shall provide evidence on the most current State of Texas Department of Insurance -approved certificate of liability insurance of the following insurance coverage: Commercial General Liability Business Automobile Liability Workers' Compensation I. General Policy Requirements A. Insurance Carriers must be licensed and authorized to do business in the State of Texas and must be A. M. Best -rated A- VIII or better. B. Coverage shall not be canceled, non -renewed or reduced in limits of liability until thirty (30) days prior written notice has been given to the City of College Station. C. No coverage shall be excluded from the standard policy without notification of individual exclusions being attached for review and acceptance. D. Contractor shall be responsible for any deductibles on any policies. E. Policies (except Workers Compensation) shall be endorsed to name the City of College Station, its officers, agents, employees and volunteers, as Additional Insured. F. Policies shall be endorsed to show Contractor's policies are primary to the City's self-insurance or any insurance obtained by the City. G. An endorsement Waiving Subrogation Rights shall be provided in favor of the City on all policies H. Contractor is responsible for any deductibles which may exist on policies obtained in compliance with the terms of this Agreement. I. Certificates of Insurance and endorsements shall be attached hereto as Exhibit C, shall be furnished to the City's Representative at the time of execution of this Agreement, and shall be approved by the City before work commences. II. Policy -specific Requirements A. Commercial General Liability 1. Limit of liability of $500,000.00 per occurrence for bodily injury and property damage with an annual aggregate limit of $1,000,000. 2. The coverage shall include, but not be limited to the following: premises/operations with separate aggregate; independent contracts; products/completed operations; contractual liability (insuring the indemnity provided herein) Host Liquor Liability, Personal & Advertising Liability; and Explosion, Collapse, and Underground coverage where appropriate. B. Business Automobile Liability 1. Minimum Combined Single Limit of $1,000,000 per occurrence for bodily injury & property damage. 2. Business Auto Policy must show Symbol 1 in the Covered Autos Portion of the liability section in Item 2 of the declarations page. 3. The coverage shall include owned autos, leased or rented autos, non -owned autos, any autos and hired autos. 4. Pollution Liability coverage shall be provided by endorsement MCS-90, with a limit of $1,000,000.00. C. Workers compensation insurance shall include the following terms: 1. Employers' Liability minimum limits of $500,000 for each accident/each disease/each employee. 2. "Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04". 3. Texas must appear in Item 3A of the Workers Compensation coverage or Item 3C must contain the following: All States except those listed in Item 3A and the States of NV, ND, OH, WA, WV, and WY. Page 114 of 239 TEAMS MEETING NOTICE for BID#25-048 OPENING Laura Perez is inviting you to a scheduled TEAMS meeting, for Bid#25-048 Opening, May 15, 2025, at 2:00 P.M.C.T. Join the meeting now Meeting ID: 257 059 447 448 1 Passcode: AQ2nU39E Page 115 of 239 June 26, 2025 Item No. 6.7. Wells 10,11,12 CMAR Contract Amendment No. 2 (GMP No. 2) Sponsor: Jennifer Cain, Director Capital Projects Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action on an amendment to a Constructior Manager at Risk (CMAR) Contract with Garney Construction., Inc. accepting the Guaranteed Maximum Price Amendment No. 2 (GMP No. 2) of $3,198,870.93 for the second early works package for Wells 10, 11, and 12 project, plus the City's contingency in the amount of $319,887.10 for a total appropriation of $3,518,758.03. Approval of this item grants authority for the City Manager to authorize project expenditures up to the City's contingency amount. Relationship to Strategic Goals: Core Services and Infrastructure Recommendation(s): Staff recommends approval. Summary: This Amendment No. 2 (GMP No. 2) to the current construction manager at risk contract with Garney Construction includes scopes of work for clearing, and building internal access roads and well pads. This project involves the design and construction of three new water wells and a collection line in the well field. Each well will have a pumping capacity of 3,300 gpm and will be operated using a Motor Control Cabinet, Variable Frequency drive, and a generator for backup power. The project will also include the construction of internal access roads and power distribution. The project will also build approximately 12,000 linear feet of collection line between the three wells and the tie-in point along Sandy Point Road. Coordination with BTU, Union Pacific and TXDOT is needed for power, access, and utility work. Land acquisition will be needed for easements. Garney Construction will provide pre -construction services (constructability reviews, materials coordination, cost estimating, etc.) during the design phase. Garney will also provide construction phase services. Construction will be bid out through the CMAR and presented to City Council for approval as a Guaranteed Maximum Price (GMP) for each construction phase(s) of the project. The project began construction in 2025 and will be complete before August 2028. Budget & Financial Summary: A budget of $69,300,000 is available in the Water Capital Improvement Projects Fund. A total of $12,707,901.38 has been expended or committed to date, leaving a balance of $56,592,099 for this CMAR amendment and any remaining project expenses. Attachments: 1. Wells 10,11,12 and Collection Line Map 2. 25300059 GMP#2 -- BW Page 116 of 239 CONTRACT & AGREEMENT ROUTING FORM CITY OF COLLEGE STATION CONTRACT#: 25300059 PROJECT#: WA2400 BID/RFP/RFQ#: Horne of Texas A&M University® Project Name / Contract Description: GMP#2 - CMAR New Water Wells 10,11,12 for Access Roads and Pipelines Name of Contractor: CONTRACT TOTAL VALUE: Garney Companies, Inc $ 6,895,977.28 Grant Funded Yes No ❑ If yes, what is the grant number: Debarment Check ❑ Yes ❑ No ❑ N/A Section 3 Plan Incl. ❑ Yes ❑ No ❑ N/A Davis Bacon Wages Used ❑ Yes ❑ No[:] N/A Buy America Required ❑ Yes ❑ No[:] N/A Transparency Report ❑ Yes ❑ No ❑ N/A ❑ NEW CONTRACT ❑ RENEWAL # CHANGE ORDER # 2 ❑ OTHER BUDGETARY AND FINANCIAL INFORMATION (Include number of bids solicited, number of bids received, funding source, budget vs. actual cost, summary tabulation) A budget of $69,300,000 is available in the Water Capital Improvement Protects Fund A total of $12,707,901 has been expended or committed to date, leaving a balance of $56,592,099 for this CMAR contract and any remaining project expenses. (If required)* CRC Approval Date*: 6/17/25 Council Approval Date*: 6/26/25 Agenda Item No*: --Section to be completed by Risk, Purchasing or City Secretary's Office Only — Insurance Certificates: NSA Performance Bond: BW Payment Bond: BW Info Tech: N/A SIGNATURES RECOMMENDING APPROVAL DEPARTMENT DIRECTOR/ADMINISTERING CONTRACT ASST CITY MGR — CFO LEGAL DEPARTMENT APPROVED & EXECUTED CITY MANAGER N/A MAYOR (if applicable) N/A CITY SECRETARY (if applicable) DATE DATE DATE DATE DATE DATE Onginal(s) sent to CSO on Scanned into Laserfiche on Original(s) sent to Fiscal on Page 118 of 239 GUARANTEED MAXIMUM PRICE AMENDMENT NO.2 TO THE STANDARD FORM OF AGREEMENT BETWEEN CITY AND CONSTRUCTION MANAGER AT RISK This Guaranteed Maximum Price Amendment No. 2 to the Standard Form of Agreement Between City and Construction Manager At Risk ("Amendment No. 2" or "GMP No. 2") is entered into by and between the City of College Station, Texas ("City" or "Owner") and Garnev Companies, Inc., ("Construction Manager") for the construction of the following City Project: New Water Wells 10, 11, 12, Access Roads and Pipelines (the "Project"). This Amendment No. 2 amends the one certain Standard Form of Agreement Between the City and Construction Manager At Risk (the "Agreement") entered into by and between the City of College Station, Texas and Construction Manager, dated October 25, 2024 (Contract No. 25300059), as further amended by Amendment No. 1, dated May 25, 2025, and further establishes the time for completion of the construction and a Guaranteed Maximum Price ("GMP") for the construction of the following parts of the Project: (a) Bid Package 1.03 — ROW Clearing, Grubbing & Temporary Construction Gaps (b) Bid Package 1.04 — Well Site Access Road Construction RECITALS WHEREAS, City and Construction Manager entered into the Agreement dated as of October 25, 2024, for the construction of the City's New Water Wells 10, 11, 12, Access Roads and Pipelines Project, as amended; and WHEREAS, unless clearly provided otherwise herein, all terms, conditions, and phrases used herein shall have the same meaning as the terms, conditions, and phrases used in the Agreement, as amended; and WHEREAS, Sections 23.03 and 26.02 of the Agreement contemplates the delivery of a Construction Manager's GMP Proposal or Proposals if the Project is split up into multiple GMP phases to City; and WHEREAS, Sections 23.03 and 26.02 of the Agreement requires that said proposal contain certain representations and documentation; and WHEREAS, Sections 23.03 and 26.02 of the Agreement provides that in the event City timely accepts the Construction Manager's GMP Proposal, this GMP Amendment shall be executed; and WHEREAS, the Construction Manager has delivered a Construction Manager's GMP Proposal to City; and WHEREAS, City desires to accept the Construction Manager's GMP Proposal, subject to any amendments or revisions as set forth above and herein. NOW, THEREFORE, in consideration of the mutual covenants set forth herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, City and Construction Manager agree to modify and amend the Agreement as follows: 1. Acknowledgments. The Construction Manager acknowledges that this Amendment No. 2 does modify the original Project scope, budget, and time for completion set forth in the Agreement. 2. Amendment is Cumulative. The Construction Manager acknowledges that this Amendment No. 2 is cumulative and includes the costs for the payment bond, performance bond, any applicable bond riders, insurance, general and administrative costs. GMP Amendment No. 2 New Water Wells 10, It, 12, Access Roads and Pipelines Project CMAR — Gamey Companies, Inc. Pagel of 29 Page 119 of 239 GMP Proposal. City hereby accepts the Construction Manager's detailed GMP Proposal for GMP Amendment No. 2 submitted by Construction Manager, dated June 6, 2025, a true and complete copy of which is attached hereto and incorporated herein by reference, marked as: Exhibit "A" and sub —Exhibits A-1 through A-8. Cost of Work for GMP No. 2. Construction Manager's GMP for the Cost of the Work for this GMP No. 2 is: Two Million Seven Hundred Thirtv-Four Thousand Thirtv-Three and 63/100 Dollars ($2,734,033.63), subject to additions and deductions by Change Order as provided in the Contract Documents as agreed by City and Construction Manager. GMP No. 2 is an amount that the Cost of the Work shall not exceed and is based on and detailed in the attached Exhibit "A" and sub -Exhibits A-1 through A-8. 5. CMAR General Conditions for GMP No. 2. The Construction Manager's General Conditions for GMP No. 2 is a stipulated 8% of the Cost of the Work, as adjusted by a rounding correction from GMP No. 1. The sum of the General Conditions for GMP No. 2 is: Two Hundred Eighteen Thousand Three Hundred Thirtv-Five and 20/100 Dollars ($218,335.20). 6. CMAR Construction Services Fee for GMP No. 2. The Construction Manager's Fee (Construction Services Fee) for the Construction of the Work in GMP No. 2, as adjusted by a rounding correction from GMP No. 1, is hereby established in the sum of Two Hundred Fortv-Six Thousand Five Hundred Two and 10/100 Dollars ($246.502.10). based on the product of 9% multiplied by the Cost of the Work. 7. Total GMP No. 2 Amount. The total amount for GMP No. 2, including the noted adjustments above is: Three Million One Hundred Ninetv-Eight Thousand Eight Hundred Seventv and 93/100 Dollars ($3,198,870.93). All Costs Included in CMAR Fee. All costs and expenses for those General Conditions, identified by the Construction Manager in its response to the RFP, as well as all overhead expenses and Cost of the Work for the construction are included in the above GMP totals. The Construction Manager acknowledges and agrees that City shall have no liability for any General Condition expenses beyond payment of the above noted amount, and Construction Manager agrees that it shall not be entitled to receive any additional compensation from City for the General Conditions beyond this amount unless expressly adjusted by a Change Order authorized in writing by the City. 9. Substantial Completion for Bid Package 1.03 — ROW Clearing, Grubbing & Temporary Construction Gans. Pursuant to the terms of the Agreement and this GMP No. 2, the ROW Clearing, Grubbing & Temporary Construction Gaps portion of the Project will be substantially complete by October 4.2025. so long as the Written Notice to Proceed is issued within two (2) weeks of final execution of this GMP No. 2, as defined in Section 2.15 of the Agreement. 10. Agreement Terms and Conflict. Except as modified herein, the terms and conditions of the Agreement, as amended, remain unchanged. In the event of a conflict between the terms of this Amendment and those of the Agreement, as amended, City and Construction Manager agree that the terms of this Amendment shall take precedence. Signature Page Immediately Follows GMP Amendment No. 2 New Water Wells 10, It, 12, Access Roads and Pipelines Project CMAR — Gamey Companies, Inc. Page 2 of 29 Page 120 of 239 IN WITNESS WHEREOF, the parties have executed this Amendment to be effective as of the last date making it fully executed. GARNEY COMPANIES, INC. Printed Name: William D. Williams Title: Executive Vice President Date: 06/26/2025 List of Exhibits: CITY OF COLLEGE STATION By: City Manager Date: APPROVED: City Attorney Date: Assistant City Manager/CFO Date: Exhibit "A" — Construction Manager's GMP No. 2 Proposal Exhibit "A-1" — GMP No. 2 — Submittal Letter, Executive Summary, & Supporting Documents Exhibit "A-2" — GMP No. 2 — Cost Summary Exhibit "A-3" — GMP No. 2 — Plans Exhibit "A-4" — GMP No. 2 — Addenda No. 1 Exhibit "A-5" — GMP No. 2 — Assumptions and Exclusions Exhibit "A-6" — GMP No. 2 — ROW Clearing (SOV 1.03) Exhibit "A-7" — GMP No. 2 — Well Sites & Access Road Construction (SOV 1.04) Exhibit "A-8" — GMP No. 2 — Bond Riders for Payment and Performance Bonds GMP No. 2 GMP Amendment No. 2 Page 3 of 29 New Water Wells 10, It, 12, Access Roads and Pipelines Project CMAR — Gamey Companies, Inc. Page 121 of 239 Exhibit "A" Construction Manager's GMP No. 1 Proposal GMP Amendment No. 2 New Water Wells 10, 11, 12, Access Roads and Pipelines Project CMAR—Gamey Companies, Inc. Page 4 of 29 Page 122 of 239 Exhibit "A-1" - GMP No. 2 Submittal Letter, Executive Summary, and Supporting Documents GAR N EY 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.460 Fax: 816.741.4488 www.garney.com Casey Rhodes, PE 06/06/2025 City of College Station 300 Krenek Tap Road College Station, TX 77840 RE: Wells 10,11,12 and Collection Line Bid Package 1.00 - Early Works Recommendation 02 Mr. Rhodes - In accordance with the Agreement between Gamey Companies, Inc. and the City of College Station, Gamey is pleased to provide the below information and attached documentation to support pricing for Bid Package 1.00 - Early Works - ROW Clearing, Grubbing & Temporary Construction Gaps and Well Site Access Road Construction for the Wells 10, 11, 12 and Collection Line project. Gamey recommends to establish the pricing for this bid package at $3,198,870.93. The scope of work included in this Bid Package 1.00 recommendation includes the procurement of the following construction services to support future GMP proposals and the installation of the permanent wells and collection pipeline. SOV 1.03 — ROW Clearing, Grubbing & Temporary Construction Gaps SOV 1.04 — Well Site Access Road Construction This bid package pricing recommendation is for materials and construction services associated with the above -mentioned scopes. The above services will be paid for by Gamey Construction within the requirements of the Agreement for the CMAR Project. The scope included in this recommendation includes the above materials and construction services as identified in the plans and specifications made available to Garvey for the purpose of early work procurement and bidding. These plans and specifications are generally referred to as the "Construction Plans for Wells 10, 11, 12 and Collection Pipeline Early Works Submittal" dated 02/20/2025 and "Technical Specifications for Wells 10, 11, 12 and Collection Line Early Works Package" dated 02/21/2025. These plans and specifications were not final at the time of procurement and were intended for the sole purpose of early procurement of the above referenced items. It is both possible and likely that design revisions will be made as the project progresses from the 50% Design through Final Design for Construction. Any revisions to these plans and specifications, and cost adjustments associated with those revisions, will be captured either in the future GMP proposal or as a Change Order to any future GMP proposals, as directed by the City of College Station and in accordance with the Agreement. This Bid Package 1.00 recommendation includes the Construction Manager at Risk's Fees and Expenses, the estimated Cost of the Work, Design Progression Allowance, and expenditures for contingencies as outlined in the Contract Documents and Agreement. Please contact Garvey directly if there are any questions regarding this proposal. Sincerely, GARNEY COMPANIES, INC. Daniel Murray Senior Project Manager Gamey Companies, Inc. Cc: Chad Sharbono — Gamey Ben Snider — Gamey Sam Parrack - Garvey Jason Ward — Freese and Nichols David Hunn — Freese and Nichols Attachments: City of College Station - Wells 10, 11,12 and Collection Pipeline - Bid Package 01 - Initial Work Package Plan Sets: 50% — City of College Station Construction Plans for Wells 10,11,12 and Collection Pipeline Early Works 50% - City of College Station Technical Specifications for Wells 10, 11, 12 and Collection Line Early Works Package Page 123 of 239 CITY OF COLLEGE STATION WELLS 10, 11, 12 and COLLECTION PIPELINE Project No. CCL24267 Q T Y OF- C rq j. i -..G ri:kqT tc)-.%-4 1e*f�raacfA&M 6%11 wAy 0 Cstx.guy Recommendation #2 COCS Bid Package 1.00 Work Procurement Tab-1 — Executive Summary GARNEY Page 124 of 239 Gcv GAR N EY Casey Rhodes, PE City of College Station 300 Krenek Tap Road College Station, TX 77840 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 Fax: 816.741.4488 RE: Wells 10, 11, 12 and Collection Line Bid Package 1.00 - Early Works Executive Summary Mr. Rhodes, www.garney.com 06/06/2025 In accordance with the Agreement between Gamey Companies, Inc. and the City of College Station, Gamey is pleased to provide the below information and attached documentation to establish the Recommended Price for The City of College Station CMAR Project No. CCL24267 Bid Packages 1.03 and 1.04 and associated work identified for the Wells 10, 11, 12 and Collection Pipeline Project. Gamey proposes to establish the Early Work recommendation for the Bid packages at $3.198.870.93. This recommendation includes the Construction Manager at Risk's Fees and Expenses, General Conditions Fee and Expenses, the estimated Cost of the Work, Allowance(s) and Extra Work Items (EW), and expenditures for contingencies as outlined in the Contract Documents and Agreement. SOV 1.03 — ROW Clearing, Grubbing & Temporary Construction Gaps SOV 1.04 — Well Site Access Road Construction This recommendation is for procurement of materials and construction services associated with the above -mentioned scope. The above material and construction services will be paid for by Gamey Construction within the requirements of the Agreement for the CMAR Project. The scopes included in this recommendation includes the above materials and construction services as identified in the plans and specifications made available to Garvey for the purpose of procurement as well as the assumptions/clarifications provided as an attachment hereto. These plans and specifications are generally referred to as the "Construction Plans for Wells 10, 11, 12 and Collection Pipeline Early Works Submittal" dated 02/20/2025 and "Technical Specifications for Wells 10, 11, 12 and Collection Line Early Works Package" dated 02/21/2025 and is also inclusive of any addendum(s) issued during the City of College Station - Wells 10,11,12 and Collection Pipeline - Bid Package 01- Initial Work Package procurement process. These plans and specifications at the time of procurement were intended for bidding purposes for the above referenced scope(s). It is both possible and likely that design revisions will be made as the project progresses and plans are identified and sealed as "For Construction." Any revisions to these plans and specifications, and cost adjustments associated with those revisions, will be captured either in the forthcoming GMP proposals or as a Change Order to any future GMP proposals, as directed by the City of College Station and in accordance with the Agreement. This CMAR recommendation is critical towards maximizing time efficiencies for construction activities included in future GMP's. Please contact Garvey directly if there are any questions regarding this Recommendation Proposal Sincerely, GARNEY COMPANIES, INC. Daniel Murray Senior Project Manager Gamey Companies, Inc. Cc: Chad Sharbono — Garvey Ben Snider — Gamey Sam Parrack - Garvey Jason Ward — Freese and Nichols David Hunn — Freese and Nichols Page 125 of 239 CITY OF COLLEGE STATION WELLS 10, 11, 12 and COLLECTION PIPELINE Project No. CCL24267 Q T Y OF- C rq j. i -..G ri:kqT tc)-.%-4 1e*f�raacfA&M 6%11 wAy 0 CStx.:S4y CMAR Recommendation #2 COCS Bid Packages 1.00 Work Procurement Tab-2 Contract Documents GAR N EY Page 126 of 239 (5 GARNEY 1700 Swift Street, North Kansas City, MO 64116 Phone: 816.741.4600 Fax: 816.741.4488 www.garney.com Tab 2 — Contract Documents per Bid Package #1.00 The COCS Wells 10, 11, 12 and Collection Pipeline Bid Package #1 Re -Bid contract bid documents can be accessed via the following link. On this site, we have posted the following documents. - Level 50% Drawings and Specifications - Electronic (MS Excel) SOV Files - Geotechnical Report - Use of Reference Document Disclaimer - Google Earth KMZ File - Addendum #1 Level 50% Drawings and Specifications utilized at time of Bid. To access the Bid Package 01 Contract Documents: 1. Navigate to the following Website: httr)s://www.civcastusa.com/r)roiect/67fd3O3c6a2a4a8e619644bf/plans 2. On the Home screen, click on the "Docs" link on the top left side of the screen. Then navigate throughout the various documents and files used at the time of public advertisement and soliciation. Page 127 of 239 Exhibit "A-2" - Cost Summary CMAR Recommendation No. 02 6/6/20254:16 PM im Water Wells 10, 11, 12 and Collection Line PACKAGE r_ BID PACKAGES AND SCOPES OF WORK QUANTITY I UNIT UNIT PRICE $ 1 6/6/25 3:56 PM qu $ 1000 1020 N/A 1.03 1.04 1.01 ROW Clearing and Temporary Gate Gaps Access Roads and Elevated Well Pad Construction Bid Package 1.01 (Survey) - GMP 01 Correction 1.0 1.0 1.0 Lump Sum Lump Sum Lump Sum $ 465,775 $ 2,1S8,067 $ (20,000) $ 465,775.00 $ 2,158,066.56 $ (20,000.00) CONTINGENCIES $ - $ 1220 1230 2010 2010 2010 2010 CMAR CMAR CMAR CMAR CMAR CMAR CMAR CMAR CMAR CMAR CMAR CMAR CMAR Contingency (2% after 100% Design) Design Contingency FEE's and GC's CMAR GC's CMAR GC's -ROUNDING CORRECTION Construction Services Fee Construction Services Fee - ROUNDING CORRECTION 0% Percent 2,603,842 5.00% Percent 2,603,842 SUBTOTAL COST OF WORK 8% Percent of Cost of Work $ 2,734,033.63 1.0 Lump Sum $ (387.49) 9% Percent of Cost of Work $ 2,734,033.63 1.0 Lump Sum $ 439.07 SUBTOTAL COW + CMAR TOTAL $ 130,192.08 $ 2,734,033.63 $ 218,722.69 $ (387.49) $ 246,063.03 $ 439.07 $ 3,198,870.93 $ 3,198,870.93 Cost above are indicative of the drawings and specifications provided on 02/21/2025. Clarifications and assumptions are included herein. COCS Wells Tracking Summary - GMP 01 COW - BP 1.00 GMP 01 - Direct Cost of Work / Material (1.01, 1.02 & 1.05) Preconstruction Service Fee CMAR General Conditions (Fee of 8%) Construction Services (CMAR) Fee (9%) 1.0 Lump Sum 1.0 Lump Sum 1.0 Lump Sum 1.0 Lump Sum $ $ $ $ 2,882,656.35 324,450.00 231,000.00 259,000.00 $ 2,882,656.35 CMAR Contract $ 324,450.00 CMAR Contract $ 231,000.00 CMAR Contract $ 259,000.00 CMAR TOTAL CONTRACT AMOUNT TO DATEI S 3,697.1 Recomm 02 Cost Summ Rev01 CMAR Recommendation No. 02 City of College Station Wells 10, 11, 12 Bid Packages 1.03 and 1.04 and Collection Pipeline 1 of 1 Page 128 of 239 Exhibit "A-3" - Plans / A = r L \ \ �, 1 I I 11 ���\� �.� r i � � ��N. d � r \`� 11�1\I�l��l�A��r III'\\ \\ � I � �\�J I \ 1�_ � � ��_�1'-��A\I\��} �, • , ���� �\�\�I \\ \ Kk 1 \\ 11 I1l�lllyl .,, I 1I\�\I�` �_� =� I, A l� 248 247-46245 244 243- 4 21 1I II I III �1I I 11 I 1 �I I 1II �IIII 1 \ I r 1 VIA S �I� \������I� BARROW PIT W LL 10 229 230 ��� 14,350 CUBIC YARDS I IIIII _ \ J � � � "234 — 231 \� WELL 10 � I I III III � � � , I 238 235 236 237 - � � �=� �►; I� �I �II�1 1 I I 239 240 � �\ �h� ��� I Ji% / 11� \ � �II III III r 244 \ �� � � �� � I 245 BORROW PIT BOTTOM 250 -��AIV - - IIIII v \V�IIIIII�IIIII��\� 251- \ y �\ ��'n`"�-� = 252 \� ELEV. - 239.10 FT \\ 11 III 1 - 253 - r-� �`�vvv I I 11 I II II II I I I II v v �Cv 1 c V i - 1 `�✓� -,_ ; ���- �.—j,��- � ' = _ � T `rc �I ' `II\(IivIII\II I�\ I II �vs yI�IIi )II \ \ � J. r — � < -j wm NO �\7of r20.0(_n -0 IVQ\II , ) 4�Ji- y .� � rA zL \I �Il )�I AI\� 0 Q J a � J >_ J � a u CO �=--0 L v� c� v (D t i Q U un � Qj wr-1 I-- s 66 V 3 Ln c0 N " ON 0 L.L � o -0 Lri i N z fYl > m o roN U v to ro Q Ll J \ Plot Date: 3/6/2025 8:20 AM -74 f< ill / t �I I �� J i Plot By: 08869 Filename: N:\IF\Drawings\1. Genera l\CV-ALL-PL-GRAD.dwg MATCHLINE - THIS SHEET 1 WELL 10 GRADING PLAN 1"=100' MATCHLINE - THIS SHEET Vil ' i "A 1 I) I ` � /I \ llll` 1 � � 1 � J VNI .r �r J i l r /� i I I I 1 V 40.0' EASEM'NT V ( 1 1 1 1 I► VIA III NOTES: 1. DIMENSIONS FOR BORROW PIT ARE BASED ON THE FILL NEEDED TO BUILD THE WELL PAD SITE AND THE RAMPED ACCESS ROAD TO WELL 10. 20 0 100' SCALE IN FEET I EWP W x W ~ LL Lin j. ILIJ cr 0 �: m 0 Z 0 w 0 LL � N w z W m ��m� = ww�- O woCFLj z LD p Loc�o0� LL w Z Z LL N � LL: 0 0z N U Lu K m oo=NoLu U o Ln CL cr IF— �n H x =) =) w . 0 �aQ--=z Win �mi N O WO N W o ;_ �i M 0 ��o 4NV N N N 4- 1713 X 3 0c° � ' J 0 �- uJ° oJ' z (n 0 x� wU z Lu z J O J a0 V) U w w J z J oQ oN U rI 1 O r—I J Lu lD Ln N N �� N m J Z U Lu 0 co LLJ 0 W z Q Lu1 0 0 F Lu V) Ln Z 200' 1 z Q CO J m CO Q m 0 dA 0 w v or = a a 0 v Q cr_ Lin (D N ' O Lua Ln z Q O Lu J M LL U O C °A G o �4� V) �4 o� �V) o U .c o QJ U 0 o ._ cn L N U 0 N 0 v L � � m Ln z Lu O J cn U > Lu L}L Lu O- C-3 SEQ. 16 OF 109 J Page 129 of 239 ACAD Rel: 25.Os (LMS Tech) Filename: N:\IF\Drawings\1. General\CV-ALL-PL-GRAD.dwg Last Saved: 3/6/2025 8:11 AM Saved By: bmb MATCHLINE SHEET C-14 N 0 0 rt rD W M N 0 N Ul W N N 0 W 0 00 00 rn rD nv Ei rD Z i T W N G) CD (D v n G D r r a r Gl D Q 00 �CD N 1CD rn N D o r TI M M --I N O W � N C7 O 00 1\ N N NO. ISSUE BY DATE F&N JOB NO. m = 10 m CCL24426 N DATE FEB 2025 00 DESIGNED JAE O n DRAWN WFA 0 0 REVISION DMH 03.05.2025 CHECKED JVW 0 VERIFY SCALE Bar Scale is one inch on original drawing. APPROVED 0 if not one hinch on this sheet ad ust FILE NAME 0 1 J o scale. CV-ALL-PL-GRAD.dwg N co O N m r z 1�m C II -n v+ t J ie N TI L o o �✓ 41 �' NJo 1 o C 60 v ' — � — _ - — _--�----- \---m----\- — — — - —H - - - - r - - - -V - -- -ill - �� ---- -- -_- ------------- - - - - - - - - - Cam- _ W =—_— — — — — 11� I Iry i � �� 1� /-v� 1 I si, �r tit CITY OF COLLEGE STATION TEXAS WELLS 10, 11112 AND COLLECTION PIPELINE CIVIL SI MS LANE CUTOFF DITCH GRADING PLAN 11 </ 1 r� l� I� 1�N, � C rJ I r- s FREESE WOWNICHOLS 101 S. Locust Street, Suite 202 Denton, Texas 76201 Phone - (940) 220-4340 Web - www.freese.com � I �� n �� I � ro � r � 4 Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ISSUED FOR BID THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF: BRETT M. BRISTOW P.E. TEXAS NO: 101000 ON DATE: FEB 2025 IT IS TO BE USED FOR BIDDING, NOT FOR CONSTRUCTION D r z M cn 2 M M C7 N rn ACAD Rel: 25.Os (LMS Tech) Filename: N:\IF\Drawings\1. Genera l\CV-ALL-PL-GRAD.dwg Last Saved: 3/6/2025 8:11 AM Saved By: bmb 1\ 0 0 oLn 90�- N J D IL�I lh��h o I I W III I 0 0000 I r II I I. I< -n III 1 ICU III Il�pl I I III � I ICU I I �IIIIII II II IIII 11���1 III I< / i I I IIII I III .I III�II� I I II � III II I I II ;I 1I i � D IIII I I j � ♦ � � < D � III IF 0 F" D � W p n m m U cn m O L 00 z O D = N p m -n O�cnTO -qr:;o m 00 m D Z O r Z m 7o rpm�o O D = p Z m � -0 p D O -q 1v�c> m m p p z G) D z z O m rnJ _ m O O n m m N -N O IIII�II I I IiI,II i II�jIII I I% / I� II�I�III i I II III � I III IIIII I II f ♦loe IIIII��IIIII I IIII � �0' I II I III I I � II � 1 I II �,I � II II III f III III III 1 II II �< , L � IIIII I III IIIII II I �I VI � `� �I�flll I III � ,I I�OI I I III I �Ilhl IIII III I I�11 II I�1111' II < II I I II IMII��IIII I III 1 � � 1 Illlp�ll I IIIII^� �1 ��J �) VilIJII1I I III r 7 1 IIIII r L 1%` I C I II\ I I III Isr� l u �I�II I I i� ► `C 1 � l II�I�II lily )<��� IIIII I I IIII � 1 ` � IIII�I�IIII I 'di 11 J � <�f� r ` �.� �— ,I I II I II 1r, �? 3 Ilj,llll j� �-' <z�J �1 � IIIII IIII i I I I Ip IIIII���Ib I °� �I _ ` c III I,III�� IIIIIII I ,I, j � � III ,I III I II I �I�1�11111 II I�' IlII�III I IIIII IIII IIII � li '� III �II III I III IIII IIII I III I �Iljllll I Ih�l� I Il ll�l q 11 I I I II III I IIIII I� � I I� <, I II�� III II � III I � III I IIII�i1 I �lil� I I II (IIII IIIII i i I� IIIII III <, I � IIII d II I p I II IIII III I � I II I111 IIII I II I I II li �illlilll � � I I I <� IIII III III IIII' � I I I �h III II I I I I I � I I IIII I I� II � T7 / hI I I �I I I I >I 11 ` I III < / IIII I� ``III I III / \III IIIII III I IIIII/ /CI`V,�^, IIII I IIIII ��I II � I � IIIII II � I /IIII IIII i > I � II,I� 111 I� II,I��III 1111 II I I�IIIIIII I I '!'IV I I Ill1 I�I�I�II I I 'I III Y 1 I IIII IIII I ,I N N NO. ISSUE BY DATE F&N JOB NO. m = p m CCL24426 N DATE FEB 2025 �0 O r) 1 DESIGNED BMB n I -A DRAWN ARL 0 CY) 0 REVISION DMH 03.05.2025 CHECKED BMB `D VERIFY SCALE Bar Scale is one inch on original drawing. APPROVED 0 1 if not one hinch on this sheet, adjust FILE NAME o N scale. CV-ALL-PL-GRAD.dwg N W MATCH LI N E SHEET C-15 l- Ir - C Ili V �� ,� V- III >, C) O -n 0 o r � ( \ I I O II � N \ CIDO W 0W0 M! VI N 4�:- W O � 0 o �a I O Go 0 m m N � w W0 Lin o� 0 K II � MATCHLINE SHEET C-18 i W to I/ 1 I I Imo_ N N 1 I/v ICI Ili /i � `� � 00 v o oIL I<� ff 1 `y will \\ ■ / i Ir can (] �" l� -- �� I� � , III ■ / � _ � I 00 �� II00I�.4:::- i �I I �,� � II ■ 11 \ � / ri"i �f I � I I ■ d 00 V, I I I� ICI -n� c M / !! / , > _� — 11 11 00 I �' o � \III I / � �����` � � 1 j ! � ����✓��-_ J �- �— � l/ I I Lri I rL II , /</ CITY OF COLLEGE STATION TEXAS WELLS 10, 11,12 AND COLLECTION PIPELINE CIVIL WELL 11 GRADING PLAN N 9012 ICHOLS 101 S. Locust Street, Suite 202 Denton, Texas 76201 Phone - (940) 220-4340 Web - www.freese.com Freese and Nichols, Inc. Texas Registered Engineering Firm F-2144 ISSUED FOR BID THIS DOCUMENT IS RELEASED FOR THE PURPOSE OF INTERIM REVIEW UNDER THE AUTHORITY OF: BRETT M. BRISTOW P.E. TEXAS NO: 101000 ON DATE: FEB 2025 IT IS TO BE USED FOR BIDDING, NOT FOR CONSTRUCTION — _ / / \ 4i 7 /A i \\\ /l \A I II I 111 \\\�• LI jI/�(� \\ 1 ( II \ \ v��,-� � A\ II\ //�I\' > /III I / � �v� v��_— _/ I 1 II !----- / -=--� / i � � �-/ / ♦ lir � ' � � � � � / � �l /ii�i�/�� l � � l I III/ �v \ I ((I � ���_"� -� � ��� /� � / i� ������ v� ���� v�v )) \I I l A ///�ii,�/ / Il I 1 (\\ 11�/ III BERM CUT IS A 10:1 SLOPE \� `\ l �i� // / l J�� II IIf �\ / J I lJl I A I - / IIII l \ I 1 r � (—^� `� c /II I I/ d 1) III \ - \ 1 /� III \ // //I / II I IIIII =��III / I l 1 I l000 IflP �-- -,�-, -- - --� �� J'-- ��•-�.� � ---; 1 / � /l - ` �^-/ / d,���\ \ \ \ � �--� ^ � _��-=%1�\\ 1 / I � J 1l � I I( II � ��//�///(/)II l �I�I v III III / TEST WELL SITE 2424���PG=248.001 PG-248.00 246 � \ •��/ �i/ 1-� / �iI� / � � -� 1 I //l� I�I //II�Il �/ WELL 12�24`� 6 N I x�` V 7�7I I v♦ /i 1 l I I/ ° / %� I\ I/ I I I r I- �\ ��,�� \ � � � � I\ I '� � ♦ vKI I I I� I � \ -- � v v 1 ,, � ) J I I I � I � � � vvvvA�� r , / �_ CIA/ i _ /♦ - - � � �, � A c o /`♦ ♦ ��/ / \ I I 1/ v m El /i / _ / , N , r � `,� �� � II � I► � r - � - � �`y , - v� I III v v C \ -�/ice-- �� �� / - G=24 PG=24800 \S\ - / FL=240.55'�\ � \ \ �N• \� / TOB=240.97' FL=235.60' v ivd/ TOB=242.04 1- 610 TOB=241.83'�1-1%.1 / ,)0I5 <� TOB=241.00' / PG=L4L.20 r' r I, i - - PG=242.15 / I TOB=236.18' �, I 1 I I IIII 1 I PG=240.15 ---TOB=241.00' --_ ^ P(�71=240.15 °C PG=240.15 ° =240.20' IPG=240.15 `56LF 4'X4' RCB =240.00' TOB=240.68' FL=235.90' 112LF 24" RCP I � TO B=240.86' r I =235.25' I FL �V � )Ic %0001/ / � A 1V v \ I EEO w 11 A V A\ \ I r G l i \ TOB=242.00' �A 11 \V �1 II -TOB=236.21' TOB=238.04 f �/ \ II I� FL=234.00'IF 4000 000 o _ V _ �- ,--- _----- A/ l Y a�---------- - .� --- ---- - - - - - - - — -l— ------ — — — — — — u CO —„� — — — - — — — — — — �, - _- --- - - .4 _y _--_------- - - - - ----- TOB=237.98' - - --------- _ _ - - �� -- - - -_- _ �� '�', �'�' t-TOB=238.75' T - � ago .. ---- — � — - — = — — - - - ---- -- -- _ - V) � � _ (O N "0 0LL1-0 1 WELL 12 GRADING PLAN N `" z 1"=60' vv> M o roN Uv to Q iz o \ Plot Date: 3/6/2025 8:21 AM Plot By: 08869 Filename: N:\IF\Drawings\1. Genera l\CV-ALL-PL-GRAD.dwg I ►I/� 7' / A J I l_ f/ / ,- )/I v 7 lI I l// `-= V�v lI V /III/ JJ � I !`1\I ��\rIi II IIII II; - o�ll'I �i OB �I [ I I ♦ /� = FL=233.19' 7-231.0 / _ III o� �i� / ' ♦ �_ _%_ '/ v / // � /� 122.51-F 36" RCP �- \-0I FL=231.00' ° f I � J TOB=238.92 TOB=// ( 231.02 - ` - -� - / / / l / NpRT H 0 20' 40' 60' mmmod— SCALE IN FEET I EWP W x W ~ LL I N xocLLo 0 z O W p LL � N W Q Z � ww�oz O Wz Lu o °— p s 0 00 j W W °ooLL� p wzLL��N �LL°ono N ULKOCO� 00=N00 LA car.- H X V) H x>>W —O �a< t=z W� N O WO N W v o ;_ AnO U +) 'T ' 0) 'DO o "� 4NV N N N p=1 ' i c 3: - c o�-°' Lu z_ J Lu z (n O X wU z Lu z J O J ap Ln U w w J z J oQ oN U rI 1 O r-I J w lD Ln N N �� N m J Z U Lu 0 co 0 z W z Q Lu� 0 0 n a F z 120' SkE& i SEQ. Co J m m Q m 0 dA W > v ° = a a 0 U Q 0r_ Ln (D N ' O W a Ln z Q O J > M W U O CLo p � ) �41- 7wv �v o� �v) 0. U .c 0 (3j U C o .s U o o L � � m Ln z - w O J L/) u Nw�/ LL w o- C-18 31 OF 109 J Page 132 of 239 2' 19wri ww= 11 El PROP DRAINAGE SWALE Li ❑ ❑ ❑ ,. 1 1 F II A A A AM A MIN. SLOPE = -0.10% FLOW r ma" n. 9 10_05' [248.0 O� 247.00 248.00� 1-1 VARIES w 1'-0" MAX/ MAX � 1, J 2'-0" TYPICAL SWALE CROSS-SECTION NOT TO SCALE �— PROP 30" RCP 4H:1V PROP FENCE '000r"i II / c-I � O � rI 00 ci) 00 v) m LO�� — PROP 30" RCP Of unPR P TYPE " FL OUT: 240.55' O E INLET U a u 7� bA � N N Lr) V [V ` O � N / A -A L,) SECTION N z fV vvv > ra p M N aC Ln Uv a L.L. J \ Plot Date: 2/20/2025 3:07 PM Plot By: 08869 Filename: N:\SW\Drawings\CV-DRA-PS-SITES10-12.dwg FLOW FLOW TOB=241.83' �^ \ \ N XL I I 246.66 I I I 248.00 ❑ -PROP 30" RCP 16 _----- PROP TYPE "E" INLET I I I 246.62 1 1 1 d 248.00 I - 108 LF PROP 30" RCP ,�- PROP CL DRAINAGE SWALE -� i— TOB=242.04' POINT TABLE =240.55' PNT NORTHING EASTING ELEVATION 17 10233827.25 3498594.41 247.00 18 10233934.36 3498551.92 246.88 19 10233978.65 3498570.70 246.84 20 10234012.55 3498654.56 246.75 21 10233993.77 3498698.84 246.70 22 10233955.92 3498714.96 246.66 23 10233945.52 3498713.78 246.64 24 10233924.31 3498722.35 246.62 0 20' SCALE IN FEET 1" = 20' 50% SUBMITTAL WJ �O WV O �E o o o � W U � Ln O 4NV O v rn - 00 ■ ��°v c rn v N c °J o � i L/) o _ = a W z_ J W � z z Q O � W X w U CD W Q of z_ ~0 Q J ULu DC (D U 0 wzJ N o Q rl U IL N Lu o 1 l -1 N v -I J J 1 O W r-I ^1 V / J J W o N O > bn N m O U Z LL. p 0 rV r m O z z o LLJ > 0 z a � Lu L1J 06 LL w = U a Q ~ a Q Lu < o z o w J LL u m t�o v Cru •§ U Ln �N •L v O a) t o Ll U a"' C O O C t O U m o U a, N O L� co� m w J a u w N D N N L}L O w i z O- SkEEt C-19 SEQ. # OF 109 Page 133 of 239 SURFACE SITE OF ACTIVE OIL/GAS WELL W/PUMP JACK PROP 20" WATER LINI WELL 11 N: 3498253.00 LAT: N030.682823 E: 3498672.80 LONG: W096.509667 - RECORD OWNER - CITY OF COLLEGE STATION 321.18 ACRES VOL. 8952, PG. 152 WELL 12 N: 3500086.38 LAT: N030.684422 E: 3500506.39 LONG: W096.503767 -� PROP 20" WATER LINE 10-00---- /: ---- -- --- .20+00---- ---- ---- 7 A V 30' PIPELINE EASEMENT � VOL. 788, PG. 518 (FERGUSON-CROSSING) ^ o wl � f 20' PIPELINE LEASE VOL. 788, PG. 511 (FERGUSON CROSSING) U � O 00 J 00 00 O Z > CO J � J a1 a > z� V -- w a t c Ln N � O 00 Ln L Ln -moo o N z c» vvv > ra o Ln aC L)vLn ro a Ll J \ Plot Date: 3/6/2025 8:19 AM Plot By: 08869 Filename: N:\WTU\Drawings\GN-ALL-GN-BLOC.dwg WELL 10 N: 3501555.51 LAT: N030.686700 E: 3501975.69 LONG: W096.499000 PROP 24" WATER LINE _7 ,& 'A /y OS ti WELL 5 \/ CITY OF COLLEGE = STATION 1.43 ACRES VOL. 1320, PG. 64 00 OX TRAMBLE / SANDERS FAMILY & HEIRS — VARIOUS DEEDS LAURE W. JONES 29.00 ACRES - TRACT 1 IVOL. 1423, PG. 263 00 OX O ti 1 I O ' � o - RECORD OWNER - UNION PACIFIC RAILROAD (SUCCESSOR OF CW&BV RR) 100' RIGHT-OF-WAY VOL. 24, PGS. 266 & 267 I I I PROP 20" WATERLINE 1 PROP 30" WATER LINE o I � O - RECORD OWNER - �! CHRIS TAYLOR CITY OF COLLEGE STATION AND LONI TAYLOR 1.11 ACRES 53.31 ACRES 60+00 VOL. 10644, PG. 264 VOL. 18420, PG. 131 DEDICATION DEED FOR "BART ROAD" 12' POWERLINE EASEMENT / 70+00 VOL. 583, PGS. 256 & 257 (BTU) 20' POWERLINE EASEMENT / VOL. 583, PG. 258 (BTU) STEELE BROOK MINERAL & ROYALTIES LIMITE[ 209.05 ACRES VOL. 9900, PG. 73 RODRIGO MEDINA AND WIFE, TAMMY GAIL MEDINA; AND CORDEL RODRIGO MEDINA 69.5 ACRES VOL. 17077, PG. 200 FIA 8' POWERLINE EASEMENT VOL. 583, PG. 259 (BTU) LEONARD EARL LUCE 2.6155 ACRES VOL. 19220, PG. 35 FELIX FLOYD BARTKOWIAK, JR. 2.6155 ACRES VOL. 18285, PG. 175 ALVIN WAYLAND JONES 30.61 ACRES VOL. 2233, PG. 32 TERRI THOMAS ANGONIA (ESTATE) 25.06 ACRES VOL. 17080, PG. 217 ASHLEY ANGONIA SEELIG AND DUSTIN LEE SEELIG 21.84 ACRES VOL. 17083, PG. 144 It w z ° = Ln c� z _ w N ~ N O = CC - p �wwN� 0 d 0 z coLu ii U LL�z`.`.zvi on c � w 2 Q p � Q < >Lu cr v_ to Lu �= z0� Luo o Q f _0 U �mZ)2 `Q^ v O' w?0rnmd vN O �LL>�O� LL on v LL v°w�0�° O o00Q°z X CL N H X N Z a ¢ m WJ JAp WV O0 1� o � o o U � O Ln W 4NV O v C m lD LJ Xrn - O O _ O C +O N ' rn v N c °J o � i Ln o _ = CL Lu z_ J Lu z O V) X J wU O ~ Lu O J Qo J z V) O w C� Q z U J z w (D L, O Q > LL N DC O 1 U 1 O r-I 1 J Lu lfl N N O Q Lai ; lzt N N m J O U LwL z 0 b0 m O 0 w z z o w > z LLJ � a w c, 06 o 0 o v Q m Ln fV z o w �? w fV g J o O z a w znn Ch LL V O m `�0 a 2 c � Ln �+-j L N 'L v O a) � N O in U a"' O c t O U c Vf •— (6 O U a, Ln O lII � (/VORTy co z - O w J a Ln C_J 0 400 800 N w SCALE IN FEET 1 N w 1"=400' O- SHEEt G-7 50% SUBMITTAL SEQ. # OF 109 Page 134 of 239 Exhibit "A-4" - Addenda No. 1 GAR N EY City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package ROW Clearing, Grubbing & Temporary Construction Gaps (Bid Package 1.03), Well Site Access Road Construction (Bid Package 1.04) ADDENDUM No. 1 May 7th, 2025 TO BIDDER OF RECORD: The following changes, additions, and/or deletions are hereby made a part of the Contract Documents for the purchase of materials and special services described in Bid Package 1.00 for the City of College Station Wells 10, 11, 12 and Collection Pipeline Project dated May 2025 as fully and completely as if the same were full set forth therein. This addendum includes changes, additions, and/or deletions to the Bid Package described above. FRONT END SPECIFICATIONS: 1. Updated Table of Contents with new Technical Specification for 3134 19.13 'Geogrid Soil Reinforcement'. TECHNICAL SPECIFICATIONS: 1. 3134 19.13 'Geogrid Soil Reinforcement'. PLAN SHEETS: 1. None. ATTACHMENTS: 1. Bid Package 1.03 & 1.04 Pre -Bid Meeting Agenda and Sign -In list for Non -Mandatory Pre -Bid Meeting on 04/29/2025. 2. Civcast Questions and Answers as of the 05/06/2025 Deadline. CIVCAST UPLOADS: 1. Addenda No. 1 containing all documents herein. END OF ADDENDA Bid Package 1.03 & 1.04 Addendum No. 1 City of College Station Wells 10, 11, 12 and Collection Pipeline Page 1 of 1 Page 135 of 239 Exhibit "A-5" - Assumptions and Exclusions CITY OF COLLEGE STATION WELLS 10, 11, 12 and COLLECTION PIPELINE Project No. CCL24267 I T Y CIO: C CUMG E S UG 109-4- Mr*fTew;A&M6%11Y rAlq L tMi.gmw CMAR Recommendation #2 COCS Bid Packages 1.00 Work Procurement Assumptions and Exclusions GARNEY Page 136 of 239 ,` I 1700 Swift Street, North Kansas City, MO 64116 GAR N EY Phone: 816.741.4600 Fax: 816.741.4488 www.garney.com Tab 3 — Description of Variations, Substitutions Proposed Specifications (See hyperlink provided in Tab 2 to gain access to the contract documents that accompanied Bid Package #1). Per this Early Work GMP #1, submittal is "as per specifications" at time of Bid Package #1. a. Qualifications and Assumptions (See Below) b. Exclusions (See Below) 2. Assumptions and Clarifications a. This is strictly material procurement per plans and specifications available at time of bid. b. GMP pricing exclusive of installation costs outside of the scopes of work outlined in Bid Package 1. c. GMP pricing contingent upon COCS June 261h Board Approval. d. There are no contingencies included to facilitate material storage at manufacturer (Pipe, fittings, valves, motors and any other component(s)) e. GMP based upon 6-day work weeks (Monday through Saturday). f. GMP does not include standard nor overtime for Construction Inspection Fees that are provided by others. g. GMP does not capture any additional scopes of work for each respective bid package outside of the scopes of work identified within the Schedule of Values attached to this document. h. GMP does not include costs to improve county roads to accommodate construction deliveries, maintenance during construction, nor reimbursement funds. That is to be included in a future GMP if directed and or deemed necessary by the remainder of the Project Team. i. GMP does not include permits, utility encroachment agreement, etc. to be obtained by Others. GMP based on timely procurement of these permits by others to avoid unforeseen construction delay. j. GMP does not include costs to provide Rail Road flagging nor special settlement monitoring. k. GMP assumes that access to all properties will remain constant for the duration of the project and all properties necessary for construction pertaining to Bid Packages 1.05 have access permissions at time of NTP. 1. GMP based on geotechnical reports available at time of CMAR Bid Package 1.00 m. GMP assumed all necessary materials testing, outside of those 'special tests' called out in the Test Well Specification are financially covered by others. n. GMP Includes 8% cost of work per CMAR Contract (General Conditions) o. GMP Includes 9% cost of work per CMAR Contract (Construction Services Fee) p. GMP Includes 5% cost of work (Design/CMAR Contingency)(Per AACE Guidelines) 3. Value Analysis 4. Allowance Schedule (Refer to Tab 2 - Design progression Allowance) 5. Schedule of Unit Prices (Not applicable) 6. All other information (Not applicable) Page 137 of 239 Exhibit "A-V - ROW Clearing COCS - Wells 10, 11, 12 and Collection Pipeline - Bid Package 1.00 - SOV 1.03 - Clearing I Item Description 1.00 Mobilization and Demobilization Right of Way Clearing and Grubbing (Leave Mulch in Place Specification 31-11-00) * Pricing to include all site mobilizations to clearing locations 2.00 * Pricing to include all well collection, pipeline, access roads, well sites including test well, borrow pits and on site improvement areas (berm cutting and drainage ditches/swales) *200' x 200' office location to be included 3.00 Right of Way Clearing and Grubbing (Leave Mulch in Place Specification 31-11-00) - CSU OHE Power pole Clearing, Ref. SHT E-3 * Pricing to include all site mobilizations to clearing locations - assume additional 20' swath for OHE easement clearing 4.00 Additional Migratory Bird Treaty Act (MBTA) Survey - Environmental Survey prior to clearing (March 15th to September 15th) 5.00 Installation of Barrier Fence at Archeological and Environmentally sensitive areas 6.00 Temporary Gate Installation and Fence Repairs for Easement Access ITOTAL BASE BID:( EW1 Adder per Additional Clearing as Directed by CMAR EW2 Adder per Disposal of Clearing Debris Offsite EW3 Adder per Relocates as Requested by CMAR EW4 Additional Barrier Fence for Archeological and Environmentally Sensitive Areas EW5 Additional Migratory Bird Treat Act (MBTA) Survey - Environmental Survey prior to Clearing (March 15th to September 15th) EW6 Bonds: Performance and Payment Allowl Special Easement Conditions Allowance TOTAL EXTRA WORK ITEMS:( TOTAL PROPOSED VALUE (BASE BID ITEMS & EXTRA WORK ITEMS):( Contractor Confirm Estimated Duration and Acreage of Clearing for Access Roads, Well Pads, Ditches/Swales and Office Pad (City Property -Base Bid) "Write -In" Contractor Confirm Estimated Duration and Acreage of Clearing for Acres not included on City Property (Pipeline ROW east of the Rail Road) "Write -In" Contractor "Write -In" Confirm anticipated Duration and Acreage for Clearing of ROW for Well Collection and Pipeline (Base Bid) Notes: * Bidder's shall submit Technical Proposal in accordance with the bid documents. * Project approach shall at a minimum include list of similar projects, proposed key personnel, equipment, and overall project approach. * This is by all intents considered a "Unit Price Proposal". All Quantities herein are approximate. * The CMAR makes no guarantees regarding final quantities. * Final contract amount will be determined based on the actual quantities of work completed and extended at the agreed upon unit prices. * All Mobilizations required to execute the scope of work are to be captured under the Bid Item 1.00. * Notice to Proceed is contingent upon Texas Historical Commission archeological study approval. * Contractor to be held responsible for damages to the CMAR provided BMP's * Bidder understands CMAR Directed Construction Sequence: Beginning with Access Road Clearing at Station 40+12 to Station 36+00, then the Test Well Access Road Clearing followed by the Test Well Pad then followed by the Access Road Clearing and Pad Site Clearings for Wells 11 and 12 and office pad - once these are constructed, the Bidder may perform the remainder of work at their discretion. Each bidder shall submit one (1) hard copy of SOV and one (1) digital copy of SOV in excel format as specified in Instructions to Bidders. ENTIRE PROJECT LIMITS - ACCESS ROAD, WELL SITES, COLLECTION PIPELINE Quantity Units Unit Price Extension 1.00 Lump Sum $ 10,500.00 $ 10,500.00 1.00 Lump Sum $ 178,125.00 $ 178,125.00 1.00 Lump Sum $ 14,645.00 $ 14,645.00 12.00 Surveys/Week $ 5,035.00 $ 60,420.00 100.00 Linear Feet $ 15.00 $ 1,500.00 1.00 Lump Sum $ 8,750.00 $ 8,750.00 1.00 (Lump Sum (TOTAL: Per Each Acre $ Per Each Acre $ Per Each Each Relocate $ 20.00 Linear Feet $ 1.00 Each Survey $ 1.00 Lump Sum $ 1.00 Lump Sum $ I$ 273,940.00 I 5,075.00 TBD 15,000.00 TBD 6,500.00 TBD 15.00 $ 300.00 5,035.00 $ 5,035.00 3,050.00 $ 3,050.00 50,000.00 $ 50,000.00 1.00 (Lump Sum (TOTAL: I $ 58,385.00 I 1.00 (Lump Sum (TOTAL: I $ 332,325.00 I 7 Working Shifts 28.5 Acres 2 Working Shifts 2.1 Acres 3 Working Shifts 4.5 Acres Clearing of ROW, Well Sites and Access Roads Milestones 1.00 Due Date of Proposal 5/13/2025 2.00 Anticipated Contract Execution 6/10/2025 3.00 Anticipated Mobilization 7/8/2025 4.00 50% Easement Cleared (Wells 11 and 12) 8/5/2025 5.00 75% Easement Cleared (Well 10/Pipeline) 9/4/2025 6.00 Demobilization/Completion of Clearing 10/4/2025 $1,000 Per Day Penalty For Not Achieving Milestones Company: I Cold Creek Construction, Ltd City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package 1.00 SOV 1.03 - Addendum No. 1 Page 138 of 239 ITEM NUMBER 1.00 Mobilization COCS - Wells 10, 11, 12 and Collection Pipeline - Bid Package 1.00 - SOV 1.03 - ROW and Well Site Clearing DESCRIPTION Right of Way Clearing and Grubbing (Leave Mulch in Place Specification 31-11-00) " Pricing to include all site mobilizations to clearing locations 2.00 " Pricing to include all well collection, pipeline, access roads, well sites including test well, borrow pits and on site improvement areas (berm cutting and drainage ditches/swales) *200' x 200' office location to be included Right of Way Clearing and Grubbing (Leave Mulch in Place Specification 31-11-00) 3.00 CSU OHE Power pole Clearing, Ref SHT E-3 * Pricing to include all site mobilizations to clearing locations - assume additional 20' swath for OHE easement clearing MEASUREMENT AND PAYMENT Item shall be measured as lump sum and include mobilization to the site, demobilization from the site, necessary licenses, permits, and temporary facilities Mobilization shall be on a lump sum basis at the unit price allowed with a maximum of 5 % total Bid amount Amount of the lump sum Bid for mobilization available for payment shall be as follows: 25 % of the lump sum Bid upon execution of contracts, certificate of insurance and insurance policies, bonds (if applicable), and the Notice to Proceed is Issued; 75 % of the lump sum Bid upon initial equipment mobilization to the site; 100 % of the lump sum Bid when 10 % or more of the Bid/Contract amount is earned. Item shall be measured per acre of timber, trees, and heavy brush cleared at the direction of the General Contractor It shall be understood that the acreage is an estimate of the area requiring clearing along the pipeline route and that the acreage to be cleared and paid shall be agreed upon in writing prior to commencing work The extended pay item for this work should be considered as a lump sum for completing clearing activities along the entirety of the pipeline route with the specific unit price established for convenience of billing and used in the event additional scope of work is required after commencement of this Contract. Payment made at Lump Sum bid shall include, materials, labor, equipment, and incidentals for the complete clearing and grinding of timber, trees, debris, stumps, culverted creek crossings, necessary tree protection, and other materials as listed in the Contract Documents, and any incidental work and materials not otherwise indicated in other pay items. Any damage to adjacent structures and facilities shall be repaired by the Bidder at no additional cost. Measurement and Payment of this item by the Lump Sum is understood to be full and complete compensation for the "turn -key" completion of all clearing activities along the entirety of the pipeline route No additional compensation for on -site mobilizations will be made, as cost is to be carried for all on site mobilizations within this Lump Sum Price Please reference Attachment'B' within the Bidding Documents which displays the approximate area's of the project where clearing will be required Generally, this Bid Item will capture all clearing necessary to construct the Pipeline(s), Access Roads, Well Pads (3), Office Area (200' x 200'), Berm Cut location and all Ditches/Swales not along the future Access Roads (reference Sims Lane Cutoff Ditches/Swales) to be constructed under a separate Bid Package (1.04) It will be the sole responsibility of the Bidder to quantify the anticipated Acreage and provide this information within the 'Write -In' portion of the Price Proposal within the SOV sheet. Item shall be measured per acre of timber, trees, and heavy brush cleared at the direction of the General Contractor It shall be understood that the acreage is an estimate of the area requiring clearing along the pipeline route and that the acreage to be cleared and paid shall be agreed upon in writing prior to commencing work The extended pay item for this work should be considered as a lump sum for completing clearing activities along the entirety of the pipeline route with the specific unit price established for convenience of billing and used in the event additional scope of work is required after commencement of this Contract. Payment made at Lump Sum bid shall include, materials, labor, equipment, and incidentals for the complete clearing and grinding of timber, trees, debris, stumps, culverted creek crossings, necessary tree protection, and other materials as listed in the Contract Documents, and any incidental work and materials not otherwise indicated in other pay items. Any damage to adjacent structures and facilities shall be repaired by the Bidder at no additional cost. Measurement and Payment of this item by the Lump Sum is understood to be full and complete compensation for the "turn -key" completion of all clearing activities along the entirety of the pipeline route No additional compensation for on -site mobilizations will be made, as cost is to be carried for all on site mobilizations within this Lump Sum Price Payment will be made at the unit price bid and measured by each occurrence. Item includes all materials, equipment, subcontracted services and other incidentals to survey the totality of the necessary clearing scope to identify any active nests under federal protection Item also includes providing the necessary report/survey to the CMAR no later than two (2) business days post survey 4.00 Additional Migratory Bird Treat Act (MBTA) Survey - Environmental Survey prior to Item will also include the implementation of barriers, earlier identification/warning devices or similar to clearing (March 15th to September 15th) provide visual aid in identification and delineation of those area's needing to remain in place due to active nests. Per the MBTA - Migratory Bird Treaty Act, this survey is to be completed on a weekly basis from March 15th to September 15th each year Payment made at unit price Bid shall be measured per each Linear Foot installed Item includes materials, labor, equipment, and incidentals for installing 8' long t-posts and 6' tall chain link fence perimeter fence around environmentally sensitive area's as delineated by the Texas Historical Commission's site survey and finding. These locations will be identified under Bid Package 1.01 of 5.00 Installation of Barrier Fence at Archeological and Environmentally sensitive areas this solicitation and therefore no surveying services or layout will be required or included within this cost of work Bidder understands that the work included in this bid item will be coordinated with other subcontractors and installation contractors on the site and multiple mobilizations should not be required. City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package 1.00 SOV 1.03 - Addendum No. 1 Page 139 of 239 6.00 EW1 EW2 EW3 EW4 Temporary Gate Installation and Fence Repairs for Easement Access Adder per Additional Clearing as Directed by CMAR Adder per Disposal of Clearing Debris Offsite Adder per Relocates as Requested by CMAR Additional Barrier Fence for Archeological and Environmentally Sensitive Areas Installation Includes H-Brace on Easement Lines, Gate (per detail), and Closure Device Temporary H-Braces to be set in Concrete on Easement Line Prior to Cutting Fence Includes Repair / Replacement of Existing "Perpendicular" Fence Within Easement as Required Repair / Replacement of Existing Fence Lengths 120-200 Feet per crossing. Payment made at unit price Bid shall be measured per each installation Item includes materials, labor, equipment, and incidentals for installing Temporary Gates and Fence Repair along the pipeline route and as required to gain access to the pipeline Easement. Bidder understands that the work included in this bid item will be coordinated with other subcontractors and installation contractors on the site and multiple mobilizations will be required Item includes multiple components including fence repair / replacement with in the easement Hidth, H- braces installed on each easement line, and as necessary to support temporary stretch gate opening. Closure device on stretch gate should be mechanical cam type device allowing the gate to be easily stretched tight and secure by a single person. Item shall be measured as a percentage of the Unit Cost per each acre for disposal of chips, mulch, and other waste, from areas cleared of timber, trees, and heavy brush cleared at the direction of the CMAR Team It shall be understood that the acreage is the Contractors responsibility to estimate the area requiring clearing along the pipeline route and that the acreage to be cleared and paid shall be agreed upon in writing prior to commencing work. The extended pay item for this work should be considered as a lump sum for completing clearing activities along the entirety of the pipeline route Payment made for the Lump Sum Bid shall include, materials, labor, equipment, and incidentals for the complete hauling and disposal of debris in accordance with Contract Documents, and any incidental work and materials not otherwise indicated in other pay items. Bidder to reference Attachment'B' of the Bidding Documents which conveys the anticipated locations where this EW Line Item may possible be used. It is currently anticipated that this line item will be used to capture additional clearing as needed for the HDD under the Little Brazos River, but other area's may be desired upon commencement of construction The Bidder is responsible for locating disposal site and paying all associated loading, hauling and disposal fees for the satisfactory disposal of this material Measurement and Payment of this item by Per Each acre bid is understood to be full and complete compensation for the "turn -key" completion of all disposal along the entirety of the pipeline route Item shall be measured as a percentage of the Unit Cost per each acre for disposal of chips, mulch, and other waste, from areas cleared of timber, trees, and heavy brush cleared at the direction of the CMAR Team The extended pay item for this work should be considered as a lump sum for completing complete removal and disposal of all clearing debris to an offsite location selected by the Bidder. Payment made for the Lump Sum Bid shall include, materials, labor, equipment, and incidentals for the complete hauling and disposal of debris in accordance with Contract Documents. The Bidder is responsible for locating disposal site and paying all associated loading, hauling and disposal fees for the satisfactory disposal of this material All Site Moves Necessary to Perform the Work Are Considered Subsidiary and Shall Be Included In Service Provider's Unit Cost For Performing the Work The Moves Associated With This Item (EW3) Will be Paid to Service Provider ONLY if CMAR Directs Service Provider To Move for CMAR's Convenience. Item shall be measured and paid per each at the Unit Price Bid This item is reserved specifically for additional mobilizations required by the CMAR Team's convenience at their direction. Item to include mobilization of all equipment, personnel, and incidentals working as a "crew" ONE- WAY to anew work location Separate, additional payment will be made again at the Unit Price Bid should the bidder be required to mobilize back to the original work location to complete their work Submission of a project schedule, as required within the Bidding Documents will enable the CMAR and Bidder understand original work Flow and provide the remainder of the Project Team confirmation of this CMAR Directed Relocate. Payment made at unit price Bid shall be measured per each Linear Foot installed Item includes materials, labor, equipment, and incidentals for installing B' long t-posts and 6' tall chain link fence perimeter fence around environmentally sensitive area's as delineated by the Texas Historical Commission's site survey and finding. These locations will be identified under Bid Package 1.01 of this solicitation and therefore no surveying services or layout will be required or included within this cost of work Bidder understands that the work included in this bid item will be coordinated with other subcontractors and installation contractors on the site and multiple mobilizations should not be required. This EW Bid Item is to capture any additional quantities of Barrier Fence needed and as identified by the THC's survey and report. Being this report has not been finalized, quantities are not known and therefore not guaranteed City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package 1.00 SOV 1.03 - Addendum No. 1 Page 140 of 239 Payment will be made at the unit price bid and measured by each occurrence. Item includes all materials, equipment, subcontracted services and other incidentals to survey the totality of the necessary clearing scope to identify any active nests under federal protection Item also includes providing the necessary reporUsurvey to the CMAR no later than two (2) business days post survey Item will also include the implementation of barriers, earlier identification/warning devices or similar to provide visual aid in identification and delineation of those area's needing to remain in place due to EW5 Additional Migratory Bird Treat Act (MBTA) Survey - Environmental Survey prior to active nests. Per the MBTA - Migratory Bird Treaty Act, this survey is to be completed on a weekly Clearing (March 15th to September 15th) basis from March 15th to September 15th each year the intent of this EW item is to capture any additional survey's required due to project schedules/delays - this EW item will not be billed against due to delays which are the sole responsibility of the clearing contractor. Payment made at lump sum price Bid. Item includes furnishing performance and payment bonds in EW6 Bonds: Performance and Payment accordance with the Contract Documents This item is included as an allowance to address easement conditions This item will be only be used Allowl Special Easement Conditions Allowance as reviewed and approved by the CMAR to address unique conditions encountered along the pipeline easement City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package 1.00 SOV 1.03 - Addendum No. 1 Page 141 of 239 Exhibit "A-7" - Well Sites & Access Road Construction ITEM NUMBER DESCRIPTION Ico Mobilizationantl Demobiltudion(Capture, all Mobilizations to complete the following Scope of Work) Construction 111- Pad antl Lay Down YarNBtorage Pad (200' x 200')(Exad Location to be coortlinatatl win CMAR) 200 ` Additional 2 vedcal fast If fill mat0nal wdl be necessary to balance ogme Pad vn0 access road elevation 8" of Flexbase Material b be Installed upon sintable subgrade wlih geognd untlenay, gratled and compactetl 3 00 Removal of Office Pad and Lay Down Y.aASU Its Pad (200-1 200DPExact Location to be caordinaled with CMAR) Cmeaocbon of all Access Roads -Per Delall2 or 3 on BHT C-1 & per DIEUI2 of BHT C-61 FleWasa Mstenal to be Installed, gradetl and compacted upon nil s phase of- (ALL ACCESS ROADS) 2" of Fledlssa Material to be Installed, gradW antl compacted at substantial completion of pmlact or as directed by de CMAR (ALL ACCESS ROADS) ' Well Sita lO Access Road Co ,a ,C on (Sta 1 t00 W SW 33t63)(SHT C-1 De 112, Typical Section) 400 • Well Site 11 and 12 Access Ros l ConsUoche, (SO 31130 d 40112)(SHT C-1 Detail 2, Typical Section) • Well Site 11 and 12 Access Ros l Cm,duchon (SO 1100 to 31130ASHT C-1 Detail 3, Typlwl Section w/Deeh) 'Culverts, RCP antl Box Culverts at roatls are to be Installed as part of this bid item •RlpRap and S E T' Installation as Identified on updated Plan sheets and dedds COnatruonon of Ele-rad Well Sue Pads, 10, 11, ..it 12 ' UUIIzaUon of on -site matanal non, Son: PIY, Sues 11 and 12-16.300 Cubic Vans to construct elevated molplateau ' UblGatOn d on-sde metanal fro,O a -ow PIY, Sue 10-14,350 Cubic Vans b construct atavatad pedlplateau ' Installation of Elevated a,ld— pad and pad Drainage Swale at seas 10, 11 and 12 5 00 ' 6" of Flexbase Material b be Installed, gaited and wmp,d,d upon initial phase dwak/plaleau wnan-on ' 2" of No 61 Slone Matanal n be installed, gaited and compacted at substal Ual con -platen of pre- ' Installation of Type'E" Hat and 30' RCP Assemblies acting as discharge br SOV item 5 00, Wall Sites 10, 11 and 12 (Per Applicable Well Sue Dcalnaga Plan Sheets) 'RlpRap and S E T's installation as derided on updated plan sheets and deta1ls ?z ima cliOP, of Site Dril Dltch,,ISwales and Culverts NOT associated with Access Road Conseuclion or Well Pad Drainage G 00 ' BHT GB, C-1, C-13, C-14 antl C-15 'RIPRap and S E T's Installation as Identified on ,pdaletl plan sheets and details 700 Execution of M4c Site Grading Requirements not captured above, as seen on SHT C-1,'Baran Cut" (101 skip,lcm) 8 00 Installation of 7,DOT' C... P-0- En Vance, OSR (Well le -2 Ea) and Sims Lane Cutoff TOTAL BASE BID EW1 Additional Ramoblllzar- side Dreetan dthe CMAR EW2 A,ddOU.l Access Road Construction - Per Each SV EW 3 Mon- l Duch Construction per Istai on BHT 1-1 EW4 I-billen- of GrOsed RlpRap (B"-12" Aggagate) at RCP Culvert trial/0 Oat(s) EWS Atlon—I Materiel Imp.,S.bdt. Pad antl Road Subgrada Materiel Tan., —to Pmlact-CMAR DIrectad EW6 Addlll001 Spats Haul OR and! Tansp,-,,n oR Pa 1Bus-CMAR DIrectetl EW7 Test Well Access Read COOnOOb(Sea Specification Shast lebatatl'EWP')(SHT C-1 Detal2, Trip -Sect) EW8 Prawde and Install Flewble Besa Crushed Limestone -CMAR Dactad EwG Bonds, Pauomance and Payment TOTAL EXTRA WORK ITEMS TOTAL PROPOSED VALUE (BASE BID ITEMS A EXTRA WORK ITEMS) Contractor "Write -In" Acreage of Acrof Clearing Needed for Access Road Construction Contractor Confirm Acreage of Clearing Needed for Elevated Well Pad Construction, Wells 10, 11 & 12 "Write -In" Contractor Confirm Linear Foot Take off per Bid Item No. 5.00-Construction of Drainage Ditches/Swales not Associated with Access Roads "WriteAn' Coe ntracto Writ er Confirm Duration of Access Road Construction, Completed IS" of Flexbase) at Wells 11 and 12 " Contractor Write -In" Confirm Duration of Access Road Construction, Completed IS" of Flexbase) at Well 30 " Contractor Confirm Duration of Elevated Pads at all Well Sites, Inclusive of Earthwork, Drainage Earthwork and Piping and Well Pad Aggregate "Writ In Contractor ConRrm Square yardage of Each Access Road for the Respective Well SiteS "Write -In" Note 1 BlddersprO,d,ppOa will be requireddbe tamed in wilM1 de bid br evaluation bythe Protect Team Nate 2 Reference Section Drawings f OfortnaBon related to this Bid Package Notc3 Bidder understands multiple mobduabort, i11 be Or—(Estimated 24 mo project duration) NMias to Proceed is contingent upon Texas Hedeneal Commission archeological study approval Note 4 All wwk shall be ecodinead with CMAR Note 5 Exha Wwkltams(EW)Quantihas aredbe completetl at the tllrechon ntthe CMAR Ew Oamsand Ouantbesaa NOTGuaanteed Note 6 Subcontractors requiratl to nmah lObduymeuraneam accordance with the agreement and Sa.b. 0072 GO - Ste iedGeneralConditionaend007300- Supplementary Condition. Bdder und.ruand. CMAR Dlr d Construction Sequence Beginning Win Access road at Station 40+12 b Station36+00,dende Test Well Access Read bllowetl by the Teat Well Nate ] Pad den f011avetl by de Pccesa Roatl CLasnng and Pad Site Clearings for Wells 11 and 12 and CRca Pad -once iheas are consWctatl, the Bltltler may Pa.- de remainder Of work at their dOcr h Note 8 Conshuc nStaking well be p—asel by in. CMAR, any level of Survey maned beyond Construction Staking to execute these w .wdl be the res nsDIdy of in. bidtler Each bidder shall submit one (1) hard copy of SOV and one (1) digital copy of SOV In excel format as specified in Instructions to Bidders PROJECT LIMITS -City of College Station P10PertYAAOII Sltes QUANTITY UNIT UNIT PRICE EXTENSION 100 Lump Sum $ 1sueacoo $ 1WOOD 00 4,44444 Square Vads $ 2500 IS 111,11111 4,44444 Square Yards 5 10.00 $ 44A4444 100 Lump Sum $ LNG000.00 $ 1,100,00000 100 Lump Sum $ sso,000DD $ GSBOOO 00 100 Lump Sum 5 65p00.o0 $ 65,00000 100 Lump Sum $ 16,000.00 $ 16,000OOI 300 Each $ 3,500.00 $ 10,5000O too ILump Sum ITOTAL I $ 2,041G5556 100 Each 5 15,000.00 $ 15000 00 10o Oo BV 5 40.00 $ 4000 00 100 Lmaer Fool 5 10o0 $ 1000I 100o "ors Ven 5 Bour) $ 1,000OOI 100 0o Cubic Ven $ 3500 $ 3,500 DO 1000o Cubic Ven $ 25.00 $ 2,SOO 00I 100 Lump Sum $ 65,000.00 $ GS,000001 50000 Tons $ 40.00 $ 20,00000I 100 Lump Sum $ 1.00 $ 1Go too ILump Bum ITOTAL I $ 111,01100 1 GO ILump Bum ITOTAL I$ 2,158,0.. s6 18 Acres 15 Acres 6500 Linear Fee[ 25 Working Shifts 12 Well 10 Working Shifts Well 11 ­1 12 I I i I 8150 3500 7500 Square yards ofeoivopoa-I naeannworiemiiesmnesdo 5/Sri/za2 2G0 Archeological Report - Approval 6/9/20255 n ,"tact Ezecuu,n 6/10/202 do N.sea 612 12 z1 iaa i,n 7/7/2u25 6 W e wi h Ogue Pad lac t 7/25/2025 % 9/12021 9/ gip omplMe wth Wellslta Pay(Wellel1,12) 10/3/2025 mn(.1110) 101 V202s 10 do c e win Acacia R,ada (.11 TO) 11/20/2025 1300 12. eomplat.-1,Well site Pad, (Wall 10) Rem,val,f On —Pad 1v30/2025 Up.. Rnal e,mpleho" $1,000 Per Day Penalty For Not Achieving Milestones I Company I Garney Construction I City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package 100 SOV 104-Addendum No 1 Page 142 of 239 City of College Station - Bid Package 1.04 - Access Road Construction - ADDENDUM No. 1 ITEM NUMBER 1 00 200 300 400 500 600 700 800 DESCRIPTION Mobilization and Demobilization (Captures all Mobilizations to complete the followmg Scope of Work) Construction of Office Pad and Lay Down Yard/Storage Pad (200' x 2001 Location to be coordinated with CMAR) Removal of Office Pad and Lay Down Yard/Storage Pad (200' x 200')(Exact Location to be coordinated with CMAR) Construction of all Access Roads - Per Detail 2 or 3 on SHT C-1 8 per Detail 2 of BHT C-61 "6" of Flexbase Material to be installed, graded and compacted upon initial phase of work (ALL ACCESS ROADS) "2" of Flexbase Material to be installed, graded and compacted at substantial completion of protect or as directed by the CMAR (ALL ACCESS ROADS) " Well Site 10 Access Road Contraction (Sta 1+00 to Sta 33+63)(SHT C-1 Detail 2, Typical Section) " Well Site 11 and 12 Access Road Construction (Sta 31+30 to 40+12)(SHT C-1 Detail 2, Typical Section) " Well Site 11 and 12 Access Road Construction (Sta 1+00 to 31+30)(SHT C-1 Detail 3, Typical Section w/Ditch) "Culverts, RCP and Box Culverts at roads are to be installed as part of this bid item 'RipRap and S E T's installation as identified on updated plan sheets and details Construction of Elevated Well Site Pads, 10, 11, and 12 ` Utilization of on -site material from 'Borrow Pit', Sites 11 and 12-16,300 Cubic Yards to censtmct elevated pad/plateau ` Utilization of on -site material from 'Borrow Pot', Site 10 - 14,350 Cubic Yards to construct elevated pad/plateau ` Installation of Elevated earthen pad and pad Drainage Swale at sites 10, 11 and 12 6" of Flexbase Material to be installed, graded and compacted upon initial phase of work/plateau construction 2" of No 67 Stone Material to be installed, graded and compacted at substantial completion of protect Installation of Type "E" Inlet and 30" RCP Assemblies acting as discharge for SOV Item 5 00, Well Sites 10, 11 and 12 (Per Applicable Well Site Drainage Plan Sheets) 'PopRap and S E T's installation as identified on updated plan sheets and details Construction of Site Drainage Ditches/Swales and Culverts NOT associated with Access Road Constmcbon or Well Pad Drainage BHT G-8, C-1, C-1 3, C-14 and C-15 Execution of Misc Site Grading Requirements not captured above, as seen on BHT C-1, "Berm Cut" (10 1 slopelcut) Installation of'TxDOT Construction Entrance, DER (Well 10) and Sims Lane Cutoff MEASUREMENT AND PAYMENT Item shall be measured as lump sum and include mobilization to the site, demobilization from the site, necessary licenses, permits, and temporary facilities Mobilization shall be on a lump sum basis at the unit price allowed with a maximum of 10% total amount Bid Amount of the lump sum Bid for mobilization available for payment shall be as follows 25% of the lump sum Bid upon execution of contracts, certificate of insurance and insurance policies, bonds (d applicable), and the Notice to Proceed is Issued, 75%of the lump sum Bid upon initial equipment mobilization to the site, 100% of the lump sum Bid when 10% or more of the Bid amount is earned It is the bidders responsibility to understand that multiple mobilizations will be required to fulfill this contract while Site 11 and 12 are contained within one side of the protect, Well 10 is divided from the others by the Little Brazos River, which is an impassible obstacle - Bidder should include this pricing within the Line Item Measurement and payment for Office Pad Constmcbon will be by the square yard Payment made at the unit price bid shall include, materials, labor, equipment, and incidentals for completing subgrade prep, compaction of subgrade, earthwork, aggregate installation and compaction activities in accordance with the Contract Documents Measurement per square yard shall include all work included into this bid item Bidder understands that the work included in this bid item will be coordinated with other subcontractors Measurement and payment for Office Pad Removal will be by the square yard Payment made at the unit puce bid shall include, materials, labor, equipment, and incidentals for removal and haul off of office pad and laydown yard materials in accordance with the Contract Documents Measurement per square yard shall include all work included into this bid item Bidder understands that the work included in this bid item will be coordinated with other subcontractors, and that scheduling this work with the CMAR will be necessary Disposal Site to be an off site location which complies with all local, state and federal guidelines - it is the sole responsibility of the Bidder to include all costs associated with off site disposal within this Unit Cost Bid Item Measurement and payment for Construction of All Access Roads will be at the unit price bid Payment made at the unit price bid shall include, materials, labor, equipment, and incidentals for completing Access Road Construction activities in accordance with the Contract Documents Material Testing will be provided by others however Bidder will be responsible for providing the necessary materials/submittals for approval prior to beginning work Bid Item includes the preparation of subgrade to 95% or greater density and to -2 to 3 % of optimum moisture, installation of 6" Lime Treated Base to the density and moisture requirements within the specifications and details and a final course of 6" Flex base per TxDOT 247 Geegnd Material will also be required under all flex base courses it is the responsibility of the Bidder to provide any costs associated with reaching prescribed densities, compaction and moisture requirements It will also be the responsibility of the Bidder to include costs associated with additional level of survey outside of those provided within Bid Package 1 01 as part of this Work Solicitation Package Bidder also understands the following sequence of work will be required, beginning with the censtmction of access roads to Wells 11 and 12 than moving onto the access road at W ell 10 At locations which prescribe a Ditch/Swale to be constructed along the Access Road, all costs associated with this are to be captured within this SOV Line Item All RCP culverts, RCP and Box Culverts are to also be included as part of the bid item Bidder is to also provide the necessary materials, labor, equipment, and incidentals for completing aggregate RipRap placement, at the locations and dimensions as seen on the plans Measurement and payment for Site Drainage Ditches/Swales will beat the Lump Sum Bid Payment made at the Lump Sum bid shall include, materials, labor, equipment, and incidentals for completing Ditch/Swale constmction activities in cerdance with the Contract Documents The intent of this Line Item is to capture Ditches/Swales that are not associated with any Amass Roads In the event there is any discrepancy, or additional Ditches/Swales not captured within Bid Item No 4 00, the balance is to be captured within this SOV Line Item Material Testing will be provided by others however Bidder will be responsible for providing the necessary matenals/submittals for approval prior to beginning work if required It is the responsibility of the Bidder to provide any costs associated with reaching prescribed densities, compaction and moisture requirements It will also be the responsibility of the Bidder to include costs associated with additional level of survey outside of those provided within Bid Package 1 01 as part of this Work Solicitation Package It will also be responsibility of the Bidder to import/export material to an offsite location in the event the provided borrow pits do not encapsulate all of the material needed for this construction activity The necessary drainage devices, culverts, ditches/swales, structures and incidentals will be captured within this Bid Item Contractor to include all costs for labor, materials and equipment to perform this work Bidder is to also provide the necessary materials, labor, equipment, and incidentals for completing aggregate RipRap placement, at the locations and dimensions as seen on the plans Measurement and payment for Site Drainage Ditches/Swales will beat the Lump Sum Bid Payment made at the Lump Sum bid shall include, materials, labor, equipment, and incidentals for completing Ditch/Swale censtmcion activities in cerdance with the Contract Documents Material Testing will be provided by others however Bidder will be responsible for providing the necessary materials/submittals for approval prior to beginning work Bid Item includes the preparation of subgrade to Protect Specifications, inclusive or density and moisture requirements within the specifications It is the responsibility of the Bidder to provide any costs associated with reaching prescribed densities, compaction and moisture requirements It will also be the responsibility of the Bidder to include cests associated with additional level of survey outside of those provided within Bid Package 1 01 as part of this Work Solicitation Package While the majority of this Bid Item's quantity is located off of Sims Lane Cutoff, it is the bidders sole responsibility to quantify all applicable footage./volumes based off of the Bidding Documents and include these quantities within this Line Item Any locations of Ditches and Swales not included within other bid Rams are to be captured within this SOV Line Item It will also be responsibility of the Bidder to import/export material to an offsite location in the event the provided borrow pits do not encapsulate all of the material needed for this construction activity All RCP culverts, RCP and Box Culverts if required are to also be included as part of the bid item Bidder is to also provide the necessary materials, labor, equipment, and incidentals for completing aggregate RipRap placement, at the locations and dimensions as seen on the plans Measurement and payment for Misc Site Grading (singular Berm Cut Location) will be at the Lump Sum Bid Payment made at the Lump Sum bid shall include, materials, labor, equipment, and incidentals for completing Berm Cutting (creating channel to redirect Flow of water due to new pad construction/proximity) construction activities in accordance with the Contract Documents It is the responsibility of the Bidder to provide any costs associated with reaching prescribed densities, compaction and moisture requirements It will also be the responsibility of the Bidder to include costs associated with additional level of survey outside of those provided within Bid Package 1 01 as part of this Work Solicitation Package It will also be responsibility of the Bidder to import/export material to an offsite location in the event the provided borrow pits do not encapsulate all of the matenal needed for this construction activity Measurement of this item will be par Each This bid item includes all costs for material, labor, equipment, and incidentals for all work related to all required to install TxDOT compliant Construction Entrances at the direction of the CMAR Bidder to assume a minimum dimension of 50' m length, 25' wide and no less than 8" deep of 3"x5"'Bull Rock' materials or similar undeday to consist of geogrid with topsoil being stripped and segregated as part of the installation process Payment will be based on Each additional Construction Entrance installed "Complete in Place" at the direction of the CMAR Quantities for this line item, like others, are not guaranteed City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package 1.00 SOV 1.04 - APMO-_ 1413 Of 239 EW1 EW2 EW3 EW4 EW5 EW6 EW7 EW8 EW9 Additional Remobilization at the Direction of the CMAR Additional Access Road Construction - Per Each SY Additional Ditch Construction per Detail on SHT C-1 Installation of Grouted Rip -Rap (8"-12" Aggregate) at RCP Culvert Inlet/Outlet(s) Additional Material Import, Suitable Pad and Road Subgrade Material Transported to Protect - CMAR Directed Additional Spoils Haul Off and Transportation off Protect Site - CMAR Directed Test Well Access Road Construction (See Specification Sheet labeled'EWP')(SHT C-1 Detail 2, Typical Sect) Provide and Install Flexible Base Crushed Limestone - CMAR Directed Bonds, Performance and Payment All Site Moves Necessary to Perform the Work Are Considered Subsidiary and Shall Be Included In Service Providers Unit Cost For Performing the Work The Moves Associated With This Item (EW3) Will be Paid to Service Provider ONLY if CMAR Directs Service Provider To Move for CMAR's Convenience Item shall be measured and paid per each at the Unit Price Bid This item is reserved specifically for additional mobilizations required by the CMAR Team's convenience at their direction Item to include mobilization of all equipment, personnel, and incidentals working as a "crew' ONE-WAY to a new work location Separate, additional payment will be made again at the Unit Prove Bid should the bidder be required to mobilize back to the original work location to complete their work Submission of a protect schedule, as required within the Bidding Documents will enable the CMAR and Bidder understand original work flow and provide the remainder of the Protect Team confirmation of this CMAR Directed Relocate Measurement and payment for Construction of Additional Access Roads will be at the unit price bid Payment made at the unit prim bid shall include, materials, labor, equipment, and incidentals for completing Access Road Construction activities in accordance with the Contract Documents Material Testing will be provided by others however Bidder will be responsible for providing the necessary materials/submittals for approval prior to beginning work Bid Item includes the preparation of subgrade to 95 % or greater density and to -2 to 3 % of optimum moisture, installation of 6" Lime Treated Base to the density and moisture requirements within the specifications and details and a final course of 6" Flex base per TxDOT 247 Geegrid Material will also be required under all flex base courses it is the responsibility of the Bidder to provide any costs associated with reaching prescribed densities, compaction and moisture requirements It will also be the responsibility of the Bidder to include costs associated with additional level of survey outside of those provided within Bid Package 101 as part of this Work Solicitation Package This activity will be at the direction of the CMAR, and quantities are not guaranteed Measurement and payment for Extra Ditch/Swale Construction will beat the Lump Sum Bid Payment made at the Lump Sum bid shall include, materials, labor, equipment, and incidentals for completing Ditch/Swale construction activities in accordance with the Contract Documents Material Testing will be provided by others however Bidder will be responsible for providing the necessary matenals/submittals for approval prior to beginning work Bid Item includes the preparation of subgrade to Protect Specifications, inclusive or density and moisture requirements within the specifications It is the responsibility of the Bidder to provide any costs associated with reaching prescribed densities, compaction and moisture requirements It will also be the responsibility of the Bidder to include costs associated with additional level of survey outside of those provided within Bid Package 1 01 as part of this Work Solicitation Package It will also be responsibility of the Bidder to iimport/export material to an offsite location in the event the provided borrow pits do not encapsulate all of the material needed for this construction activity All RCP culverts, RCP and Box Culverts if required are to also be included as part of the bid item Measurement and payment for grouted rip -rap will be at the unit price bid Payment made at the unit price bid shall include, materials, labor, equipment, and incidentals for completing placement of rip -rap and grout material activities in accordance with the Contract Documents This Bid Item quantity is not a guarantee, and work will be only be executed at the direction of the CMAR Measurement and payment for Additional Import Material shall be at the lump sum bid Payment made at the lump sum bid shall include, materials, labor, equipment, and incidentals for completing 'turn -key' material trucking, transportation to the site, acquisition of material activities in accordance with the Contract Documents This Bid Item quantity is not a guarantee, and work will be only be executed at the direction of the CMAR It is the bidders responsibility to comply with all local, state and federal requirements related to the importation of surplus material to the protect site It will also be the sole responsibility of the Bidder to verify that the imported material will comply and perform with the protect specifications Measurement and payment for Additional Spoils Haul Off shall beat the lump sum bid Payment made at the lump sum bid shall include, materials, labor, equipment, and incidentals for completing 'turn -key' maternal trucking, haul off and disposal activities in accordance with the Contract Documents This Bid Item quantity is not a guarantee, and work will be only be executed at the direction of the CMAR It is the bidders responsibility to comply with all local, state and federal requirements related to disposal of any surplus material to an off -site location at the choosing of the Bidder Measurement and payment for Temp Well Access Road shall beat the lump sum bid Payment made at the lump sum bid shall include, materials, labor, equipment, and incidentals for completing subgrade preparation, geogrid underlay and flexible base installation activities in accordance with the Contract Documents This Bid Item quantity is not a guarantee, and work will be only be executed at the direction of the CMAR Measurement and Payment for Flexible Base Crushed Limestone to be at the unit price bid Payment to be made based on the quantity installed by verification of load/delivery tickets Item to include all applicable labor, materials and equipment to furnish, deliver, prepare subgrade, compact and grade flex base material in accordance with the Protect Documents Geogrid underlay to also be installed atop prepared subgrade and beneath the flexible base material Payment made at lump sum price Bid Item includes furnishing performance and payment bonds in accordance with the Contract Documents City of College Station Wells 10, 11, 12 and Collection Pipeline Bid Package 1.00 SOv 1.04 - APMO-_ IP44 Of 239 Exhibit "A-8" Bond Riders for Payment and Performance Bonds GMP Amendment No. 2 New Water Wells 10, It, 12, Access Roads and Pipelines Project CMAR — Gamey Companies, Inc. Page 145 of 239 INCREASE PENALTY RIDER BOND NO, 30236819/ 674224407 To be attached and form a part of Bond No. 30236819/ 674224407 dated the 2nd Pay of May, 2025, executed by The Continental Insurance Company / Liberty Mutual Insurance Company as surety, on behalf of Garvey Companies, Inc. as current principal of record, and in favor of City of College Station, TX, as Obligee for JOB 7488: New Water Wells 10,11,12 Access Roads and Pipelines Proiect, and in the amount of Three Million Six Hundred Ninety Seven Thousand One Hundred Six Dollars and 35/100 ($3,697,106.35). In consideration of the agreed premium charged for this bond, it is understood and agreed that The Continental Insurance Company/ Liberty Mutual Insurance Company hereby consents that effective from the 26th Day of June, 2025, said bond shall be amended as follows: THE BOND PENALTY SHALL BE INCREASED: (GMP Amendment 2 - $3,198,870.93) FROM: Three Million Six Hundred Ninety Seven Thousand One Hundred Six Dollars and 35/100 ($3,697,106.35) TO: Six Million Eight Hundred Ninety Five Thousand Nine Hundred Seventy Seven Dollars and 28/100 ($6,895,977.28) The INCREASE of said bond penalty shall be effective as of the 26th Day of June, 2025, and does hereby agree that the continuity of protection under said bond subject to changes in penalty shall not be impaired hereby, provided that the aggregate liability of the above mentioned bond shall not exceed the amount of liability assumed by it at the time the act and/or acts of default were committed and in no event shall such liability be cumulative. Signed, sealed and dated this 26th Day of June, 2025 Garney Companies, Inc. PRINCIPAL BY William D. Williams, Executive Vice President " - �� The Continental Insurance Company/ Liberty Mutual c Insurance Company SURETY BY K. Zerounian, ATTORNEY-IN-FACT,,n� THE ABOVE BO D IS HERE AGREED TO AND ACCEPTED BY: r ;1912 _ City of College Station, TX OBLIGEE By TITLE Page 146 of 239 ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco ) On Z114*-� -Zk-cl ?_a>ZS before me, M. Moody, Notary Public (insert name and title of the officer) personally appeared K. Zerounian who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. M,MOODY COMM #2386403 NOTARY PUBLIC OCALIFORN A In WITNESS my hand and official seal. San Francisco cotmty Commission Expires .Jsnua- 8. 2025 Signature // l (Seal) Page 147 of 239 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That The Continental Insurance Company, a Pennsylvania insurance company, is a duly organized and existing insurance company having its principal office in the City of Chicago, and State of Illinois, and that it does by virtue of the signature and seat herein affixed hereby make, constitute and appoint M Moody, Susan Hecker, K Zerounian, Janet C Rojo, Betty L Tolentino, Kevin Re, Brian F Cooper, Robert P Wrixon, Virginia L Black, Maureen O'Connell, Susan M Exline, Julia Ortega, Thuyduong Le, Brittany Kavan, Misty R Hemje, Courtney Chew, Maria De Los Angeles Reynoso, Tina K Nierenberg of Walnut Creek, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the insurance company and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the Authorizing By -Laws and Resolutions printed at the bottom of this page, duly adopted, as indicated, by the Board of Directors of the insurance company. In Witness Whereof, The Continental Insurance Company has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 3rd day of November, 2023. .....� The Continental Insurance Company Ado • b'• Larry Kasten j Vice President State of South Dakota, County of Minnehaha, ss: �""��"''�- �/ On this 3rd day of November, 2023, before me personally came Larry Kasten to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of The Continental Insurance Company, a Pennsylvania insurance company, described in and which executed the above instrument; that he knows the seal of said insurance company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said insurance company and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance company. }b4bb4b44b4444b4b4b444444} M. BENT r �� NOTARY PUBLICS s�SOUTH DAKOTA�i t, }44444444444444bb444444b} My Commission Expires March 2, 2026 M. Bent Notary Public CERTIFICATE I, D. Johnson, Assistant Secretary of The Continental Insurance Company, a Pennsylvania insurance company, do hereby certify that the Power of Attorney heroin above set forth is still in force, and further certify that the By -Law and Resolutions of the Board of Directors of the insurance company printed below this certifeatearc still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance company this 26th day of June, 2025. INSO •. •�� ... �*�� The Continental Insurance Company D. Johnson , Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF THE CONTINENTAL INSURANCE COMPANY: This Power of Attomey is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 10, 1995. "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary ofthc Company prior to such execution becoming effective. This Power of Attorney is signed by Larry Kasten, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of The Continental Insurance Company. This Power of Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 251h day of April, 2012. "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"), Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." This Power of Attorney may be signed by digital signature and sealed by a digital or otherwise electronic -formatted corporate seal under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 271 day of April, 2022: "RESOLVED: That it is in the best interest of the Company to periodically ratify and confirm any corporate documents signed by digital signatures and to ratify and confirm the use of a digital or otherwise electronic -formatted corporate seal, each to be considered the act and deed of the Company." Go to Aww.enasnretv.com > Owner! Obligee Services > Validate Bond Coverage, if you want to verify bond authenticity. Form F6850-6-2023 Page 148 of 239 Liberty POWER OF ATTORNEY Mutual® Liberty Mutual Insurance Company Certificate No: 8213019 - 024125 SURETY The Ohio Casualty Insurance Company West American Insurance Company KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty Insurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a Corporation duly organized under the laws of the State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Betty L. Tolentino, Brian Cooper, Brittany Kavan, Courtney Chew, Forrest Chamberlain, Janet C. Rojo, Julia Ortega, K. Zerounian, Kevin Re, M. Moody, Maria D. Reynoso, Maureen O'Connell, Misty R. Hemje, Robert P. Wrixon, Susan Hecker, Susan M. ExIme, Thuyduong Le, Tina K. Nierenberg, Virginia L. Black all of the city of Walnut Creek state of CA each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 24th day of January , 2025 . Liberty Mutual Insurance Company P� INsli PLZY INS& %Nsu _ The Ohio Casualty Insurance Company �oaPORarF1'C� g`� o°¢POf�F�y �GP°°aPORarFRyC1+ West American Insurance Company J3 ocA Q3 on � 2 ot� 19 00 1919 1991 0 �%�A( % Z m MPsa`0 6 / / �j1 SSACHU`��C`aay0 �f/A,aa '�,p '4'mANP' as fa Nathan J. Zangerle, Assistant Secretary c`a State of PENNSYLVANIA ss a County of MONTGOMERY .- On this 24th day of January 2025 before me personally appeared Nathan J. Zangerle, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance m Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes > therein contained by signing on behalf of the corporations by himself as a duly authorized officer. cu ::1a IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. �'� 02 t�q5� L 4°Hys.� �Commonwealth of Pennsylvama - Notary Seal try ° '<,� C Teresa Pastella, Notary Public 0 O ° s Montgomery County O OF My commission exprzes March 28, 2029 B ' Tt Commission number 1126044 y Qj 2 �ti&Yt `i; Member, Pennsylvania Associabon of Notaries Teresa Pastella, Notary Public N1R> This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual 07 Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: ARTICLE IV -OFFICERS: Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety CU > � any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective powers of attomey, shall o have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so executed, such Z v instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Nathan J. Zangerle, Assistant Secretary to appoint such attorneys -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. I, Renee C. Llewellyn, the undersigned, Assistant Secretary, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this 26th day of June 2025 . V INSUR y1`i INS& 1NSU /J o°0O r�yt� y'�Pc°ap0gyr'Pq� �CrP�OIL 0R.9r�'Lc+ J 3 �o cn �e 3 Fo m 4 2 Fo cn 1 -- 1912 0�1919�o a 1991 n By 4cx0sab y0 F/AMPSaL �s ND IA" aD Renee C. Llewellyn, Assistant Secretary LMS-12873 LMIG OCIC WAIC Multi Co 02124 TV_ U �Co Cr cE oy M� cy (D w -Q a� FTV21 Q=) 0-0 N FU C EL ON Q O p O L O N O N p co Lco O O �— C: to ca = -0cc v in ca Loa) ti n Page 149 of 239 June 26, 2025 Item No. 6.8. Protection & Controls Engineering Services for Substation Emergencies Sponsor: Glenn Gavit Reviewed By CBC: N/A Agenda Caption: Presentation, discussion, and possible action on a professional services contract with Stanley Consultants for an amount not -to -exceed $400,000 for protection and controls engineering and emergency call -out services for substation emergencies. Relationship to Strategic Goals: Core Services and Infrastructure Recommendation(s): Staff recommends approval of the contract in an annual amount not -to -exceed $400,000 with Stanley Consultants, over a three-year term, for protection and controls engineering, including call -out services during substation emergencies. Summary: RFQ 25-058 was issued on April 1st and closed on April 16th, 2025, for engineering services specific to substation protective devices and controls, as well as call -out services during substation emergencies. Nine (9) responses were received. Through evaluation, Stanley Consultants was determined to best meet the needs of the department. This contract, with an annual amount not -to -exceed $400,000, will be for an initial term of one (1) year with two (2) possible one- year renewals. Budget & Financial Summary: Funds are budgeted and available in the Electric Operating & Maintenance and Capital Improvement Budgets. Attachments: 1. Stanley Consultants_25300566--LKP Page 150 of 239 CONTRACT & AGREEMENT ROUTING FORM CONTRACT#: 25300566 PROJECT #: N/A BID/RFP/RFQ#: 25-058 Project Name / Contract Description: Protection & Controls Engineering Services CSU Substations Name of Contractor: Stanley Consultants, Inc. CONTRACT TOTAL VALUE: $ 400,000.00 Grant Funded Yes ❑ No ■❑ If yes, what is the grant number: Debarment Check Yes ❑ No N N/A Davis Bacon Wages Used ❑ Yes ❑ NoQ N/A Section 3 Plan Incl. Yes ❑ No ❑E N/A Buy America Required ❑ Yes ❑ No N/A Transparency Report ❑ Yes ❑ No ❑E N/A ❑E NEW CONTRACT ❑ RENEWAL # ❑ CHANGE ORDER # ❑ OTHER BUDGETARY AND FINANCIAL INFORMATION (Include number of bids solicited, number of bids received, funding source, budget vs. actual cost, summary tabulation) Funds are available In FJeaM O&M Budget (If required)* CRC Approval Date*: 05/17/22 Council Approval Date*: 06/26/25 Agenda Item No*: --Section to be completed by Risk, Purchasing or City Secretary's Office Only — Insurance Certificates: Vou Performance Bond: N/A Payment Bond: N/A Info Tech: N/A SIGNATURES RECOMMENDING APPROVAL Wlu,la* atlnln, L�AaxklT 6/11/2025 DEPARTMENT DIRECTOR/ADMINISTERING CONTRACT DATE (L-v5�- 6/11/2025 ASST CITY MGR'—' CFO DATE 6Lt Q. (WS�TL6/11/2025 LEGAL DEPARTMENT DATE APPROVED & EXECUTED CITY MANAGER DATE N/A MAYOR (ifapplicable) DATE N/A CITY SECRETARY (if applicable) DATE 9.12.23 UPDATED Page 1 of 66 RFQ#25-058 Page 151 of 239 City of College Station Architects & Engineering Professional Services Contract (without construction) This Contract is between the City of College Station, a Texas home -rule municipal corporation, (the "City") and Stanley Consultants, Inc. , an Iowa Corporation (the "Consultant"), whereby the Consultant agrees to provide the City with certain professional services as described herein and the City agrees to pay the Consultant for those services. ARTICLE I Scope of Services 1.01 In consideration of the compensation stated in paragraph 2.01 below, the Consultant agrees to provide the City with the professional services as described in Exhibit "A", the Scope of Services, which is incorporated herein by reference for all purposes, and which services may be more generally described as follows (The "Project"): Protection and Controls Engineering Services, other design, engineering and consulting services in support of College Station Utilities Electric Facilities as defined in RFQ# 25-058. ARTICLE II Payment and Term 2.01 In consideration of the Consultant's provision of the professional services in compliance with all terms and conditions of this Contract, the City shall pay the Consultant according to the terms set forth in Exhibit "B". Except in the event of a duly authorized change order, approved by the City as provided in this Contract, the total cost of all professional services provided under this Contract may not exceed the following: Four Hundred Thousand and 00 /100 Dollars ($ 400,000 i. 2.02 Term. Except as may be expressly provided for otherwise elsewhere in this Agreement, the term of this Agreement shall be for one (1) year from the Effective Date hereof which is the date of approval by both parties. Thereafter, upon the mutual consent of both parties, including budget approval by the City, this Contract may be renewed on an annual basis, under the same terms and conditions for up to two (2) additional one (1) year terms for a combined total of no more than three (3) one-year terms. If, for any reasons, funds are not appropriated to continue the contract, the contract shall become null and void and shall terminate. ARTICLE III Time of Performance 3.01 The Consultant shall complete the professional services within the time(s) set forth in Sections 3.02 and 3.03. Consultant expressly agrees that such times are as expeditious as is prudent considering the ordinary professional skill and care of a competent engineer or architect. Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page I 1 Page 2 of 66 RFQ#25-058 Page 152 of 239 The Consultant shall perform with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license. 3.02 All work and professional services provided under this Contract must be completed by the following date(s): June 26, 2025 - June 25, 2026 3.03 Time is of the essence of this Contract. The Consultant shall be prepared to provide the professional services in the most expedient and efficient manner possible and with adequate resources and manpower in order to complete the work by the times specified. Promptly after the execution of this Contract, the Consultant shall prepare and submit for the City to approve in writing, a detailed schedule for the performance of the Consultant's services to meet the City's Project milestone dates, which are included in this Contract. The Consultant's schedule shall include allowances for periods of time required for the City's review and for approval of submissions by authorities having jurisdiction over the Project, if applicable. The time limits established by this schedule over which Consultant has control shall not be exceeded without written approval from the City. In the event that a deadline provided in this Contract is not met by the Consultant, Consultant shall provide the City with a written narrative setting forth in a reasonable degree of detail a plan of recovery to overcome or mitigate the delay which may include (i) employing additional people, or (ii) accelerating the work by working longer hours on any portion of the Project that is deemed by the City to be behind schedule ("Recovery Plan"). With the City's approval, Consultant shall execute the Recovery Plan at no additional cost to the City. 3.04 The Consultant's services consist of all of the services required to be performed by Consultant, Consultant's employees and Consultant's subcontractors under the terms of this Contract. Such services include normal civil, structural, mechanical and electrical engineering services, data accumulation and analysis and any other services normally or customarily furnished and reasonably necessary for the Project. The Consultant shall contract and employ at its expense subcontractors necessary for the performance of the Project, and such subcontractors shall be licensed as required by the State of Texas and approved in writing by the City. 3.05 The Consultant shall designate a principal of the firm reasonably satisfactory to the City who shall, for so long as acceptable to the City, be in charge of Consultant's services to be performed hereunder through to completion, and who shall be available for general consultation throughout the Project. Any replacement of that principal shall be approved in writing (which shall not be unreasonably withheld) by the City, prior to replacement. 3.06 Consultant shall be responsible for the coordination of all matters relating to Consultant's performance of services on the Project, including accumulation of data, data analysis and site visits as necessary and appropriate. Consultant shall be responsible for the completeness and accuracy of all work submitted by or through Consultant and for its compliance with all applicable codes, ordinances, regulations, laws and statutes. Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 12 RFQ#25-058 Page 3 of 66 Page 153 of 239 ARTICLE IV Performance of Work 4.01 Upon the Consultant's receipt of a letter of authorization from the City to commence its services, the Consultant shall meet with the City for the purpose of determining the nature of the Project which may include, but is not necessarily limited to coordinating Project goals, schedules, and deadlines; coordinating data collection; briefing City's management staff, documenting study assumptions and methodologies; devising the format for any interim reports; and preparing the final report to the City. The Consultant shall inquire in writing as to the information the City may have in its possession that is necessary for the Consultant's performance. The City shall provide the information within its possession that it can make available to the Consultant. The City shall designate a representative to act as the contact person on behalf of the City. 4.02 The Consultant shall determine the City's needs with regard to the Project, including but not limited to the availability, accumulation and analysis of data, tests, reports, site evaluations, surveys, comparisons with other municipal projects, review of budgetary constraints and other investigations necessary for the Project. 4.03 The Consultant shall perform in a manner that contemplates compliance with all applicable laws, statutes, ordinances, codes and regulations. 4.04 Upon City's request, the Consultant shall meet with City staff, the City Council and/or other City boards and commissions to make a presentation of its services on the Project. 4.05 Consultant's performance of services shall include evaluations of the City's project budget, including preliminary and detailed cost estimates. 4.06 Consultant shall keep the City informed of the progress of the services and shall guard against any defects or deficiencies in its services. 4.07 Any and all drawings, specifications and other documents prepared, furnished, or both prepared and furnished by or through Consultant pursuant to this Contract shall be the exclusive property of the City. Upon completion or termination of this Contract, Consultant shall promptly deliver to the City all records, notes, data, memoranda, models, and equipment of any nature that are within Consultant's possession or control and that are the City's property or relate to the City or its business. The City shall be furnished and permitted to retain reproducible copies and electronic versions of Consultant's work product and related documents and information relating to the Project. (a) Consultant warrants to City that (i) Consultant has the full power and authority to enter into this Contract, (ii) Consultant has not previously assigned, transferred or otherwise encumbered the rights conveyed herein, (iii) Work Product is an original work of authorship created by Consultant's employees during the course of their Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 13 Page 4 of 66 RFQ#25-058 Page 154 of 239 employment by Consultant, and does not infringe on any copyright, patent, trademark, trade secret, contractual right, or any other proprietary right of any person or entity, (iv) Consultant has not published the Work Product (including any derivative works) or any portion thereof outside of the United States, and (v) to the best of the Consultant's knowledge, no other person or entity, except City, has any claim of any right, title, or interest in or to the Work Product. (b) Consultant shall not seek to invalidate, attack, or otherwise do anything either by act of omission or commission which might impair, violate, or infringe the title and rights assigned to City by Consultant in this section 4.07 of the Contract. ARTICLE V Additional Obligations of Consultant 5.01 The City may use documents prepared by Consultant for future projects. The City may elect to use the Consultant to perform such future project; however, if the City elects to use a different professional to perform such future project, that professional will be entitled to use, to the extent allowed by law, the Work Product, including the methodology, analysis or calculations used in performing the work hereunder. The Consultant will not be responsible for errors and omissions of a subsequent architect or engineer. The provisions of this section shall survive termination of this Contract. 5.02 In the event of termination of this Contract for any reason, the City shall receive all Work Product and original documents prepared to the date of termination and shall have the right to use those documents and any reproductions in any way necessary to complete the Project. 5.03 The Consultant may use portions of the Work Product relating to this Project on other projects, but Project work shall not be used as a whole without prior written authorization by the City. The Consultant shall not use City -furnished forms, conditions, and other documents on other projects. ARTICLE VI Change Orders, Documents & Materials 6.01 No changes shall be made, nor will invoices for changes, alterations, modifications, deviations, or extra work or services be recognized or paid except upon the prior written order from authorized personnel of the City. The Consultant shall not execute change orders on behalf of the City or otherwise alter the financial scope of the Project. 6.02 When the original contract amount plus all change orders is $100,000 or less, the City Manager or his delegate may approve the written change order provided the change order does not increase the total amount set forth in the contract to more than $100,000. For such contracts, when a change order results in a total contract amount that exceeds $100,000, the City Council must approve such change order prior to commencement of the services. Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 14 RFQ#25-058 Page 5 of 66 Page 155 of 239 6.03 When the original contract amount plus all change orders is equal to or greater than $100,000, the City Manager or his delegate may approve the written change order provided the change order does not exceed $50,000, and provided the sum of all change orders does not exceed 25% of the original contract amount. For such contracts, when a change order exceeds $50,000 or when the sum of all change orders exceeds 25% of the original contract, the City Council must approve such change order prior to commencement of the services or work. Thereafter, any additional change orders exceeding $50,000 or any additional change orders totaling 25 percent following such council approval, must be approved by City Council. 6.04 Any request by the Consultant for an increase in the Scope of Services and an increase in the amount listed in Article Two of this Contract shall be made and approved by the City prior to the Consultant providing such services or the right to payment for such additional services shall be waived. If there is a dispute between the Consultant and the City respecting any service provided or to be provided hereunder by the Consultant, including a dispute as to whether such service is additional to the Scope of Services included in this Contract, the Consultant agrees to continue providing on a timely basis all services to be provided by the Consultant hereunder, including any service as to which there is a dispute. ARTICLE VII Warranty, Indemnification & Release 7.01 As an experienced and qualified professional, the Consultant warrants that the information provided by the Consultant reflects the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license. The Consultant warrants that the services performed for the Project and the Work Product generated, including studies, reports, analyses, calculations, the designation or recommendation of materials and equipment, the selection and supervision of personnel, and the performance of all other services under this Contract are performed with the professional skill and care ordinarily provided by competent engineers or architects practicing in the same or similar locality and under the same or similar circumstances and professional license. Approval of the City shall not constitute, or be deemed, a release of the responsibility and liability of the Consultant, its employees, agents, or associates for the exercise of skill and diligence to promote the accuracy and competency of their Work Product nor shall the City's approval be deemed to be the assumption of responsibility by the City for any defect or error in the aforesaid work prepared by the Consultant, its employees, associates, agents, or subcontractors. 7.02 The Consultant shall promptly correct any defective Work Product, including any errors or deficiencies, at no cost to the City. The City's approval, acceptance, use of, or payment for, all or any part of the Consultant's services hereunder or of the Project itself shall in no way alter the Consultant's obligations or the City's rights hereunder. 7.03 In all activities or services performed hereunder, the Consultant is an independent contractor and not an agent or employee of the City. The Consultant and its employees are not the agents, servants, or employees of the City. As an independent contractor, the Consultant shall be responsible for the professional services and the final Work Product contemplated under this Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 15 Page 6 of 66 RFQ#25-058 Page 156 of 239 Contract. Except for materials furnished by the City, the Consultant shall supply all materials, equipment, and labor required for the professional services to be provided under this Contract. The Consultant shall have ultimate control over the execution of the services it is to provide under this Contract. The Consultant shall have the sole obligation to employ, direct, control, supervise, manage, discharge, and compensate all of its employees or subcontractors, and the City shall have no control of or supervision over the employees of the Consultant or any of the Consultant's subcontractors. 7.04 The Consultant must at all times exercise reasonable precautions on behalf of, and be solely responsible for, the safety of its officers, employees, agents, subcontractors, licensees, and other persons, as well as its personal property, while performing work on the Project including during any site visits. It is expressly understood and agreed that the City shall not be liable or responsible for the negligence of the Consultant, its officers, employees, agents, subcontractors, invitees, licensees, and other persons. 7.05 Indemnity. (a) To the fullest extent permitted by law, Consultant agrees to indemnify and hold harmless the City, its Council members, officials, officers, agents, employees, and volunteers (separately and collectively referred to in this paragraph as "Indemnitee") from and against all claims, damages losses and expenses (including but not limited to attorney's fees) arising out of or resulting from any negligent act, error or omission, intentional tort or willful misconduct, intellectual property infringement or failure to pay a subconsultant, subcontractor, or supplier pursuant to this Contract by Consultant, its employees, subcontractors, subconsultants, or others for whom Consultant may be legally liable ("Consultant Parties"), but only to the extent caused in whole or in part by the Consultant Parties. IF THE CLAIMS, ETC. ARE CAUSED IN PART BY CONSULTANT PARTIES, AND ALSO IN PART BY THE NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY OR ALL OF THE INDEMNITEES OR ANY OTHER THIRD PARTY, THEN CONSULTANT SHALL ONLY INDEMNIFY ON A COMPARATIVE BASIS, AND ONLY FOR THE AMOUNT FOR WHICH CONSULTANT PARTIES ARE FOUND LIABLE AND NOT FOR ANY AMOUNT FOR WHICH ANY OR ALL INDEMNITEES OR OTHER THIRD PARTIES ARE LIABLE. (b) (this section intentionally left blank) (c) Consultant shall procure liability insurance covering its obligations under this section. (d) It is mutually understood and agreed that the indemnification provided for in this section 7.05 shall indefinitely survive any expiration, completion or termination of this Contract. There shall be no additional indemnifications Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 16 Page 7 of 66 RFQ#25-058 Page 157 of 239 other than as set forth in this section. All other provisions regarding the same subject matter shall be declared void and of no effect. 7.06 Release. The Consultant releases, relinquishes, and discharges the City, its Council members, officials, officers, agents, employees, and volunteers from all claims, demands, and causes of action of every kind and character, including the cost of defense thereof, for any injury to, sickness or death of the Consultant or its employees and any loss of or damage to any property of the Consultant or its employees that is caused by or alleged to be caused by, arises out of, or is in connection with the Consultant's work to be performed hereunder. Both the City and the Consultant expressly intend that this release shall apply regardless of whether said claims, demands, and causes of action are covered, in whole or in part, by insurance and in the event of injury, sickness, death, loss, or damage suffered by the Consultant or its employees, but not otherwise, this release shall apply regardless of whether such loss, damage, injury, or death was caused in whole or in part by the City, any other party released hereunder, the Consultant, or any third party. There shall be no additional release or hold harmless provision other than as set forth in this section. All other provisions regarding the same subject matter shall be declared void and of no effect. 7.07 It is agreed with respect to any legal limitations now or hereafter in effect and affecting the validity or enforceability of the indemnification, release or other obligations under Paragraphs 7.05 and 7.06, such legal limitations are made a part of the obligations and shall operate to amend same to the minimum extent necessary to bring the provision(s) into conformity with the requirements of such limitations, and as so modified, the obligations set forth therein shall continue in full force and effect. ARTICLE VIII Insurance 8.01 General. The Consultant shall procure and maintain at its sole cost and expense for the duration of this Contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, volunteers, employees or subcontractors. The policies, limits and endorsements required are as set forth below: During the term of this Contract Consultant's insurance policies shall meet the minimum requirements of this section: 8.02 Types. Consultant shall have the following types of insurance: (a) Commercial General Liability. (b) Business Automobile Liability. (c) Workers' Compensation/Employer's Liability. (d) Professional Liability. 8.03 Certificates of Insurance. For each of these policies, the Consultant's insurance coverage shall be primary insurance with respect to the City, its officials, agents, employees and volunteers. Any self-insurance or insurance policies maintained by the City, its officials, agents, employees or Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 17 Page 8 of 66 RFQ#25-058 Page 158 of 239 volunteers, shall be considered in excess of the Consultant's insurance and shall not contribute to it. No term or provision of the indemnification provided by the Consultant to the City pursuant to this Contract shall be construed or interpreted as limiting or otherwise affecting the terms of the insurance coverage. All Certificates of Insurance and endorsements shall be furnished to the City's Representative at the time of execution of this Contract, attached hereto as Exhibit C, and approved by the City before any letter of authorization to commence project will issue or any work on the Project commences. 8.04 General Requirements Applicable to All Policies. The following General requirements to all policies shall apply: (a) Only licensed insurance carriers authorized to do business in the State of Texas will be accepted. (b) Deductibles shall be listed on the Certificate of Insurance. (c) "Claims made" policies will not be accepted, except for Professional Liability insurance. (d) Coverage shall not be suspended, voided, canceled, or reduced in coverage or in limits except after thirty (30) calendar days prior written notice has been given to the City of College Station. (e) The Certificates of Insurance shall be prepared and executed by the insurance company or its authorized agent on the most current State of Texas Department of Insurance -approved forms. 8.05 Commercial General Liability requirements. The following Commercial General Liability requirements shall apply: (a) Coverage shall be written by a carrier rated "A:VIII" or better in accordance with the current A. M. Best Key Rating Guide. (b) Minimum Limit of $1,000,000 per occurrence for bodily injury and property damage with a $2,000,000 annual aggregate. (c) No coverage shall be excluded from the standard policy without notification of individual exclusions being attached for review and acceptance. (d) The coverage shall not exclude premises/operations; independent contracts, products/completed operations, contractual liability (insuring the indemnity provided herein), and where exposures exist, Explosion Collapse and Underground coverage. (e) The City shall be included as an additional insured and the policy shall be endorsed to waive subrogation and to be primary and non-contributory. 8.06 Business Automobile Liability requirements. The following Business Automobile Liability requirements shall apply: (a) Coverage shall be written by a carrier rated "A:VIII" or better in accordance with the current. A. M. Best Key Rating Guide. Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 18 Page 9 of 66 RFQ#25-058 Page 159 of 239 (b) Minimum Combined Single Limit of $1,000,000 per occurrence for bodily injury and property damage. (c) The Business Auto Policy must show Symbol 1 in the Covered Autos portion of the liability section in Item 2 of the declarations page. (d) The coverage shall include owned autos, leased or rented autos, non -owned autos, any autos and hired autos. (e) The City shall be included as an additional insured and the policy shall be endorsed to waive subrogation and to be primary and non-contributory. 8.07 Workers' Compensation/Employer's Liability Insurance requirements. The following Workers' Compensation/Employer's Liability Insurance shall include the following terms: (a) Employer's Liability limits of $1,000,000 for each accident is required. (b) "Texas Waiver of Our Right to Recover From Others Endorsement, WC 42 03 04" shall be included in this policy. (c) Texas must appear in Item 3A of the Worker's Compensation coverage or Item 3C must contain the following: All States except those listed in Item 3A and the States of NV, ND, OH, WA, WV, and WY. 8.08 Professional Liability requirements. The following Professional Liability requirements shall apply: (a) Coverage shall be written by a carrier rated "ANIII" or better in accordance with the current A.M. Best Key Rating Guide. (b) Minimum of $1,000,000 per claim and $2,000,000 aggregate, with a maximum deductible of $100,000.00. Financial statements shall be furnished to the City of College Station when requested. (c) Consultant must continuously maintain professional liability insurance with prior acts coverage for a minimum of two years after completion of the Project or termination of this Contract, as may be amended, whichever occurs later. Coverage under any renewal policy form shall include a retroactive date that precedes the earlier of the effective date of this Contract or the first performance of services for the Project. The purchase of an extended discovery period or an extended reporting period on this policy will not be sufficient to comply with the obligations hereunder. (d) Retroactive date must be shown on certificate. ARTICLE IX Termination 9.01 At any time, the City may terminate the Project for convenience, in writing. At such time, the City shall notify Consultant, in writing, who shall cease work immediately. Consultant shall be compensated for the services performed. In the event the City terminates this Contract for convenience, the City shall pay Consultant for the services performed and expenses incurred prior Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 19 Page 10 of 66 RFQ#25-058 Page 160 of 239 to the date of termination. 9.02 No term or provision of this Contract shall be construed to relieve the Consultant of liability to the City for damages sustained by the City because of any breach of contract and/or negligence by the Consultant. The City may withhold payments to the Consultant for the purpose of setoff until the exact amount of damages due the City from the Consultant is determined and paid. ARTICLE X Miscellaneous Terms 10.01 This Contract has been made under and shall be governed by the laws of the State of Texas. The parties agree that performance and all matters related thereto shall be in Brazos County, Texas. 10.02 Notices shall be mailed to the addresses designated herein or as may be designated in writing by the parties from time to time and shall be deemed received when sent postage prepaid U.S. Mail to the following addresses: City of College Station Attn: Tim Homeyer P.O. Box 9960 College Station, Texas 77842 Consultant: Stanley Consultants, Inc. Ann: Lisa Donnelly 6836 Austin Center Boulevard, Suite 350 Austin, TX 78731 10.03 No action or failure to act by the City shall constitute a waiver of a right or duty afforded them under the Contract, nor shall such action or failure to act constitute approval of or acquiescence in a breach there under, except as may be specifically agreed in writing. No waiver of any provision of the Contract shall be of any force or effect, unless such waiver is in writing, expressly stating to be a waiver of a specified provision of the Contract and is signed by the party to be bound thereby. In addition, no waiver by either party hereto of any term or condition of this Contract shall be deemed or construed to be a waiver of any other term or condition or subsequent waiver of the same term or condition and shall not in any way limit or waive that party's right thereafter to enforce or compel strict compliance with the Contract or any portion or provision or right under the Contract. Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page110 RFQ#25-058 Page 11 of 66 Page 161 of 239 10.04 This Contract represents the entire and integrated agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements, either written or oral. This Contract may only be amended by written instrument approved and executed by the parties. 10.05 This Contract and all rights and obligations contained herein may not be assigned by the Consultant without the prior written approval of the City. 10.06 Invalidity. If any provision of this Contract shall be held to be invalid, illegal or unenforceable by a court or other tribunal of competent jurisdiction, the validity, legality, and enforceability of the remaining provisions shall not in any way be affected or impaired thereby. The parties shall use their best efforts to replace the respective provision or provisions of this Contract with legal terms and conditions approximating the original intent of the parties. 10.07 Prioritization. Contractor and City agree that City is a political subdivision of the State of Texas and is thus subject to certain laws. Because of this there may be documents or portions thereof added by Contractor to this Contract as exhibits that conflict with such laws, or that conflict with the terms and conditions herein excluding the additions by Contractor. In either case, the applicable law or the applicable provision of this Contract excluding such conflicting addition by Contractor shall prevail. The parties understand this section comprises part of this Contract without necessity of additional consideration. 10.08 The Consultant, its agents, employees, and subcontractors must comply with all applicable federal and state laws, the charter and ordinances of the City of College Station, and with all applicable rules and regulations promulgated by local, state, and national boards, bureaus, and agencies. The Consultant must obtain all necessary permits and licenses required in completing the services required by this Contract. 10.09 The parties acknowledge that they have read, understood, and intend to be bound by the terms and conditions of this Contract. If there is a conflict between a provision in any documents provided by Consultant made a part of this Contract and any other provision in this Contract, the latter controls. 10.10 This Contract goes into effect when duly approved by all the parties hereto. 10.11 Notice of Indemnification. City and Consultant hereby acknowledge and agree this Contract contains certain indemnification obligations and covenants. 10.12 Verification no Boycott. To the extent applicable, this Contract is subject to the following: (a) Bovcott Israel. If this Contract is for goods and services subject to § 2270.002 Texas Government Code, Consultant verifies that it i) does not boycott Israel; and ii) will not boycott Israel during the term of this Contract; Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page 111 Page 12 of 66 RFQ#25-058 Page 162 of 239 (b) Bovcott Firearms. If this Contract is for goods and services subject to § 2274.002 Texas Government Code, Consultant verifies that it i) does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and ii) will not discriminate during the term of the contract against a firearm entity or firearm trade association; and (c) Bovcott Ener2v Companies. Subject to § 2274.002 Texas Government Code Consultant herein verifies that it i) does not boycott energy companies; and ii) will not boycott energy companies during the term of this Contract. Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 Page112 RFQ#25-058 Page 13 of 66 Page 163 of 239 List of Exhibits A. Scope of Services B. Payment Terms C Certificates of Insurance STANLEY CONSULTANTS, INC. By: 1ADW— ' u"U& Printed Name: Lance Sul zen Title: Vice President, Market Leader Date: 6/11/2025 Contract No. 25300566 A&E Professional Services without Construction CRC 05-17-2022 CITY OF COLLEGE STATION LIN City Manager Date: APPROVED: City Attorney Date: 6/11/202 5 Assistant City Manager/CFO Date: 6/11/202 5 Page113 RFQ#25-058 Page 14 of 66 Page 164 of 239 EXHIBIT A SCOPE OF SERVICES Contract No. 25300566 A&E Professional Services without Construction Form 01-01-2025 Type text here RFQ#25-058 Page 15 of 66 Page 165 of 239 SCOPE OF WORK I It is the City's intent that the successful Firm to assist City of College Station with Engineering/ Consulting Services as requested for a variety of projects. The estimated budget for these services is approximately $400,000, on an annual basis. The scope of this project is to assist COCS with Engineering/Consulting Services as requested to perform the following or similar/related tasks: • Load flows, fault current, arc flash, and related ERCOT and system studies of the electric transmission and distribution systems using software compatible with CSU (SEL AcSELerator, Doble RTS, PSSE, ASPEN). • Conduct system evaluation and protective device coordination studies with recommendations for improvements to the systems. • Develop engineering plans, designs, and specifications for, but not limited to relay settings; protective device coordination; arc flash analysis; ground grid analysis; testing, commissioning, and start up procedures. • Experience with legacy and proposed equipment associated with protection schemes such as main -tie -main, fast bus, reclosing stall, line differential, and POTT scheme. • RTAC settings and logic diagrams utilizing Mirrored Bits protocol. • Development of specifications for equipment procurement for transmission, substation, and distribution system protection and control equipment and standards (i.e., manufacturers including SEL, ABB, HVB). • Development of construction specifications for protection and control equipment. • Design and implementation of new or existing NERC compliance documentation relating to PRC-005, PRC-023, PRC-027 or any other applicable standards. • Assistance in relay mis-operation analysis from microprocessor relays and investigate SOE data for PRC-004 documentation. • Assistance in various phases of project and construction management oversight related to line, bus, transformer, and distribution relay protection. • Substation control house relay panel design. • Provide personnel to complete field surveys and inspection of in-service electric plant facilities. • Development of field commissioning test packages of substation protective devices and entire substations. Page 16 of 66 RFQ#25-058 Page 166 of 239 gd!� iiw�me , Stanley COIISUItantS INC. Connect. Create. Contribute. Statement of Qualificatk City of Coliege Station Engineering for Protect► Services in Support of ( RFQ No. 25-058 April 16, 2025 April 16, 2025 City of College Station, Purchasing Division — City Hall 1101 Texas Avenue, College Station, TX 77842 RE: Qualifications for Engineering for Protection and Controls Services in Support of CSU I RFQ #25-058 Dear Members of the Selection Committee: The City of College Station (COCS) is looking for an engineering partner to perform the necessary evaluation, design and related engineering functions required for various tasks related to protection and controls (P&C) in support of College Station Utilities (CSU). Stanley Consultants (Stanley) is that firm. We provide services that prioritize responsiveness, reliability, safety, affordability, sustainability and risk minimization. Our proven experience covers all aspects of these requirements. We have been providing consulting engineering services to electric utilities since the 1930s, as demonstrated in the attached qualifications. Over the years, we have worked for many companies in Texas and continue to do so today. Our 90+ percentage of repeat business attests to our ability to consistently deliver excellent results on time and within budget. COCS will receive the following from the Stanley: National Expertise Delivered Locally: Our firm's experience working with local entities such as Brazos Electric Cooperative and Texas A&M University emphasize our understanding of the engineering and environmental landscape in Brazos and Burleson Counties. This local expertise combined with our proximity positions us to provide responsive and tailored engineering solutions for COCS's P&C projects. Extensive Experience with P&C for Substation, Transmission and Distribution Projects: With experience in projects ranging from 12.5 kV to 765 kV, encompassing over 50,000 miles of transmission and over 1,500 new or upgraded substations nationwide, our firm brings a wealth of knowledge and practical insights. This experience demonstrates our capabilities in handling small to large-scale and complex projects. We can apply lessons learned from collaborating with diverse clients, enabling us to quickly identify and understand any issues you may face. Responsive Project Team: Our firm has shown repeatedly our willingness to go "all out" to please our clients. The team members are dedicated to making your projects a success and will become an extension of COCS to keep your projects on course —working seamlessly toward project completion and providing reliable services to you. We will utilize our project manager, Eli Erales, PE, PMP, and other key personnel and when necessary, our Austin office staff can call on additional resources from within the greater Stanley organization. Commitment to Cost -Effective and Sustainable Solutions: Our national presence as a leading engineering firm is complemented by a strong commitment to delivering cost-effective and sustainable solutions tailored to the specific needs of each client. For COCS, we are prepared to leverage our advanced technologies and industry best practices to study, analyze and design infrastructure that meets today's demands while accommodating future growth and challenges in the utility sector. Stanley is willing to utilize the City's Standard Agreement for Professional Services. By selecting the Stanley team, COCS can be confident in our ability to successfully provide customized solutions aligned with your P&C project objectives. If you have any question regarding our qualifications, please reach out to me at DonnellyLisa@stanleygroup.com or contact me directly at 303.649.7833. Sincerely, v Lisa Do I{y,tice Manager 00 o Stanley sultants W Page 18 of 66 RFQ#25-058 CD Table of Contents CoverLetter...............................................................................................................................................1 A. Firm Introduction..................................................................................................................................2 FirmSummary................................................................................................................................................................... 2 OrganizationalChart......................................................................................................................................................... 2 B. Project Manager Qualifications........................................................................................................... 3 C. Project Team Members Qualifications................................................................................................ 5 D. Firm's Similar Project Experience.....................................................................................................10 E. Firm's Record of Performance..........................................................................................................15 F. Accuracy of Cost Estimates and Ability to Perform Within Budget...............................................19 Record of Projected Cost Estimates............................................................................................................................... 19 Measures Initiated to Perform Project Within Budget Constraints................................................................................... 20 G. Workload Capacity and History of Performing Within a Schedule ................................................. 21 (A) i earn uapawities and Hpproacn for Nandiing Muitipie Nrojects 5imuitaneously...................................................... 21 (B) Firm's Ability to Deliver Projects Within a Specified Schedule................................................................................... 21 (C) Contingency Plan and Ability of Firm to Sustain Loss of Key Team Members.......................................................... 21 H. Proposed Approach for the Design Project or Study...................................................................... 22 (A) otructure of the Project Tea ........................................ (B) Work Plan................................................................................................ (C) Approach to Project Management........................................................... (D) Approach to Performing Commissioning or Acting as Owner's Engineer 22 22 24 25 Certification Page............................................................................................................ Enclosed herein Page 19 of 66 RFQ#25-058 Page 169 of 239 A. Firm Introduction FIRM SUMMARY Exceptional service, quality and strong client relationships have helped Stanley Consultants become a leader in the utilities and infrastructure markets. For 112 years, we have had a definitive focus on answering the world's engineering challenges in power, water, transportation, energy and the environment. We work extensively with utilities, developers and constructors to plan, design, procure, manage, commission and help permit capital projects. Our long history reflects the firm's commitment to excellence and its ability to adapt and innovate over time. The City of College Station (COCS) will receive tailored, integrated solutions from our multidiscipline, full lifecycle project services. uommittea to an Exceptional Client experience Stanley understands our clients look for partners who serve as an extension of their staff and comprehend their goals and performance expectations. COCS will benefit from our adherence to the highest ethical standards and commitment to safety, service and excellence. As an employee -owned firm with 800+ members in 22 offices worldwide —including a well -established Austin team — our global resources, size and structure offer you flexibility for quick response and mobilization of manpower and resources wherever and whenever you need us. ORGANIZATIONAL CHART Stanley's Austin office has been serving Texas clients for more than 25 years, providing local support across utilities, public infrastructure and higher education sectors. Our team members are readily available to assist COCS by conducting site visits, attending stakeholder meetings and providing hands-on project leadership. Since the 1930s, Stanley has been involved in design of substation, transmission and distribution, power generation and system control facilities for electric utilities. More than 200 utilities with systems ranging from distribution -only to over 15,000 MW in generating capacity have benefited from our customized services. Substation and transmission projects have ranged in voltage from 12.5 kV to 765 kV. We have provided design, construction management and inspection services for over 50,000 miles of transmission and distribution facilities. Substation projects range from 500 kVA up to 1500 MVA. By applying our comprehensive expertise, Stanley will enhance the value and efficiency of COCS's projects by achieving successful outcomes that meet your strategic objectives. 50,000+ 19500+ _, Miles of Transmission and Distribution Q�' Substations We have identified the key team members that will perform work for this engagement in the organizational chart below. Stanley has substantial experience with protection and controls services throughout the state of Texas. Eli Erales, PE, PMP, will be the project manager for this contract. He will collaborate with COCS to plan resources for upcoming projects, so the most effective, experienced team is available to complete each engagement. 0 Q Executive Sponsor Lance Sulzen, VP/Market Leader City of College Station d I_ ® Project Manager Eli Erales, PE (TX), PMP Q Project'Engineer Josh Jackson, PE (TX), PMP Relay Settings and Studies Relay and Control Design Ankith Nadella, PE (TX) Engineers Ryan Witte, PE (TX) C'Ankith Nadella, PE (TX) Josh Jackson, PE (TX), PMP Sughosh Kuber, PE (TX) Raul Hinojosa, Jr., PE (TX) r° Zeal Shah, PE (TX) Pete Regez, PE Mike Manthei, PE (TX) Nattapol Wongchingchai, PE (TX) Troy Payne Todd Wadsworth, PE Dakota Pociask, PE John Henderson, PE Josh Brueggen, PE Jeff Robertus, PE Ron Dewberry Uyen Nguyen Jason Thomley Page 20 of 66 r Resume is provided for key team member under Consideration Items B or C. a Client Service Manager Lisa Donnelly I SCADA John Kremer, Jr., PE Salar Hussein, PE (TX) Emily McCormick Sughosh Kuber, PE (TX) Mirela Kapo, PE Phil Schulz, PE Troy Payne Syed Ali, PE Designers Margie Vasquez Nicole Padgett RFQ#25-058 Page 170 of 239 B. Project Manager Qualifications PROJECT LEADERSHIP EXPERIENCE Eli combines leadership, problem -solving and innovative design skills to deliver projects within schedule and budget constraints. Through his project management experience with 30+ design projects and lessons learned, Eli maintains key contacts with all major stakeholders and helps them stay on schedule. His experience in leading power delivery projects, his communication skills, attention to details, ability to establish priorities and manage change means he will deliver projects that fully satisfy COCS's requirements. SPECIALIZED DESIGN EXPERTISE Eli has extensive expertise with substation, transmission and distribution design. His technical capabilities include providing project management and engineering, design and analysis for a variety of transmission, distribution and renewable interconnect substation projects. Projects have included both greenfield installations and brownfield upgrades and additions up to 500 W. PROJECT EXPERIENCE EXAMPLES 138 kV Rattler Substation; Lower Colorado River Authority, San Marcos, TX Project Manager responsible for managing all activities related to project scope, schedule, cost, quality, communications, resources, procurement and risk elements to optimize client service, quality and fiscal responsibility for this substation upgrade. Stanley provided design services for 138 kV greenfield substation that features a 12.5 kV distribution center, enhancing capacity on the city's east side. The project included extending two 138 kV transmission lines and adding a compact six -breaker 138 kV ring bus. Bakersfield to Big Hill Transmission Line; Lower Colorado River Authority, TX Project Manager responsible for managing all activities related to project scope, schedule, cost, quality, communications, resources, procurement and risk elements to optimize client service, quality and fiscal responsibility. Stanley designed substation upgrades to accommodate the second 345 kV circuit from Big Hill to Bakersfield, which included cut -ins at Cedar Canyon, Noelke and Schneeman Draw substations. Twenty 345 kV 63 kA gas circuit breakers and forty-two 345 kV 4000A switches were added to the substations. Spanish Oak Substation Addition; Lower Colorado River Authority, Cedar Park, TX Project Manager responsible for managing all activities related to project scope, schedule, cost, quality, communications, resources, procurement and risk elements to optimize client service, quality and fiscal responsibility for this substation upgrade. Stanley designed substation improvements to upgrade it to a three -breaker ring bus configuration. The work included three 138 kV 3000A 40 kA GCBs, eight 3000A VAB switches, six CCVTs, seven surge arresters, one 138 kV 50 kVA PVT, Tier 3 security measures, one 21-foot by 27-foot control house, eight static towers, one polevator and two -yard termination cabinets. Stanley performed grounding system and lightning protection analysis as part of the electrical scope. Technical Title Vice President/ Senior Project Manager Education Bachelor of Science, Mechanical Engineering, University of Texas - El Paso Registrations Mechanical Engineering: TX, 94758, 09/30/25 AZ, 53451, 06/30/27 CA, 35999, 09/30/26 LA, PE.0037309, 03/31 /27 OK, 27928, 01 /31 /26 Professional Engineering: AR, 15213, 12/31 /25 KS, PE22309, 04/30/26 NM, 21133, 12/31/25 NCEES Record Holder, 47401 Project Management Training Project Management Professional, 1445833, 08/18/26 TSI Project Management Institute PMP Boot Camp, June 2011 Technical Publications » Not applicable Professional Societies » Institute of Electrical and Electronics Engineers and Power Engineering Society Page 21 of 66 RFQ#25-058 Page 171 of 239 Rim Rock Substation Upgrade; Lower Colorado River Authority, Kerrville, TX Project Manager responsible for managing all activities related to project scope, schedule, Specialized Training cost, quality, communications, resources, procurement and risk elements to optimize client „ SPX Regional service, quality and fiscal responsibility for this substation upgrade. The scope of work Technical Seminar, included installation of one 138 kV, 3000A, bus -tie switch with a motor operator and SEECO June 015 interrupters and added four additional motor operators on existing 138 kV switches to » SIEMEENSNS Transformer facilitate sectionalizing of the station 138 kV bus. Technical Seminar, Enterprise Substation and 12.5 kV Electrical Distribution; Texas A&M University, April 2011 College Station, TX » Waukesha Regional Lead Substation Engineer responsible for providing design of a new 138 kV six -breaker ring Technical Seminar, bus with three 40 MVA transformers, three underground transmission lines and a 12.5 kV May 2011 switchgear line-up. Stanley provided design services for a greenfield 138 kV electrical » Doble Laboratory substation with a 12.5 kV distribution center on the west campus. Project provided extensions Diagnostics Seminar, of two underground 138 kV transmission lines, a substation with 138 kV ring bus and two October 2010 138/12.5 kV 40 MVA transformers with provisions for a third. » EPP Protective Relay and Control Panels Rainey Street Gas Insulated Switchgear (GIS) Substation; Austin Energy; Austin, TX Seminar, March 2009 Lead Substation Engineer responsible for providing design of a new GIS that includes three » TEC Designing 138:35 kV 70-MVA power transformers, three 35 kV switchgear units and nine distribution Underground circuits, and provisions for up to four additional circuits. Distribution for Large 138 kV Substation Protective Relay System Upgrades; Lower Colorado River Subdivisions Course, Authority, TX March 2008 Project Manager responsible for managing all activities related to project scope, schedule, » ABB Static Var Compensation cost, quality, communications, resources, procurement and risk elements to optimize client Fundamentals, service, quality and fiscal responsibility. Stanley provided design services to replace Sept. 2007» protective relays at four substations. Megger Substation Colton Substation Circuit Breaker Addition; Lower Colorado River Authority; TX Maintenance Best Project Manager responsible for all activities related to project scope, schedule, budget, Practices, Sept. 2007 quality, communications, resources, procurement and risk elements to optimize client » Waukesha Regional service. The scope consisted of a 138 kV ring bus conversion to an existing station. The relay Technical Seminar, protection scope added line differential (LCD)/distance relay protection and DCB/POTT via July 2007 mirrored bits for transmission lines. The relay protection design also incorporated breaker » SIEMENS Surge control, breaker failure protection, SCADA and a transformer bus differential. Protection Technical Seminar, Sept. 2006 138 kV Butler Substation Upgrade; Lower Colorado River Authority; Elgin, TX » SES Advanced User's Project Manager responsible for managing all activities related to project scope, schedule, Group for Grounding cost, quality, communications, resources, procurement and risk elements to optimize client and Electromagnetics, service, quality and fiscal responsibility for this substation upgrade. Stanley provided design June 2006 services for upgrading the in -line station to a three -breaker ring bus configuration. Relay » ABB Capacitor protection work consisted of adding line distance relay protection, including DCB and DTT Applications Technical over mirrored bits for transmission lines. Seminar, Sept. 2005 138 kV Tahitian Village Substation Ring Bus Addition; Lower Colorado River Authority; ABB Transformer Bastrop, TX Technical Seminar, Project Manager responsible for providing breaker addition upgrading to an existing 138 kV March 2001 station to a three -breaker ring bus. The relay protection scope added line distance relay » Substation Design protection, including DCB & DTT over mirrored bits for transmission lines, breaker control, a Course transformer bus differential, breaker failure protection and SCADA additions. Page 22 of 66 RFQ#25-058 Page 172 of 239 C. Project Team Members Qualifications SPECIALIZED DESIGN EXPERTISE Technical Title Principal Electrical Engineer Education Bachelor of Science, Electrical Engineering, Texas Tech University Josh engineers and designs electrical substation and switching stations including providing Bachelor of Science, equipment specification, station arrangement, lightning shielding and grounding. He has Computer Science, performed as a project manager for special projects to implement technology for NERC CIP Texas Tech University compliance including document management, substation access control, transmission system outage management and design of new utility transmission facilities for additions and Registrations upgrades associated with CREZ. He also provides engineering support for MV switchgear Electrical Engineering: circuit breaker replacements; conducts feasibility studies at request of customer for points of TX, 100055, 09/30/25 interconnect at transmission voltages; assesses utility -owned substation facilities for sale or AZ, 53657, 06/30/27 retirement; holds a commercial operation certification for utility -interconnected wind CA, 19969, 06/30/26 generation; designs, lays out and creates construction drawings for lighting, power, fire alarm NV, 022235, 06/30/25 and communication systems for educational, commercial and medical facilities in compliance with NEC and NFPA standards utilizing AutoCAD. Professional Engineering: AL, PE51778, 12/31/25 PROJECT EXPERIENCE EXAMPLES NM, 23954, 12/31 /26 Bakersfield to Big Hill Transmission Line; Lower Colorado River Authority, TX SD, 11573, 01 /31 /27 Lead Electrical Engineer. Stanley designed substation upgrades to accommodate the second Project Management 345 kV circuit from Big Hill to Bakersfield, which included cut -ins at Cedar Canyon, Noelke Professional, 2163558 and Schneeman Draw substations. Twenty 345 kV 63 kA gas circuit breakers and forty-two 345 kV 4000A switches were added to the substations. Technical Publications Rainey Street Gas Insulated Switchgear (GIS) Substation; Austin Energy, Austin, TX » Not applicable Electrical Engineer. Project involved design of a new GIS that includes three 138:35 kV 70 MVA power transformers, three 35 kV switchgear units and nine distribution circuits, and Professional Societies provisions for up to four additional circuits. » Project Management Spanish Oak Substation Addition; Lower Colorado River Authority; Cedar Park, TX Institute Electrical Engineer responsible for performing QA/QC of station electrical design and Specialized Training engineering. » Integrated Grounding Enterprise Substation and 12.5 kV Electrical Distribution; Texas A&M University, System Design and College Station, TX Testing; Georgia Tech; Electrical Engineer responsible for providing new substation QA/QC for electrical design. Atlanta, Georgia; 138 kV Substation Protective Relay System Upgrades; Lower Colorado River March 2004 Authority, TX Electrical Engineer. Project involved design to replace protective relays at four substations. 138 kV Butler Substation Upgrade, Lower Colorado River Authority, Elgin, TX Electrical Engineer responsible for performing QA/QC of station electrical design and engineering. Project involved design for upgrading the in -line station to a three -breaker ring bus configuration. VP Page 23 of 66 RFQ#25-058 Page 173 of 239 SPECIALIZED DESIGN EXPERTISE Ankith is experienced in power system protection and control (P&C). His background includes projects across the utility and manufacturing industries. As a project engineer, Ankith has the experience needed to be solely responsible for managing technical drawings and details involving arc flash studies, protection scheme evaluation, protective relay upgrade, field commissioning and testing and troubleshooting. He has experience in QA/QC for all stages of project drawing packages, system NEC evaluation and coordination. PROJECT EXPERIENCE EXAMPLES Ultium Substation and Transmission Line; Lansing Board of Water & Light; MI Electrical Engineer responsible for designing substation P&C package utilizing client standards including bill of materials, control building arrangements, auxiliary AC and DC power systems, relay panel arrangements, single lines, three lines, AC schematics, equipment wiring, relay panel wiring and cable schedule. System Line Relay Coordination Study; McKenzie Electric Cooperative, Inc.; ND Task Lead responsible for performing system -wide coordination analysis (PRC-027) on 115 kV transmission line protection relays using ASPEN Oneliner for fault simulations and coordination evaluations. PRC-027 Compliance, Phase 1; Confidential Client; FL QA/QC Engineer responsible for performing coordination analysis on 115 kV and 138 kV transmission line protection relays on the bulk electric system (BES) to confirm PRC-027 compliance. Used ASPEN Oneliner for fault simulations and evaluations. Calculated and recommended relays setting changes to distance (phase and ground) and ground overcurrent relays as needed. 138 kV Substation Protective Relay System Upgrades; Lower Colorado River Authority, TX QA/QC Engineer responsible for the QA/QC of substation P&C schematic and wiring drawings. Project involved design to replace protective relays at four substations. 138 kV Distribution Studies; Holland Board of Public Works; MI Project Manager responsible for technical execution, specifically focusing on coordinating and analyzing system -wide 138 kV transmission line protection relays (PRC-027) using ASPEN Oneliner software. Transmission Planning Support; City of Tallahassee; FL Electrical Engineer responsible for substation drawing review to identify non -redundant BES protection elements and perform fault simulations per the NERC TPL-001-5 standard, P5 contingency evaluations. Remote Terminal Units Updates and Configuration; Confidential Client; IA QA/QC Electrical Engineer responsible for the QA/QC of substation P&C schematic and wiring drawings as part of RTU upgrades. Project included detailed design packages (comm block diagrams, schematics, wiring diagrams and I/O points lists) and construction support. Technical Title Substation Section Manager Education Master of Science, Electrical Engineering, New Mexico State University Registrations Electrical Engineering: TX, 139886, 09/30/25 ID, P-21697, 12/31/25 Professional Engineering: AR, 21933, 12/31/25 FL, 91678, 02/28/27 GA, PE046710, 12/31/25 OH, PE.87540, 12/31/25 TN, 124898, 04/30/25 NCEES Record Holder, 15-349-94 Technical Publications S. Bukowski, J. Tabarez, S. J. Ranade, A. Nadella and P. Jain, "Decentralized energy scheduling of distributed resources using Lagrangian relaxation," 2016 North American Power Symposium, pp. 1-5, doi: 10. 1 109/NAPS.20 16.7747898 Y. Ma, S. J. Ranade, A. Nadella, N. Pragallapati, J. Tabarez and W. Liu, "Stochastic distributed energy resource management," 2017 7th Int'I Conference on Power Systems, pp. 470-477, doi: 10.1109/ICPES.2017.8 387339 RFQ#25-058 Page 174 of 239 Page 24 of 66 SPECIALIZED DESIGN EXPERTISE Salar works with design teams to provide technical analysis, evaluation and engineering solutions to resolve design challenges. His experience includes varying aspects of gas and thermal power plants, substations, turbine generators, HV/MV grid system, SCADA installation and programming, electrical and control protection systems for gas power plants, fire protection systems and communication equipment (PLC, MUX, radio). He also has experience in control systems including I&C, switch gear, H.T/L.T cables and backup systems. Salar performs electro-mechanical technical functions and activities such as checkout, fabrication, modification, troubleshooting and assembling electronics and electro- mechanical systems, tools and test fixtures. Working with the client's scope and requirements, he develops reports, specifications and drawings in adherence to industry standards and jurisdictional guidelines. Salar coordinates technical elements with other disciplines, follows standards for quality assurance and quality control, and assists with project controls including calculating quantities, pricing and estimates. PROJECT EXPERIENCE EXAMPLES 138 kV Substation Protective Relay System Upgrades; Lower Colorado River Authority, TX Electrical Engineer. Project involved design to replace protective relays at four substations Highways 141 and 44 - Install Second 161-13.8 kV Transformer and Switchgear Addition EPC Project; Confidential Client, IA Electrical Engineer. Project involved design install a new 161-13.8 kV, 20-26.7-33.3 MVA transformer and associated switchgear at an existing substation. New 69-13.2 kV Glenwood East Substation EPC Project; Confidential Client; IA Electrical Engineer. Project involved design for a new 69 kV ring bus substation, including remote end upgrades at two existing substations for the new substation. Marry SCADA; Electrical Project Company, Baghdad Communication and Automation Engineer responsible for programming and configuration of RTUs, MUX and power line carriers. 60 Substation SCADA; EPC (Electrical Project Company); Baghdad Communication and Automation Engineer responsible for programming and configuration of RTUs, MUX, power line carrier and HMI. South Substation Switchgear; Aman Electrical Distribution Company; Aman, Jordan MV and Protection Engineer responsible for working with the electrical design team for development of medium voltage switchgear. Jumera Substation Switchgear, S.R. Electrical Company, Jumera, AUE MV and Protection Engineer responsible for working with the electrical design team for medium and low voltage switchgear. Technical Title Principal Electrical Engineer Education Bachelor of Science, Electrical Engineering, University of Technology - Baghdad Registrations Electrical Engineering: TX, 132465, 09/30/25 Technical Publications » Not applicable Specialized Training » Intercom system, intruder system and PABX » Fire alarm and firefighting systems » Data analysis and statistics » Electrical, control and protection (MV/HV/LV) » Battery and UPS systems » RTU and SCADA system » Power line carrier » Microwave system » Data multiplexers » PCB design » Programming microcontrollers » Integrated circuit manufacturing tools » Programming: visual basic, C/C++, programmable logic controller (FBD, LAD) » Distribution control system Page 25 of 66 RFQ#25-058 Page 175 of 239 SPECIALIZED DESIGN EXPERTISE Zeal leads design tasks for the generation, transmission and distribution of electrical power. She is experienced in radial power distribution system analysis, automation and control, as well as relay P&C design for electrical power transmission and distribution systems. She has designed and managed P&C panels ranging from $10k to $2M for utility, water and wastewater treatment plants. She understands equipment selection processes and performs tasks for selection of programmable logic controllers, uninterrupted power supplies, relays, control switches, lock -out relays, test switches and fuses. Zeal has experience leading and supporting procurement, manufacturing, construction, installation, testing and commissioning services of protection panels for breaker, transformer as well as relay replacement projects for various industries and utilities ranging from distribution to transmission voltages (4 kV, 34.5 kV, 69 kV, 138 kV and 230 kV). PROJECT EXPERIENCE EXAMPLES Bakersfield to Big Hill Transmission Line; Lower Colorado River Authority, TX Electrical Engineer responsible for providing electrical and relaying engineering and design services to add CBS controls to SCADA, review existing RTU, installing panel boards, CCVT manifold and cable and conduit for new equipment, rewiring and relocating circuit breaker CT cable and control house layout. Also provided QA/QC review of P&C design packages. Rim Rock Substation Upgrade; Lower Colorado River Authority; Kerrville, TX Electrical Engineer responsible for conducting point to point (QA/QC) for relay P&C design package. This included performing in depth internal QA/QC for various submittal packages as well as in person final QC with the client. Stanley provided design services for installing as well as upgrading existing equipment to facilitate sectionalizing of the 138 kV station bus. 138 kV Substation Protective Relay System Upgrades; Lower Colorado River Authority; TX Electrical Engineer responsible for providing relaying engineering and design services for protective relay upgrades across four substations. This included generating design packages as well as project relevant calculations as a sealing engineer for two substations. Also, provided QA/QC review of P&C design packages for the other two substations. Cedar Canyon Substation Circuit Breaker Addition; Lower Colorado River Authority; San Marcos, TX Electrical Engineer responsible for providing relaying engineering and design services to convert the existing ring bus configuration to accommodate a new POI at a 345 kV substation. The package included design modifications five 345 kV, 5000A, center break switches and four 345 kV 5000A gas circuit breakers to facilitate this upgrade. 69 kV to 138 kV Substation Conversion; Pedernales Electric Cooperative; TX Electrical Engineer responsible for providing substation physical and design engineering services for the transmission line upgrade from 69 kV to 138 kV across three substations. This included generating design packages, project relevant calculations as well as grounding study using CDEGS for the existing substations. Page 26 of 66 Technical Title Senior Electrical Engineer Education Master of Science, Electrical Engineering, Drexel University Registrations Electrical Engineering: TX, 143128, 09/30/25 Technical Publications » Not applicable Professional Societies » Institute of Electrical and Electronics Engineers Specialized Training Microprocessor based relays, Enervista, AcSELerator, Power World, Auto CAD Electrical Construction Safety and Health (10-hour), OSHA RFQ#25-058 Page 176 of 239 SPECIALIZED DESIGN EXPERTISE Raul's focus is on high voltage substations, protection relaying and control systems, SCADA and electrical studies. He primarily manages projects, supervises compliance of engineering design criteria, and maintains schedule. Raul is also accustomed to overseeing the project team and team activities so that contract obligations are met and clients are satisfied. PROJECT EXPERIENCE EXAMPLES Bakersfield to Big Hill Transmission Line; Lower Colorado River Authority; TX Electrical Engineer responsible for creating as -built drawings based on -site visit photos and field markups for multiple substations (Noelke, Schneeman Draw and Big Hill). Rim Rock Substation Upgrade; Lower Colorado River Authority; Kerrville, TX Electrical Engineer. Project involved design for installation of one 138 kV, 3000A, bus -tie switch with a motor operator and SEECO interrupters and added four additional motor operators on existing 138 kV switches to facilitate sectionalizing of the station 138 kV bus. 138 kV Substation Protective Relay System Upgrades; Lower Colorado River Authority, TX Electrical Engineer responsible for providing engineering design to replace protective relays at four substations. Switch Yard, Pacific Soda LLC; WY Technical Lead for P&C responsible for creating relay one lines, schematics and wiring diagrams for the protection of a new single breaker substation and two 34.5/4.16 kV transformers. Design also included a new control enclosure building equipped with protection panels and a battery room. Substation Engineering Design, Procurement Support and Construction; Black & Veatch; TX, OK and OH Electrical Engineer responsible for managing physical and protection design for multiple projects in Texas, Oklahoma and Ohio. Project examples include: 138/12 kV transformer bank addition at Joslin, IPP interconnection for new 138 kV line at Joslin, 138 kV breaker replacement at Tupelo, sectionalizing scheme install at Jay and Weatherford, new 138 kV box bay at Kiamichi Tap, new 138 kV POP switch at Fort Towson, 69 kV breaker replacement at Valliant, new 138 kV ring bus and DICM at Hugo, 69 kV breaker replacement and new DICM at East Lancaster, 69 kV breaker replacement and new DICM at Lancaster. Also responsible for the supervision of all projects previously listed. Provided support to field personnel during physical construction and the testing and commissioning phase of the project. Responsibilities included project management, construction oversight, procurement tracking, oversight of conceptual and detail designs and assisting the client with outage planning and construction sequencing. RTU and Relay Protection Installations; Mott MacDonald, Various Locations, TX Electrical Engineer responsible for the design and engineering for substation, RTU and relay protection panel installations at multiple Texas substations. Technical Title Senior Electrical Engineer Education Bachelor of Science, Electrical Engineering, Texas A&M University Bachelor of Arts, International Affairs, Texas A&M University Registrations Electrical Engineering: TX, 112945, 09/30/25 Technical Publications Not applicable RFQ#25-058 Page 27 of 66 Page 177 of 239 D. Firm's Similar Project Experience 138 kV Rattler Substation Lower Colorado River Authority I San Marcos Electric Utility » San Marcos, Texas Stanley provided engineering design services for the greenfield Lower Colorado River Authority (LCRA) and San Marcos Electric Utility (SMEU) Rattler Substation, a joint endeavor between LCRA and SMEU. It supplies load to downtown San Marcos and Texas State University. The facility is a 138 kV electrical substation with a 12.5 kV distribution center and expands SMEU's infrastructure on the east edge of town. The LCRA high voltage scope included extending two 138 kV transmission lines and a six -breaker 138 kV ring bus in a distinctive box structure design to reduce the footprint for the limited space available. On the low voltage side for SMEU, a 138/12.5 kV 30 MVA transformer was installed to feed a 12.5 kV metal -clad switchgear in a distribution center with six feeders, two tie breakers and a main breaker. The ultimate design allows for three 30 MVA transformers and three switchgear line ups tied together in a ring configuration. Stanley performed civil and structural engineering, which involved site grading along with designing foundations and steel for the box structure, breakers, switches, CCVTs and surge arresters and bus supports. Our team provided architectural design of the control building, including a utility basement for termination of the 12.5 kV switchgear. Our team provided construction oversight, inspection services and commissioning support for the SMEU equipment including substation transformer switchgear and control enclosure. The 138 kV ring bus utilized a compact box structure design to reduce the footprint for the limited space available. The switchgear were located inside the control enclosure for a compact, reliable installation. Q Team Leader Eli Erales Firm's Role As prime firm, provided engineering, construction oversight, inspection and commissioning services. Project Cost Engineering fee: $1,720,135 Construction cost: $7,750,000 Year Work Completed 2023 Agency Contact LCRA Reference: Brad Melnar Director of Engineering 512.578.4518 SMEU Reference: Raymond Nutall, PE Electric Engineering Services Manager -Utilities 512.393.8326 Project Applicability » Load flows, fault current and arc flash studies » Relay settings and protective device coordination » Detailed design of protection and control and SCADA systems » RTAC settings and programming » Equipment and construction specifications » Cost estimating » Project and construction management » Testing and commissioning support; review commissioning test plans » Field surveys and as-builts/record drawings Page 28 of 66 RFQ#25-058 Page 178 of 239 Bakersfield to Big Hill Transmission Line Addition Lower uoiorauo miver Hutnoray » iviumpie orations in vvest i exas LCRA provided eight new points of interconnection (POI) for South Texas Electric Cooperative (STEC) with a second circuit from Big Hill to Bakersfield. The POls are located at the first transmission dead-end structure (STEC-owned) outside Bakersfield (one POI), Cedar Canyon (two POI), Noelke (two POI), Schneeman Draw (two POI), and Big Hill (one POI) substations. Stanley designed the substation upgrades to add the second 345 kV circuit from Big Hill to Bakersfield with cut -ins at Cedar Canyon, Noelke and Schneeman Draw substations. All substation equipment connected in series with the new transmission line was sized to support minimum rating of 4000A on the new transmission line at 110 deg. F ambient temperature. A total of twenty 345 kV 63-kA gas circuit breakers and forty-two 345 kV 4000A switches were added as part of this project including additions of new bays, and conversions of some existing bays to double -bus double breaker or breaker -and -a -half configurations. We provided engineering support including monthly reports; project administration, pre -design site visit and final completion walk through; periodic team meeting participation; documentation and records; bidding support and attendance at the pre -construction meeting. A complete conceptual design document was provided for internal LCRA review and confirmation of project scope before detailed design activities. We also developed substation civil, structural, physical, and P&C general arrangement, and substation and relay one -line drawings. The project design deliverables for substation physical, P&C and structural included but were not limited to detailed construction drawings, a project drawing list, a material list and equipment vendor drawings; MLSE Data Tables; a grounding study; a static coverage analysis; drawings for phase construction or temporary configurations that helped to maintain continued operation during construction; and as -built drawings. Team Leader Eli Erales Firm's Role As prime firm, provided design and engineering support services including monthly reports, project administration, predesign and final completion walk-through, bidding support and attendance at pre -construction meeting. Project Cost Engineering fee: $2,540,537 Construction cost: $25,000,000 Year Work Completed 2025 Agency Contact Brad Melnar Director of Engineering 512.578.4518 Project Applicability » Detailed design of protection and control and SCADA systems » Construction specifications » Cost estimating » Project management » Construction sequence planning support » Testing and commissioning support » Field surveys and as-builts/record drawings Due to complex outage constraints, multiple stations required temporary relaying designs to limit the amount of time busses or critical line segments would be out of service. Page 29 of 66 RFQ#25-058 Page 179 of 239 Team Leader Sonny Krause/Eli Erales Firm's Role As prime firm, provided engineering design, community involvement services, procurement services and construction support. RaineyStreet GIS Substation Project Cost reeEngineering fee: $2,895,631 Austin Energy)) Austin TQYac Construction cost: $30,000,000 Stanley and our subconsultants provided community involvement, engineering Year Work Completed and professional services for the design, procurement and construction support for 2022 the Rainey Street GIS substation. Developing this new substation was critical to Agency Contact serving the recent development in the downtown area. Also, this new substation Scott Bayer, PE will support load transfers necessary to complete upgrades at the Brackenridge (formerly with Austin Energy) substation and facilitate the future conversion of some of the 69 kV facilities in this Bayer Engineering, LLC area to 138 kV operation. 512.636.7076 The GIS substation is on property owned by the City of Austin and includes three Project Applicability 138:35 kV 70 MVA power transformers, three 35 kV switchgear units and nine » Arc flash studies distribution circuits, and provisions for up to four additional circuits. The new » Detailed design of protection substation was cut into the existing Seaholm to Pedernales 138 kV transmission and control and SCADA line (Circuit 1015) utilizing high voltage underground transmission risers. The systems range of engineering services offered encompassed preliminary feasibility studies » RTAC settings and and alternative layout options, environmental assessments, engineering and programming architectural design, equipment specifications, permitting assistance, bid and » Equipment and construction award support, project management, community engagement, construction phase specifications services, record drawings and warranty services. » Cost estimating » Project management Stanley provided the duct bank and manhole layout designs, plan and profiles and » Construction sequence detailed designs for the cable risers. We were responsible for designing field planning support equipment and transmission pole foundations, determining pole heights and » Testing and commissioning loading and coordinating plan and profiles for crossing 1-35, considering future support highway elevations. Our team incorporated community feedback into the exterior » Field surveys and design scheme of the building panels, fence and low -profile design of the as-builts/record drawings substation so the aesthetics of the neighborhood were taken into consideration. The design had to be compact due to the small footprint of the site. The site also accommodated a 40-foot storm water easement which additionally constricted the usable area. The GIS equipment and the 35 kV switchgear were installed in the control building. A basement was developed to facilitate the 138 kV cable entries/exits into and out of the GIS equipment. The substation is in an urban area and very visually sensitive. The architecture of the site enclosure and building facade had to be unique to comply with the surrounding neighborhood requirements. Significant community involvement was solicited to arrive at the final design. Page 30 of 66 RFQ#25-058 Page 180 of 239 138 kV Ultium Substation and Transmission Line Lansing Board of Water & Light» Lansing, Michiga- Stanley led the EPC team for Lansing Board of Water & Light (BWL) on the Ultium substation and transmission line project and was responsible for the engineering, procurement, construction, startup and commissioning of the new facilities. The substation has a six -position breaker -and -a -half configuration with three 138 kV-13.8 kV 66 MVA power transformers, two 138 kV line exits, a 138 kV capacitor bank, nine 138 kV circuit breakers, four 138 kV circuit switchers and a fully integrated control enclosure housing all P&C and monitoring equipment. The engineering scope included relay settings (not limited to line differential, POTT, transformer differential, breaker failure and capacitor bank protection schemes), RTAC settings development and DFR programming. BWL owns and operates the 138 kV yard and General Motors owns and operates the 13.8 kV portion of the yard. The new Ultium 138 kV transmission lines are connected to an existing BWL substation and ties into another utility's transmission line. We coordinated the transmission tie-ins between the two utilities. The transmission line structures are a combination of custom steel monopoles on designed foundations and directly embedded. The infrastructure addition was needed to provide reliable power to a new $2.6 billion battery manufacturing plant owned by a joint venture of General Motors and LG Energy Solutions Investing in Lansing, Michigan. This project had a fast -track schedule and we achieved substantial completion certification in less than 30 months. Stanley relied on our knowledge of BWL's standards and organizational expectations, and our experience as an engineering partner on dozens of similar EPC projects. Collaboration between Stanley and BWL was essential from the outset. Every step was planned, tracked and executed, with adjustments made proactively to keep within budget and schedule. There were many construction challenges as the substation was within the footprint of the customer's battery plant, which required extensive engineering, construction and commissioning coordination. We also had to coordinate with numerous third parties such as the Michigan Department of Transportation for an interstate crossing, environmental agencies around delineated wetlands and with the Canadian National Railroad to work within their property. We developed a phased construction schedule to match the customer's phased energization. Team Leader Tom Lothspeich Firm's Role As prime firm, provided engineering, procurement, construction, startup and commissioning. Project Cost Confidential Year Work Completed 2024 Agency Contact Bryan Gehrcke, PE Manager, Electric TO Engineering and Technical Services 517.702.7190 Project Applicability » Relay settings and protective device coordination » Detailed design of protection and control and SCADA systems » RTAC settings and programming » Equipment and construction specifications » Project and construction management » Testing and commissioning support » Review relay test plans » Field surveys and as-builts/record drawings The collaboration between Stanley, BWL and BWL's customer not only met but exceeded expectations, enhancing the region's power infrastructure and supporting economic growth. The project's success demonstrated the power of effective collaboration and the importance of a well -executed, comprehensive solution in meeting critical infrastructure needs. Page 31 of 66 RFQ#25-058 Page 181 of 239 /0 95 PG1 STO 2151 2, P TYP ­21P_ PO-115 kV BU9199115k 1L ZO e�1 Z1P7N Z1PD-0000q 9P =20AOOry 6o B Lne2= /I]®]e Zaec OM1m112 S25OM1m) 2fi �amP.d_a�.d �Vax1sIP} zB 99s595®;�.. m(12mMm; ,va-v.P- n=-h 6 aNby=1 2s]a5m7 ---_- 4 ,, p/ PhI�Y e.PTmz Zee J OPPm Dehy=100a aeS UNIT Iee.41moe1 mamd.,rLla y=1 -.B�4. � 'j PnuTDE6craPnox ,/ trne-EM Fautm OBUS]911s kV-OFD 1154V 1L 3LC 6 5 10 15 RO 25 30 35 b 45 50 8 STO P9 21P2_PDS T* SEL P_ '•` '1P ZPnat Z1P-IN Z1PD=0A000Y Zore222P=16fi ZIPD=.'V.O00oy 1Y ZBoPaPeaZ.4enoZ1 vIisM�@: 2..OM1m00(1t6y ^m) mee.PIx 1B ;@1111..Oh.) Na-VDII(IaJb7-1 25CM ] aw OM1m IS 26 OM1m) -25 airy ­ Zan 2 N W ­Y� e2h Ped MIT Z�e 2I.ppe System Line Relay Coordination Study PArKan7le Electric Coonnrafiva Inr „ 1AlaffnrH rifii Nnrth Dakota Team Leader Mark Lancaster Firm's Role As prime firm, performed system -wide coordination y analysis. McKenzie Electric Cooperative had experienced rapid expansion of its system over the past five years and some of the system protection settings have been in the process of being updated. Stanley reviewed the coordination of McKenzie Electric Cooperative's BES line protection settings. The scope of the system to be studied included all 115 kV line terminals (approximately 100 terminals and 126 line segments). Our team updated the topology and line impedances in McKenzie Electric Cooperative's ASPEN model for all 115 kV lines. We analyzed the line protection relays using the settings philosophy (including NERC PRC-023 and PRC-027 compliance), as -left protection relay settings and updated line impedances to determine which, if any, relay settings needed to be updated. A table comparing as -left and recommended relay settings tables was developed, an ASPEN update log was maintained and SEL RDB files for the relays to be updated were provided For relays not needing updates, Stanley verified the protection settings in those relays match the values in ASPEN. In addition, our team regularly assists with any ad -hoc requests from McKenzie Electric Cooperative for all relay trip operations to evaluate sequence of events and any mis-operation analysis. Project Cost Engineering fee: $127,200 Year Work Completed 2022 Agency Contact Jacob Omdalen Power Engineer II 701.444.6746 Project Applicability » System evaluation and protective device coordination studies Experience with legacy and proposed equipment associated with protection schemes Design and implementation of new or existing NERC compliance documentation relating to PRC-005, PRC-023, PRC-027 or other applicable standards Assistance in relay mis-operation analysis from microprocessor relays and i investigate SOE data for PRC-004 documentation While the system was being operated with sources in a radial mode, McKenzie Electric Cooperative requested Stanley evaluate bi-directional (non -radial) coordination on source locations where applicable. Since it was unknown at the time how may sources locations would need these multiple coordination evaluations, it was assumed 94 of the 100 terminals would need this bi-directional (non -radial) operation. Deliverables included an updated ASPEN model, updated switching diagram, coordination study report, creation of SEL RDB files, test plan and proposal for settings commissioning and testing support. The study deliverables helped to develop a more accurate system model and improve the system's reliability so that the system protection is setup to operate in the intended sequence during fault events, which minimizes downtime and associated costs. Page 32 of 66 RFQ#25-058 Page 182 of 239 E. Firm's Record of Performance Enterprise Substation and 12.5 kV Electrical Distribution Texas ARM University I Bryan Texas Utilities » College Station, Texas Texas A&M University (TAMU) is growing, particularly in the research arena. To enable past and anticipated growth during the next 15 years, the university called on Stanley for conceptual and detailed design, bidding and construction support services for a new 138 kV substation. This project was funded in part by the university and by Bryan Texas Utilities (BTU). BTU paid for the high voltage segment, while the university paid for the switchgear and control building design. That meant there were design, bid and construction documents that were a collaborative work product based on standards provided by both owners. Aesthetics were crucial in the design of the substation located in the campus research area, necessitating low -profile structures, appealing landscaping and architecturally designed walls and buildings to meet strict campus standards. The design underwent a thorough visual and architectural review, including several 3D renderings, to meet all university criteria. The design consisted of a six -breaker 138 kV ring bus with three transmission lines and three 40 MVA transformers. Two of the line positions were fed by a nearby BTU underground transmission line, which was cut and extended 0.5 miles into the station. The switchgear was enclosed in a jointly owned 150- by 50-foot control building, housing separate rooms for the utility's relay and control panels and the university's switchgear, relay and control panels. Team Leader Eli Erales Firm's Role As prime firm, provided conceptual and detailed design, bidding and construction support services for a new 138 kV substation, while coordinating with BTU. Project Cost Engineering fee: $1,495,390 Construction cost: $13,058,805 Year Work Completed 2018 Agency Contact TAMU Reference: Bob Henry Manager for Technical Services 979.862.4604 BTU Reference: Michael McMillan Senior Engineer 979.821.5904 Change Orders There were no changes orders issued on this project. The initial installation was two 138/12.5 kV, 40 MVA transformers. The transformers fed a 12.5 kV metal -clad switchgear line-up with 18 breakers and a main -tie -main configuration. Designers also drew plans for a third underground transmission line to be constructed as part of the future transmission capacity growth plan. Responsiveness Throughout the Project Lifecycle: Stanley developed the conceptual and detailed design and prepared cost estimates and bidding and construction documents. We also provided construction support services through project completion. Stanley delivered the project within the specified schedule. Innovative Solutions The substation was a low -profile design with underground transmission feeds to the substation ring bus, underground feeds to the transformers and underground feeds to the distribution equipment. The control building, fencing, gates and landscaping were used to integrate the substation into the campus aesthetic. Page 33 of 66 RFQ#25-058 Page 183 of 239 Rim Rock Substation Upgrade I nwar rnlnmri(` D;• - Aiithority» Kerrville T-,fnq Stanley performed design services for the Rim Rock Substation, which included installation of one 138 kV, 3000A, bus -tie switch with a motor operator and SEECO interrupters and added four additional motor operators on existing 138 kV switches to facilitate sectionalizing of the station 138 kV bus. The 138 kV, 1200A high -side switches on both transformers were upgraded to 3000A and the Transformer #1 1200A circuit switcher was replaced with a 2000A circuit switcher. The station service for Transformer #1 was replaced with a 138 kV, 50 kVA station service transformer and a stand-alone battery enclosure with a second battery bank will be installed near the existing control house enclosure. The overhead shield wires were replaced by two dynaspheres for lightning protection. Six 138 kV surge arresters at the A -frame dead-end were replaced and a new 138 kV surge arrester was installed for the 50 kVA power voltage transformer. Obsolete 15 kV current and potential transformers at the distribution bays were also replaced. All new equipment was grounded to the existing ground grid with 19#7 copper clad steel. Team Leader Eli Erales Firm's Role As prime firm, provided substation upgrade design. Project Cost Engineering fee: $641,732 Construction cost: $2,000,000 Year Work Completed 2024 Agency Contact Brad Melnar Director of Engineering 512.578.4518 Change Orders Four change orders were issued to our contract due to additional scope added by client. Relay scope included design of battery bank #2 system, battery bank #2 FDS, battery charger #2, DC panelboard #2-1, LSC1 junction box, differential panels for transformer T1, T2 And bus 1, MOS panel, OF/load shed panels, and manifolds for PVT1, PT1 and CT1. Revisions were made for relay and metering one lines, yard conduit layout, cable and conduit schedules, AC/DC systems, AC/DC panelboards, metering, ANN/PT/UF panels, CB8850 and CB8860 line relay panels and SIP and RTU cabling. Removal consisted of SS1 and associated cables, all secondary relays and trips from DC panelboards #1, #2 and #3, panel 5 (T1 Jiff), panel 7 (T2 Jiff), OF equipment (panel 6), panel 8 (131 Jiff), 12.5 KV PT1, CT1 manifold, associated cables and conduits, all ion-8600 meter subpanels, 74PF1 and isolation relays from panel 3 and 4. Responsiveness Throughout the Project Lifecycle: Stanley developed the detailed design and prepared AON construction documents. We also provided construction support services through project completion. Stanley "J delivered the project within the specified schedule. Innovative Solutions When unmarked conduit runs on the record drawings risked the feasibility of the original design, Stanley quickly provided an alternate design that was implemented to replace the existing control cables with minimal outage time. Page 34 of 66 RFQ#25-058 Page 184 of 239 Nkkt Spanish Oak Substation Addition Lower Colorado River Authority » Cedar P�-1 Texas Stanley successfully executed design services for the Spanish Oak Substation, aligning with the project objectives and program requirements. Our design for the greenfield substation featured a three -breaker ring bus configuration situated next to Pedernales Electric Cooperative's distribution yard, maintaining optimal integration and functionality. The project included installation of three 138 kV 3000A 40 kA GCBs, eight 138 kV 3000A VAB switches, and six 138 kV CCVTs, along with seven 138 kV surge arresters and one 138 kV 50 kVA PVT. These components were chosen to meet the high standards required for efficient and reliable substation operations. Additionally, the design incorporated Tier 3 security measures, a 21' x 27' control enclosure, eight static towers, a polevator and two -yard termination cabinets, which collectively enhance the safety and control capabilities of the substation. Team Leader Eli Erales Firm's Role As prime firm, provided design services for greenfield 138 kV substation. Project Cost Engineering fee: $318,280 Construction cost: $5,000,000 Year Work Completed 2021 Agency Contact Brad Melnar Director of Engineering 512.578.4518 Change Orders Two change orders were issued to our contract due to a change in the size of the property and additional scope added by client. Our team also addressed the electrical requirements by performing a thorough grounding system and lightning protection analysis. The civil and structural scope involved site grading and the design of foundations and steel structures for breakers, switches, CCVTs, surge arresters, static poles and bus supports. Additionally, the relay and protection scope added line distance relay with carrier (DCB and DTT over mirrored bits) protection for the Ridgemar and Round Rock transmission lines. This included breaker control protection, transformer bus differential and breaker failure protection, along with metering, annunciator, SIP and RTU. Coordination with the neighboring utility was needed to interface on the protection schemes. Our familiarity with both clients' standards allowed us to anticipate the required interface points and use the correct design info to make the design work the first time and minimize iterations impacting schedule or budget. Responsiveness Throughout the Project Lifecycle: Stanley developed the detailed design and prepared ��� construction documents. We also provided construction support services through project completion. Stanley delivered the project within the specified schedule. Innovative Solutions To improve the contract amount, we optimized the station layout to minimize the footprint and adhered to the client's standard designs as much as possible. Page 35 of 66 RFQ#25-058 Page 185 of 239 PRC-027 Compliance Confiaeuual Clie.., - Horida Team Leader Mark Lancaster Firm's Role As prime firm, provided engineering services to support compliance with NERC Standard PRC-027-1. Project Cost Engineering fee: $349,945 Year Work Completed 2021 Agency Contact Confidential Stanley was engaged by the client to provide engineering services in support of Change Orders compliance with NERC Standard PRC-027-1, System Protection Coordination. There were no changes orders This standard requires transmission owners, generator owners and distribution issued on this project. providers to establish and maintain a documented process so protection systems across BES elements operate in the intended sequence during system faults. Our team assisted the client in developing a formal procedure for creating and reviewing new or revised protection system settings. This process was based on an authenticated ASPEN model and served as the foundation of a new protection settings handbook, which included modeling protocols, peer reviews, coordination procedures and clear guidelines for applying settings to various types of relays. We also performed a comprehensive protection system coordination study tailored to the client's BES infrastructure, which included 28 BES busses, 24 substations and approximately 40 transmission lines. The study involved short-circuit analysis, updates to the ASPEN model, coordination checks and protection setting revisions. A thorough review and recommendation were provided on the most appropriate compliance option under PRC-027-1, and the system was divided into manageable portions to facilitate the analysis and adhere to regulatory deadlines. Final deliverables included the updated ASPEN model, a summary report highlighting recommended settings changes and formal documentation to confirm internal and external coordination, verification and compliance. cResponsiveness Throughout the Project Lifecycle: Stanley provided engineering services to support the �"� ` client's compliance with NERC Standard PRC-027-1, including developing standard procedures and preparing a r_r coordination study. Stanley delivered the project within the specified schedule. Innovative Solutions By developing a streamlined process for creating and reviewing protection system settings to comply with NERC Standard PRC-027-1, Stanley facilitated efficient analysis and adherence to regulatory deadlines, which will help reduce operational costs by minimizing unnecessary system downtime. Page 36 of 66 RFQ#25-058 Page 186 of 239 F. Accuracy of Cost Estimates and Ability to Perform Within Budget RECORD OF PROJECTED COST ESTIMATES COCS is dedicated to providing exceptional customer service while keeping costs low. We recognize that COCS expects a project that meets cost and schedule control objectives while providing improved infrastructure for the residents, workers and visitors to the area. We deliver these results by understanding the detailed plans and specifications and by planning, organizing and coordinating the construction processes through effective administration, control and communication. The costs of construction have spiraled upwards the last few years. The current market conditions are significantly impacting the cost of labor and materials. Several natural disasters across the nation (materials and workers have flowed toward these areas of need), with more construction happening everywhere, inflation and funding deadlines are major factors influencing the volatility of construction costs. Supply chain issues have also been a major concern for owners and contractors over the past several years, and there is no indication that these issues are going away anytime soon. Construction change orders, therefore, can significantly impact COCS and cause other projects to be postponed. We will control costs, reduce change orders and help to eliminate scope creep by following the plans and specifications closely, monitoring risks, schedule and potential issues and communicating with the contractor and COCS often. Our estimating record for the past 20 years is highlighted below, which contrasts estimates prepared with the low and average bids received. Years Value of Estimates 2020-2023 $317,390,025 2017-2019 $825,234,173 2014-2016 $53,389,148 2009-2013 $193,662,951 2005-2008 $114,815,586 Value of Low Bids $305,625,442 $681,666,959 $50,752,687 $173,022,851 $109,268,766 Value of Average Bids $321,523,865 $892,366,299 $54,136,329 $178,418,021 $117,100,912 The list below includes known project budgets, pre -bid cost estimates and bid ranges for projects listed in Consideration Items D or E. Project Pre -Bid Cost Client Name Project Name Budget Estimate Low Bid High Bid LCRA/SMEU Rattler Substation $7,750,000 $7,600,000 $5,800,000 $9,000,000 LCRA Bakersfield to Big Hill Transmission Line $25,000,000 Note 1 Note 1 Note 1 Addition Austin Energy Rainey Street GIS Substation $30,000,000 $9,600,000 $10,891,000 $13,500,000 (Note 3) Lansing BWL Ultium Substation and Transmission Line Note 2 Note 2 Note 2 Note 2 McKenzie Electric System Line Relay Coordination Study $127,200 Note 1 Note 1 Note 1 TAMU/BTU Enterprise Substation and 12.5 kV $15,000,000 $14,477,000 $10,550,554 $12,858,805 Electrical Distribution LCRA Rim Rock Substation Upgrade $2,000,000 Note 1 Note 1 Note 1 LCRA Spanish Oak Substation Addition $5,000,000 Note 1 Note 1 Note 1 Confidential Client PRC-027 Compliance $349,945 Note 1 Note 1 Note 1 Notes: 1. Stanley's scope of work did not include preparation of cost estimate and bid evaluation. 2. Project budget information is not available. 3. Included owner -furnished materials. Page 37 of 66 RFQ#25-058 Page 187 of 239 MEASURES INITIATED TO PERFORM PROJECT WITHIN BUDGET CONSTRAINTS Stanley's systematic cost estimating process defines a focused range and expected cost of a project. The process is important from a budgetary planning, as well as project control perspective once project activities commence. Cost estimates are more accurate when developed in concert with project design activities. However, cost estimating can and often begins in concept stages. Our efficient and proven cost estimating process helps our clients estimate and manage project costs. This process is summarized below. Project Planning Cost Estimate Scoping and Design Development Understand and define As project is developed, 9 We use industry standard the project scope. our cost estimating team software as well as client - This is integral to the continuously receives and preferred software. associated cost. reviews information. We implement various cost estimation strategies throughout the project lifecycle to be responsive to budget constraints, helping to keep projects financially feasible and in -line with COCS's expectations. Below are some common strategies: Detailed Cost Breakdowns: Providing itemized cost breakdowns to help our clients understand where their money is going and identify potential areas for cost savings. Phased Estimating: Implementing phased estimating throughout the project lifecycle allows for more accurate budgeting as the project scope becomes clearer. Value Engineering: This process involves suggesting alternative solutions that achieve the same project goals at a lower cost, without compromising on quality or performance. Use of Historical Data: Leveraging data from past projects helps in making more accurate cost predictions based on real -world outcomes. Risk Analysis: Incorporating risk analysis in the cost estimating process helps identify potential financial overruns early, allowing for contingency planning. Regular Reviews and Updates: Continuously updating the cost estimates as the project progresses from planning to project completion helps the budget reflect any changes or unforeseen challenges. Efficiency in Planning and Design: Optimizing project plans and designs not only for performance but also for cost efficiency can significantly reduce expenses. Collaborative Procurement Strategies: Working closely with suppliers and subcontractors to negotiate better prices or find cost-effective alternatives. Page 38 of 66 RFQ#25-058 Page 188 of 239 G. Workload Capacity and History of Performing Within a Schedule (A) TEAM CAPABILITIES AND APPROACH FOR HANDLING MULTIPLE PROJECTS SIMULTANEOUSLY With 800+ employees handling around 1,000 projects annually, Stanley utilizes strategic planning, effective communication, advanced technology and a skilled, flexible team to manage multiple simultaneous projects. For instance, for each of your projects, project timelines and resource commitments are managed using Deltek Vantagepoint Resource Management software. This system provides real-time dashboards and reports, allowing department managers to monitor team schedules and critical deadlines. Key resources are allocated the most hours, with technical advisors and reviewers scheduled around key review periods. The company aims to schedule engineers and technical staff for no more than 85 percent of their time to accommodate any project delays. The software also facilitates workload prioritization, internal review coordination and the identification of additional resources with necessary skills to help meet project milestones efficiently. Regular updates on project progress and resource reallocation are communicated to maintain alignment with project requirements and timelines. COCS's projects will be performed by our team of experienced subject matter experts with experience in substation relay and control design, system protection, SCADA and transmission and distribution line studies. Our team is experienced with the latest relay products and designs that include complicated logic and trip schemes. We are proficient with projects that have stringent performance criteria, require the integration of improvements within congested facilities and must be completed with minimal disturbance to adjacent activities. (B) FIRM'S ABILITY TO DELIVER PROJECTS WITHIN A SPECIFIED SCHEDULE If COCS's project requires extra resources, our team can leverage our extensive staff to handle increased workloads or specific expertise needs. We monitor and manage workloads across all our offices, which allows project managers to accurately predict and manage resource allocation, hours and costs for each project. For COCS, this means a balanced team that enhances project management efficiency, aligns staff better across projects, and improves overall project results. The projects listed in Consideration Item (D) and Consideration Item (E) were successfully completed within the respective clients' required schedules. Some examples of measures we used to maintain the project's schedule include the following: TAMUIBTU Enterprise Substation and 12.5 kV Electrical Distribution: Some high value equipment such as the power transformer was purchased directly by TAMU. This minimized the schedule and cost impact to the project. LCRA Spanish Oak Substation Addition: To improve project schedule, we performed the requested change order scope within the original baselined schedule's durations. BWL Ultium Substation and Transmission Line: Stanley developed a phased design and construction schedule that aligned with BWL's customer's phased energization. This strategic approach allowed for the timely and efficient completion of each phase, maintaining the project's momentum and meeting all deadlines. (C) CONTINGENCY PLAN AND ABILITY OF FIRM TO SUSTAIN LOSS OF KEY TEAM MEMBERS Unforeseen personnel changes are accounted for in our risk management strategy to help complete COCS's distribution projects professionally and on time. Our contingency plan includes a deep bench strength with a robust team ready to fill in as needed, coordinated by the project manager, Eli Erales, who works with departments to select qualified replacements. We also have structured succession planning where each key team member has a designated backup familiar with the project, supported by our standardized project delivery model that simplifies transitions. Additionally, our team engages in continuous training and uses robust project management tools to provide real-time updates, promoting smooth operations and maintaining project quality. Regular communication and client involvement are key, keeping all stakeholders informed and involved throughout the project lifecycle. I am always impressed with the quality of Stanley's engineering, their ability to meet tight schedules and the people skills of their staff. I have been working with them for over 18 years and it's been a pleasure. I can always count on them to go the extra mile to satisfy our needs. — Bob Henry, Manager for Technical Serv4e& Texv664 &M University RFQ#25-058 Page 189 of 239 H. Proposed Approach for the Design Project or Study (A) ORGANIZATION AND STRUCTURE OF THE PROJECT TEAM Stanley's project team (shown in the organizational chart on page 2) has a broad background in analyzing, planning, designing and modifying all types of substation and transmission systems, as well as substantial protection and controls study and design experience. We strive to have an intimate understanding of all aspects of your projects and will provide COCS with continuous delivery of services, performance and quality. Our job is to serve as an extension of COCS's staff to provide seamless integration, ease your workload, drive the schedule and achieve a smooth process. No subconsultants are anticipated. Stanley has the resources to self -perform the work described. If additional scope not described in the request for qualifications is required, we have several partners that may be utilized if needed. LCRA TSC has partnered with Stanley Consultants for several years on substation projects. Throughout our partnership, Stanley Consultants has been collaborative and communicative. Their attention to detail during planning, design, construction support, and as -built consistently leads to the successful implementation of our projects. The projects they have engineered for our organization have varied in scope and complexity, but Stanley Consultants meets the needs of our organization while maintaining aggressive schedules. — Amanda Travieso, PE, Substation Engineering Supervisor, LCRA (B) WORK PLAN Our team is dedicated to collaborating with COCS to incorporate design ideas, functionality and level of service. This collaboration will be key to delivering projects that meet COCS's desired schedule and budget objectives. Eli's leadership will facilitate proactive communication and quality control resulting in high -quality projects. Throughout each study or design project, our role is to maintain a process that efficiently analyzes risks and opportunities, helps COCS to make informed decisions and continually balance decisions versus project budget while keeping the process on track to meet schedule milestones. We will work together to determine the preferred materials techniques and incorporate stakeholder outreach. Each COCS project will have effective and customized services applied to it based on our established approach. Stanley embraces a methodology that not only outlines our standard practices for project management and execution but also integrates proposed solutions from previous engagements. The following approaches are typical for studies and design projects. The tasks are organized so there is a uniform workflow from project kickoff through project completion. Approach for System Study Project Kickoff Meeting: The project will commence with a kickoff meeting and site visit involving Stanley and representatives from COCS. This session serves as the foundation for the entire system study and will focus on understanding the project scope, defining the primary objectives and identifying any special considerations. These may include contingency conditions, operational constraints or unique system procedures that could affect the study results. During the site visit, Stanley's team will collect comprehensive data on the existing infrastructure, equipment and operational practices. This data will be essential for building an accurate and reliable system model. We will also maintain detailed notes of the kickoff meeting, capturing all key discussions, action items and decisions for reference throughout the project lifecycle. Preliminary Model Review Meeting: Once a preliminary system model has been developed using the data collected, Stanley will host a review meeting with COCS stakeholders. The goal is to validate the model's accuracy, review the study methodology and align expectations on how the system will be evaluated. This meeting will also provide a forum to discuss any outstanding data needs, such as follow-up questionnaires or clarification of system details. Special attention will be given to modeling unique operating scenarios and configurations to ensure the study captures all system conditions. Feedback from this session will be used to refine the model before full system analysis begins. Page 40 of 66 RFQ#25-058 Page 190 of 239 COCS will receive a comprehensive, approach that optimizes outcomes and aligns with your strategic goals, so the project is efficiently executed and meets regulatory, schedule and budget requirements. System Analysis and Draft Report: After the system model has been reviewed and approved, Stanley will carry out detailed system studies as outlined in the project scope —these may include load flow analysis, fault studies, protective coordination reviews and more, depending on the project's requirements. Our team will prepare a comprehensive draft report, including all modeling assumptions, data sources, system analysis results and preliminary recommendations. This document will form the basis for technical review and stakeholder feedback. Draft Report Meeting: Upon completion of the draft report, our team will conduct a draft review meeting with COCS. The purpose of this meeting is to walk through the findings, discuss recommendations and gather feedback from stakeholders. Any concerns or suggestions raised will be noted and considered for incorporation into the final report. This collaborative step aligns the final deliverable with client expectations and addresses relevant operational considerations. Final Report and Presentation: Based on feedback from the rough copy meeting, Stanley will finalize the report, incorporating necessary revisions and updates. The final document will serve as a definitive reference for future planning, operations and system improvements. If desired, our team will prepare and deliver a formal presentation of the study's findings and recommendations to key stakeholders, providing a clear summary of the project's outcomes and actionable next steps. Approach for Design Project Kickoff Meeting: Our team will meet with COCS to confirm scope and design criteria and project approach. We will start by discussing the overall project approach, including review of any previous designs, reports and recommendations. Our team will also review: COCS needs, goals, risks and other concerns. Confirm schedule and project budget. Confirm communication preferences including type and frequency. Data Collection: Our team will review existing design drawings, system models, event recorder data and relay settings and program files. Preliminary Design: During this stage, we will discuss data collected, review costs and schedule, gain input, identify any additional requirements, discuss concerns and the next steps forward and prepare preliminary design. Detailed and Final Design: After the preliminary design review, our team will incorporate feedback and collaborate with operations to identify outage, construction, maintenance, and safety requirements and design specifics and proceed with the detailed design for 60 percent and final design deliverables. The detailed design will include plans, specifications and construction cost estimate. Proposed projects will engage our subject matter experts in their knowledge of PRC standards, relay settings and protection equipment specifications. Bidding Services: Stanley will provide bidding documents per COCS's standards, organize and conduct a pre -bid meeting, respond to requests for information and review the bid results and provide a recommendation. Page 41 of 66 RFQ#25-058 Page 191 of 239 Construction Phase Services: Coupled with experience on over 1,800 construction management projects, Stanley brings comprehensive support experience and a deep understanding of the specific construction needs during this phase of the project. During the construction phase, we will leverage Eli, engineers and specialty inspectors to monitor construction progress and quality. Our team will monitor work progress and quality control and respond to field related questions. Critical components of construction management that will be beneficial to COCS include: Field Supervision: Our experienced team provides on -site supervision, closely monitoring construction activities to maintain adherence to project specifications and regulatory requirements. Coordination and Communication: We excel in facilitating effective communication and coordination among project stakeholders, fostering collaboration and minimizing conflicts. We understand that our inspectors will be the field representatives for COCS while on -site and that the upstreaming and down -streaming of information is key to COCS making informed decisions. Health and Safety: We prioritize the well-being of all project participants, including residents, workers and visitors near the construction sites. We will monitor the contractor's safety plans and protocols to help maintain a secure working environment. Commissioning: Our team's expertise enables us to closely oversee the commissioning process, diligently monitoring systems and components to confirm thorough testing and full operational readiness. Through our unwavering commitment, we will meet your needs and minimize the likelihood of any potential operational issues in the future. (C) APPROACH TO PROJECT MANAGEMENT Stanley has developed strong relationships with our clients and improved lives over the course of our rich history. We are focused on the future and recognize the need to create competitive advantages in building a connected, sustainable and enriched world. As Stanley continues to grow and evolve, we continuously manage our project delivery process more closely and consistently. A single approach to project management improves how we deliver quality results to our clients. Key Elements of a Successful Proiect Management Approacr Having a responsive, collaborative team. Establishing communication methods to be used throughout the project as well as the file sharing processes COCS desires. Monitoring overall progress/schedule and providing regular reports. Holding periodic meetings and review sessions between the study or design team and COCS staff to facilitate decision -making and maintain alignment with project objectives. Resolving issues quickly. If a problem arises, we will address the situation so the best interests of COCS are carried out. We will handle potential issues directly and openly. Our approach is based on the Project Management Institute (PMI) methodology, providing a structure for successful project completion. The PMI format standardizes expectations, work products, quality control, and streamlines communication practices, enabling COCS to rely on our team to deliver quality services on every project. COCS will receive a tailored approach from Stanley that optimizes outcomes and aligns with your strategic goals. We are committed to working collaboratively with COCS to clearly Selected Guidelines Using the Right Dynamics Drives Quality Results Effective Communication Reliable Information ONE Timely O Senior Review Reliable i Computer Programs 't7 Quality Results ,441 `E Defined Scope of Work Rig ht /ut Team i r_0 nJ Project Management Technical Methods Standards Quality Control Procedures Page 42 of 66 RFQ#25-058 Page 192 of 239 define project objectives, develop a plan and closely monitor progress to achieve the desired results. Our team will maintain close coordination with COCS's engineering, operations and management teams to maintain a unified approach to the project goals and enable swift resolution of any issues. As project manager, Eli will facilitate the seamless flow of critical data and information, thereby reducing delays and improving decision -making processes. To effectively manage the project execution, Stanley uses a work breakdown structure to delineate the project into manageable tasks and components. These elements will define project management procedures while prioritizing quality and risk mitigation, leading to more predictable and successful project outcomes. Regular monitoring of the project's progress against the planned schedule and budget allows our team to promptly identify and address deviations or potential concerns, which minimizes impacts and keeps COCS informed. By aligning our budget planning with the project scope and schedule, we provide accurate cost control, promoting financial efficiency throughout the project lifecycle. Quality is paramount in our services. We integrate quality assurance checks and approvals into each task, conducting these reviews before submitting deliverables to COCS. This process not only upholds high standards but also reduces the time COCS spends on reviews. Our project manager will continuously oversee and maintain quality standards throughout the project's duration. Risk management is handled with transparency and proactive communication. We identify potential project risks, such as critical timing for COCS's decision -making and possible schedule impacts. After conducting qualitative and quantitative risk analyses, we provide risk responses to the higher impact and higher probability items. We monitor and control those risks by keeping COCS informed about the risks and our mitigation strategies throughout the project, which provides a responsive project environment. (D) APPROACH TO PERFORMING COMMISSIONING OR ACTING AS OWNER'S ENGINEER Stanley is committed to delivering comprehensive support throughout the entire project lifecycle to facilitate successful design and commissioning of the system. As owner's engineer, we will provide independent, expert oversight across all phases of the project, including system studies, substation design, construction and commissioning. Our team will work closely with COCS, so the project aligns with your goals, budget and schedule while maintaining the highest technical and safety standards. In the role of owner's engineer, we will act as a dedicated technical advisor, serving as the primary liaison between COCS, contractors and other stakeholders to foster collaboration that leads to clear and consistent designs and high -quality outcomes. Stanley will coordinate the overall project, providing efficient execution and adherence to technical requirements. Our team will review all design documentation, specifications and plans for compliance with relevant industry regulations and best practices. During construction, we will provide guidance, so the design is implemented accurately and safely. Additionally, Stanley will oversee the commissioning process to confirm that all systems are tested and validated to meet the desired standards. Throughout the entire project, Stanley will continuously monitor progress and help to manage project risks and adherence to quality standards. We will provide regular progress updates to COCS, coordinate with contractors and stakeholders to avoid delays and proactively manage risks to keep the project within scope and on schedule. Stanley is dedicated to supporting COCS through every phase of the project, from planning and design to commissioning. Our approach is designed to deliver the project successfully, meet regulatory requirements and adhere to industry standards. Through careful coordination, expert oversight and a commitment to quality and safety, we will help achieve COCS's goals. Page 43 of 66 RFQ#25-058 Page 193 of 239 CERTIFICATION I The undersigned affirms that they are duly authorized and qualified to submit this SOQ. The undersigned affirms that the firm is willing to sign the enclosed Standard Form of Agreement for Professional Services without modification. Signed By:Title: Client Service Manager Typed Name: Lisa Donnelly Company Name: Stanley Consultants, Inc. Phone No.: 303.649.7833 Fax No.: 512.427.3699 Email: donnellylisa@stanleygroup.com Bid Address: 6836 Austin Center Boulevard, Suite 350, Austin, TX 78731 P.O. Box or Street City State Zip Order Address: 6836 Austin Center Boulevard, Suite 350, Austin, TX 78731 P.O. Box or Street City State Zip Remit Address: 225 Iowa Avenue, Muscatine, IA 52761 P.O. Box or Street City State Zip Federal Tax ID No.: 421320758 DUNS No.: 00-798-9056 (Muscatine Corporate) Date: April 15, 2025 Number of Addenda Acknowledged: N/A END OF RFQ No. 25-058 ***DO NOT MODIFY THIS FORM*** Page 44 of 66 RFQ#25-058 Page 194 of 239 Hourly Fees and Charges FISCAL YEAR 2025-2026 Rates April 1, 2025, through March 29, 2026 Compensation for office -based personnel in the United States for time in the performance of the work shall be in accordance with the following hourly fees: Hourly Fee Labor Classification 1 Position Title $84.50 CAD Student Intern $98.50 Student Intern - Engineer, CAD Technician 1 $113.00 Architect Intern 1, Senior CAD Technician 1 $126.50 Associate (Ell), Architect Intern 2, Associate Scientist 1, Senior CAD Technician 2, Project Administrator 1, Cost Estimating 1 $140.00 Engineer in Training 1, Associate (E2), Associate Scientist 2, CAD Designer 1 $154.50 Engineer in Training 2, Scientist 1, Senior Land Acquisition Agent 1, CAD Designer 2, Senior Project Administrator 1, Project Controls Specialist 1, Cost Estimating 2 $169.00 Consultant (E1), Architect 1, Scientist 2, Senior CAD Designer 1, Senior GIS Analyst 1 $182.50 Engineer 1, Consultant (E2) $195.50 Senior Consultant (E1), Resident Project Rep 1, Principal GIS Analyst $208.50 Engineer 2, Senior Consultant (E2), Senior Architect 1, Senior CAD Designer 2, Senior Project Controls Specialist 1 $220.50 Senior Engineer 1, Senior Consultant (E3), Senior Architect 3, Principal CAD Designer, Cost Estimating 3 $233.00 Principal Consultant (Ell), Principal Architect 1, Senior Resident Project Rep 1, Project Manager 1 $246.50 Senior Engineer 2, Principal Consultant (E2), Senior Planner 1 $259.50 Senior Engineer 3, Principal Scientist 2, Principal Planner 1, Principal Land Acquisition Agent, Project Manager 2 $270.50 Principal Architect 3, Principal Scientist 3, Senior Project Controls Specialist 2 $280.50 Principal Engineer 1, Principal Engineer 3, Project Manager 3 $299.00 Principal Engineer 2, Senior Project Manager 1, Principal Project Controls Specialist Construction management and construction inspection service pricing varies based on duration of assignment and will be hourly fee and expenses as specified in individual purchase order. Office -based personnel involved in professional consulting services that require advanced experience and expertise -such as roles in studies, program management, senior management oversight and portfolio management -will be compensated either through hourly fees or a mutually agreed -upon fixed fee, as outlined in individual purchase orders. Travel time in the interest of the work and away from the assigned office, either local or intercity, will be charged in accordance with the foregoing schedule. Included in our hourly fees are cost to cover benefits, indirect costs, administration cost, overhead and profit. Page 45 of 66 RFQ#25-058 Page 195 of 239 Compensation for items of expense and other charges incurred in connection with the performance of the work shall be in accordance with the following schedule: Automobile Four -Wheel Drive Vehicles Ground Transportation (rental car, taxi, etc.) Air Travel (commercial and charter) Equipment Rental Laboratory Work Soils Testing and Analysis Outside Photographic Work Duplicating Work Technical Testing and Surveying Equipment Subcontractors IRS Rates IRS Rates Cost plus 10% Cost plus 10% Cost plus 10% Cost plus 10% Cost plus 10% Cost plus 10% (schedule supplied upon request) (schedule supplied upon request) Cost plus 10% 1. Compensation for purchases, items of expense, and other charges not scheduled above, incurred in connection with the performance of the work, shall be at cost. 2. Stanley Consultants determines our rate increases based on market conditions, market factors and benefit costs. Rates will be subject to revision on or after March 29, 2026. Page 46 of 66 RFQ#25-058 Page 196 of 239 EXHIBIT B PAYMENT SCHEDULE FOR EACH PHASE: The Consultant must submit monthly invoices to the City, accompanied by an explanation of charges, professional fees, services, and expenses. The City will pay such invoices according to its normal payment procedures. Schedule of Payment for each phase: Each Project will be paid upon negotiated Milestones and Percentages between City of College Station Electric Utilities and Stanley Consultants, Inc. The following is an example of suggested Milestones, Percentages and Payments: PROJECT X PROJL T DEADLINE' PROJLCT COS Project Approval and Orientation Mcct in € 10 % payment i lestcne t [ 1 pdatc Reports and draft Drawin 10% payment Milcstone 2 Revised Drawings & Discussion 20% PkVincnt Wneedcd: Milestune 3 Revised Drawing & Disaussion 2W� Ny"lont Milestone 4 Fingl Drawings & Discussion .100A R ymcn Prcjco Total I [1o% Project cog1 Notc. Payments Vvall occur upot3 ruciPt of invoke, approvaI by COCS EIcotric aad wit1kin Ck)(7S Payment Termq & Condittort,. Contract No. 25300566 A&E Professional Services without Construction Form 01-01-2025 Page 47 of 66 RFQ#25-058 Page 197 of 239 EXHIBIT C CERTIFICATE(S) OF INSURANCE Contract No. 25300566 A&E Professional Services without Construction Form 01-01-2025 Page 48 of 66 RFQ#25-058 Page 198 of 239 DATE (MM/DD/YYYY) A� " CERTIFICATE OF LIABILITY INSURANCE 6/5/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT NAME: Julie Brockelt Arthur J. Gallagher Risk Management Services, LLC I PHONE FAX. No): 563-322-1046 220 Emerson Place (A/C. No. Ext): 563-316-3418 Suite 200 ADDRESS: julie_brockert@ajg.com Davenport IA 52801 I INSURER(S) AFFORDING COVERAGE NAIC0 INSURER A: Charter Oak Fire Insurance Company 25615 INSURED INSURER B: Travelers Property Casualty Co of America 25674 Stanley Consultants, Inc. 225 Iowa Avenue INSURERC: Navigators Insurance Company 42307 Muscatine IA 52761 I INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER:402743181 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDVSUBR POLICY EFF POLICY EXP TYPE OF INSURANCE LTR IMAO WVD POLICYNUMBER IMM/DD/YYYY) IMM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY Y Y P-6304885B479-COF-25 1/1/2025 1/1/2026 EACH OCCURRENCE $1000000 CLAIMS -MADE � OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY � PEt° LOC OTHER: B AUTOMOBILE LIABILITY X ANY AUTO Y Y 810-2L649784-25-43-G OWNED SCHEDULED AUTOS ONLY AUTOS X HIRED X NON -OWNED AUTOS ONLY AUTOS ONLY B X UMBRELLALIAB OCCUR EXCESS LIAB �d CLAIMS -MADE DED I I RETENTION $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N ANYPROPRI ETOR/PARTN ER/EXECUTI V E OFFICER/MEMBEREXCLUDED? NI N/A (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below C Excess Liability CUP-9S313559-25-NF Y UB-BJ736329-25-43-G CH25EXRZOGOYAIV DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 5,000 PERSONAL & ADV INJURY $1,000,000 GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 1/1/2025 1/1/2026 COMBINED SINGLE LIMIT $ 1,000,000 (Ea accident) BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTYDAMAGE $ (Per accident) 1/1/2025 1/1/2026 EACH OCCURRENCE $15,000,000 AGGREGATE $ 15,000,000 PER 1/1/2025 1/1/2026 X STATUTE ERH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 1/1/2025 1/1/2026 Each Oco $5,000,000 Aggregate $5,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: "RFQ#25-058 Protection and Controls Engineering Services — SCI Opp. R0005.13.40." The City of College Station shall be named as additional insured on a primary and noncontributory basis with respect to General Liability and Auto Liability as respects to the written contract with the named insured. Waiver of Subrogation granted re General Liability, Auto Liability, and Workers Compensation. 30 day Notice of Cancellation. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. City of College Station P.O. Box 9960 AUTHORIZEDREPRESENTAT E College Station TX 77842 01988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016103) The ACORD name and logo are registered marks of ACORD RFQ#25-058 Page 49 of 66 Page 199 of 239 TRAVELERSJ� WORKERS COMPENSATION AND EMPLOYERS LIABILITY POLICY ENDORSEMENT WC 99 06 U9 (00) POLICY NUMBER: UB-8J736329-25-43-G TEXAS NOTICE OF CANCELLATION OR NONRENEWAL TO DESIGNATED PERSONS OR ORGANIZATIONS If we cancel or non -renew this policy for any reason other than non-payment of premium by you, we will provide notice of such cancellation or non -renewal to each person or organization designated in the Schedule below. We will mail or deliver such notice to each person or organization at its listed address at least the number of days shown for that person or organization before the cancellation or nonrenewal is to take effect. You are responsible for providing us with the information necessary to accurately complete the Schedule below. If we cannot mail or deliver a notice of cancellation or nonrenewal to a designated person or organization because the name or address of such designated person or organization provided to us is not accurate or complete, we have no responsibility to mail, deliver or otherwise notify such designated person or organization of the cancellation or nonrenewal. SCHEDULE Name and Address of Designated Persons or Organizations All other terms and conditions of this policy remain unchanged. Number of Days Notice: 30 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 1/01/2025 DATE OF ISSUE: 1/01/2025 Countersigned by ST ASSIGN: © 2018 The Travelers Indemnity Company. All rights reserved. Page 1 of 1 Page 50 of 66 RFQ#25-058 Page 200 of 239 P-630-4885B479-COF-25, 810-2L649784-25-43-G, CUP-9S313559-25-NF ISSUE DATE: 1/1/25 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL LIMITATION OF COVERAGE PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY CANCELLATION: WHEN WE DO NOT RENEW (Nonrenewal) MATERIAL LIMITATION OF COVERAGE: PERSON OR ORGANIZATION: City of College Station ADDRESS: P.O. Box 9960 College Station, Texas 77849 SCHEDULE PROVISIONS A. If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. B. If we do not renew this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for When We Do Not Renew (Nonrenewal) in the Schedule above, we will mail notice of nonrenewal to the person or organization shown Number of Days Notice: 10 Number of Days Notice: 10 Number of Days Notice: 10 in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for When We Do Not Renew (Nonrenewal) in such Schedule before the effective date of nonrenewal. C. If we add a material limitation on the coverage provided by this policy, and a number of days is shown for Material Limitation Of Coverage in the Schedule above, we will mail notice of such limitation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Material Limitation Of Coverage in such Schedule before the effective date of such limitation. IL T3 54 05 19 © 2019 The Travelers Indemnity Company All rights reserved Page 51 of 66 Page 1 of 1 RFQ#25-058 Page 201 of 239 810-2L649784-25-43-G Policy Period 1/01/2025-1/01/2026 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to the Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general cover- age description only. Limitations and exclusions may apply to these coverages. Read all the provisions of this en- dorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. BROAD FORM NAMED INSURED B. BLANKET ADDITIONAL INSURED C. EMPLOYEE HIRED AUTO D. EMPLOYEES AS INSURED E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS G. WAIVER OF DEDUCTIBLE — GLASS PROVISIONS A. BROAD FORM NAMED INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any organization you newly acquire or form dur- ing the policy period over which you maintain 50% or more ownership interest and that is not separately insured for Business Auto Coverage. Coverage under this provision is afforded only un- til the 180th day after you acquire or form the or- ganization or the end of the policy period, which- ever is earlier. B. BLANKET ADDITIONAL INSURED The following is added to Paragraph c. in A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any person or organization who is required under a written contract or agreement between you and that person or organization, that is signed and executed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to be named as an addi- tional insured is an "insured" for Covered Autos Liability Coverage, but only for damages to which H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT J. PERSONAL PROPERTY K. AIRBAGS L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS M. BLANKET WAIVER OF SUBROGATION N. UNINTENTIONAL ERRORS OR OMISSIONS this insurance applies and only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Section II. C. EMPLOYEE HIRED AUTO 1. The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COV- ERED AUTOS LIABILITY COVERAGE: An "employee" of yours is an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your busi- ness. 2. The following replaces Paragraph b. in B.S., Other Insurance, of SECTION IV — BUSI- NESS AUTO CONDITIONS: b. For Hired Auto Physical Damage Cover- age, the following are deemed to be cov- ered "autos" you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented by your "employee" under a contract in an "employee's" name, with your CA T3 53 02 15 © 2015 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 52 of 66 Page 1 of 4 RFQ#25-058 Page 202 of 239 COMMERCIAL AUTO permission, while performing duties related to the conduct of your busi- ness. However, any "auto" that is leased, hired, rented or borrowed with a driver is not a covered "auto". D. EMPLOYEES AS INSURED The following is added to Paragraph A.1., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: Any "employee" of yours is an "insured" while us- ing a covered "auto" you don't own, hire or borrow in your business or your personal affairs. E. SUPPLEMENTARY PAYMENTS — INCREASED LIMITS 1. The following replaces Paragraph A.2.a.(2), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (2) Up to $3,000 for cost of bail bonds (in- cluding bonds for related traffic law viola- tions) required because of an "accident" we cover. We do not have to furnish these bonds. 2. The following replaces Paragraph A.2.a.(4), of SECTION II — COVERED AUTOS LIABIL- ITY COVERAGE: (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day be- cause of time off from work. F. HIRED AUTO — LIMITED WORLDWIDE COV- ERAGE — INDEMNITY BASIS The following replaces Subparagraph (5) in Para- graph B.7., Policy Period, Coverage Territory, of SECTION IV — BUSINESS AUTO CONDI- TIONS: (5) Anywhere in the world, except any country or jurisdiction while any trade sanction, em- bargo, or similar regulation imposed by the United States of America applies to and pro- hibits the transaction of business with or within such country or jurisdiction, for Cov- ered Autos Liability Coverage for any covered "auto" that you lease, hire, rent or borrow without a driver for a period of 30 days or less and that is not an "auto" you lease, hire, rent or borrow from any of your "employees", partners (if you are a partnership), members (if you are a limited liability company) or members of their households. (a) With respect to any claim made or "suit" brought outside the United States of America, the territories and possessions of the United States of America, Puerto Rico and Canada: (i) You must arrange to defend the "in- sured" against, and investigate or set- tle any such claim or "suit" and keep us advised of all proceedings and ac- tions. (ii) Neither you nor any other involved "insured" will make any settlement without our consent. (iii) We may, at our discretion, participate in defending the "insured" against, or in the settlement of, any claim or "suit". (iv) We will reimburse the "insured" for sums that the "insured" legally must pay as damages because of "bodily injury" or "property damage" to which this insurance applies, that the "in- sured" pays with our consent, but only up to the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE. (v) We will reimburse the "insured" for the reasonable expenses incurred with our consent for your investiga- tion of such claims and your defense of the "insured" against any such "suit", but only up to and included within the limit described in Para- graph C., Limits Of Insurance, of SECTION II — COVERED AUTOS LIABILITY COVERAGE, and not in addition to such limit. Our duty to make such payments ends when we have used up the applicable limit of insurance in payments for damages, settlements or defense expenses. (b) This insurance is excess over any valid and collectible other insurance available to the "insured" whether primary, excess, contingent or on any other basis. (c) This insurance is not a substitute for re- quired or compulsory insurance in any country outside the United States, its ter- ritories and possessions, Puerto Rico and Canada. Page 2 of 4 © 2015 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 53 of 66 CA T3 53 02 15 RFQ#25-058 Page 203 of 239 COMMERCIAL AUTO You agree to maintain all required or compulsory insurance in any such coun- try up to the minimum limits required by local law. Your failure to comply with compulsory insurance requirements will not invalidate the coverage afforded by this policy, but we will only be liable to the same extent we would have been liable had you complied with the compulsory in- surance requirements. (d) It is understood that we are not an admit- ted or authorized insurer outside the United States of America, its territories and possessions, Puerto Rico and Can- ada. We assume no responsibility for the furnishing of certificates of insurance, or for compliance in any way with the laws of other countries relating to insurance. G. WAIVER OF DEDUCTIBLE — GLASS The following is added to Paragraph D., Deducti- ble, of SECTION III — PHYSICAL DAMAGE COVERAGE: No deductible for a covered "auto" will apply to glass damage if the glass is repaired rather than replaced. H. HIRED AUTO PHYSICAL DAMAGE — LOSS OF USE — INCREASED LIMIT The following replaces the last sentence of Para- graph A.4.b., Loss Of Use Expenses, of SEC- TION III — PHYSICAL DAMAGE COVERAGE: However, the most we will pay for any expenses for loss of use is $65 per day, to a maximum of $750 for any one "accident". I. PHYSICAL DAMAGE — TRANSPORTATION EXPENSES — INCREASED LIMIT The following replaces the first sentence in Para- graph A.4.a., Transportation Expenses, of SECTION III — PHYSICAL DAMAGE COVER- AGE: We will pay up to $50 per day to a maximum of $1,500 for temporary transportation expense in- curred by you because of the total theft of a cov- ered "auto" of the private passenger type. J. PERSONAL PROPERTY (2) In or on your covered "auto". This coverage applies only in the event of a total theft of your covered "auto". No deductibles apply to this Personal Property coverage. K. AIRBAGS The following is added to Paragraph B.3., Exclu- sions, of SECTION III — PHYSICAL DAMAGE COVERAGE: Exclusion 3.a. does not apply to "loss" to one or more airbags in a covered "auto" you own that in- flate due to a cause other than a cause of "loss" set forth in Paragraphs A.1.b. and A.1.c., but only: a. If that "auto" is a covered "auto" for Compre- hensive Coverage under this policy; b. The airbags are not covered under any war- ranty; and c. The airbags were not intentionally inflated. We will pay up to a maximum of $1,000 for any one "loss". L. NOTICE AND KNOWLEDGE OF ACCIDENT OR LOSS The following is added to Paragraph A.2.a., of SECTION IV — BUSINESS AUTO CONDITIONS: Your duty to give us or our authorized representa- tive prompt notice of the "accident" or "loss" ap- plies only when the "accident" or "loss" is known to: (a) You (if you are an individual); (b) A partner (if you are a partnership); (c) A member (if you are a limited liability com- pany); (d) An executive officer, director or insurance manager (if you are a corporation or other or- ganization); or (e) Any "employee" authorized by you to give no- tice of the "accident" or "loss". M. BLANKET WAIVER OF SUBROGATION The following replaces Paragraph A.S., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — BUSINESS AUTO CONDI- TIONS: The following is added to Paragraph A.4., Cover- S. Transfer Of Rights Of Recovery Against age Extensions, of SECTION III — PHYSICAL Others To Us DAMAGE COVERAGE: We waive any right of recovery we may have Personal Property against any person or organization to the ex - We will a u to $400 for "loss" to wearing a _ tent required of you by a written contract pay P 9 P signed and executed prior to any "accident" parel and other personal property which is: or "loss", provided that the "accident" or "loss" (1) Owned by an "insured"; and arises out of operations contemplated by CA T3 53 0215 © 2015 The Travelers Indemnity Company. All rights reserved. Page 3 of 4 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 54 of 66 RFQ#25-058 Page 204 of 239 COMMERCIAL AUTO such contract. The waiver applies only to the person or organization designated in such contract. N. UNINTENTIONAL ERRORS OR OMISSIONS The following is added to Paragraph B.2., Con- cealment, Misrepresentation, Or Fraud, of SECTION IV — BUSINESS AUTO CONDITIONS: The unintentional omission of, or unintentional error in, any information given by you shall not prejudice your rights under this insurance. How- ever this provision does not affect our right to col- lect additional premium or exercise our right of cancellation or non -renewal. Page 4 of 4 © 2015 The Travelers Indemnity Compa ny. All rights reserved . Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 55 of 66 CA T3 53 02 15 RFQ#25-058 Page 205 of 239 810-2L649784-25-43-G 1/01/2025-1/01/2026 COMMERCIAL AUTO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - PRIMARY AND NON-CONTRIBUTORY WITH OTHER INSURANCE This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM PROVISIONS 1. The following is added to Paragraph A.1.c., Who Is An Insured, of SECTION II — COVERED AUTOS LIABILITY COVERAGE: This includes any person or organization who you are required under a written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, to name as an additional insured for Covered Autos Liability Coverage, but only for damages to which this insurance applies and only to the extent of that person's or organization's liability for the conduct of another "insured". 2. The following is added to Paragraph B.S., Other Insurance of SECTION IV — BUSINESS AUTO CONDITIONS: Regardless of the provisions of paragraph a. and paragraph d. of this part S. Other Insurance, this insurance is primary to and non-contributory with applicable other insurance under which an additional insured person or organization is the first named insured when the written contract or agreement between you and that person or organization, that is signed by you before the "bodily injury" or "property damage" occurs and that is in effect during the policy period, requires this insurance to be primary and non-contributory. CA T4 74 02 16 © 2016 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 56 of 66 Page 1 of 1 RFQ#25-058 Page 206 of 239 P-630-4885B479-COF-25 Policy Period 1101/2025-1/01/2026 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED - WRITTEN CONTRACTS (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II - WHO IS AN INSURED: Any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies. The person or organization does not qualify as an additional insured with respect to the independent acts or omissions of such person or organization. The insurance provided to such additional insured is limited as follows: c. In the event that the Limits of Insurance of this Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the in- surance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement shall not increase the limits of insurance described in Section III - Limits Of Insurance. d. This insurance does not apply to the render- ing of or failure to render any "professional services" or construction management errors or omissions. e. This insurance does not apply to "bodily in- jury" or "property damage" caused by "your work" and included in the "products - completed operations hazard" unless the "written contract requiring insurance" specifi- cally requires you to provide such coverage for that additional insured, and then the insur- ance provided to the additional insured ap- plies only to such "bodily injury" or "property damage" that occurs before the end of the pe- riod of time for which the "written contract re- quiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. 2. The following is added to Paragraph 4.a. of SEC- TION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS: The insurance provided to the additional insured is excess over any valid and collectible 'other in- surance", whether primary, excess, contingent or on any other basis, that is available to the addi- tional insured for a loss we cover. However, if you specifically agree in the "written contract requiring insurance" that this insurance provided to the ad- ditional insured under this Coverage Part must apply on a primary basis or a primary and non- contributory basis, this insurance is primary to "other insurance" available to the additional in- sured which covers that person or organization as a named insured for such loss, and we will not share with that "other insurance". But this insur- ance provided to the additional insured still is ex- cess over any valid and collectible 'other insur- ance", whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under any "other insurance". 3. The following is added to SECTION IV - COM- MERCIAL GENERAL LIABILITY CONDITIONS: Duties Of An Additional Insured As a condition of coverage provided to the addi- tional insured: a. The additional insured must give us written notice as soon as practicable of an 'occur- rence" or an offense which may result in a claim. To the extent possible, such notice should include: CG D414 04 08 O 2008 The Travelers Companies, Inc. Page 57 of 66 Page 1 of 2 RFQ#25-058 Page 207 of 239 COMMERCIAL GENERAL LIABILITY I. How, when and where the "occurrence" or offense took place; ii. The names and addresses of any injured persons and witnesses; and ill. The nature and location of any injury or damage arising out of the 'occurrence" or offense. b. If a claim is made or "suit" is brought against the additional insured, the additional insured must: I. Immediately record the specifics of the claim or "suit" and the date received; and U. Notify us as soon as practicable. The additional insured must see to it that we receive written notice of the claim or "suit" as soon as practicable. c. The additional insured must immediately send us copies of all legal papers received in con- nection with the claim or "suit", cooperate with us in the investigation or settlement of the claim or defense against the "suit", and oth- erwise comply with all policy conditions. d. The additional insured must tender the de- fense and indemnity of any claim or "suit" to any provider of other insurance which would cover the additional insured for a loss we cover. However, this condition does not affect whether this insurance provided to the addi- tional insured is primary to that other insur- ance available to the additional insured which covers that person or organization as a named insured. 4. The following is added to the DEFINITIONS Sec- tion: "Written contract requiring insurance" means that part of any written contract or agreement under which you are required to include a person or or- ganization as an additional insured on this Cover- age Part, provided that the "bodily injury" and "property damage" occurs and the "personal in- jury" is caused by an offense committed: a. After the signing and execution of the contract or agreement by you; b. While that part of the contractor agreement is in effect; and c. Before the end of the policy period. Page 2 of 2 O 2008 The Travelers Companies, Inc. Page 58 of 66 CG D414 04 08 RFQ#25-058 Page 208 of 239 P-630-4885B479-COF-25 Policy Period 1/01/2025-1/01/2026 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. XTEND ENDORSEMENT FOR ARCHITECTS, ENGINEERS AND SURVEYORS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITYCOVERAGE PART GENERAL DESCRIPTION OF COVERAGE — This endorsement broadens coverage. However, coverage for any injury, damage or medical expenses described in any of the provisions of this endorsement may be excluded or limited by another endorsement to this Coverage Part, and these coverage broadening provisions do not apply to the extent that coverage is excluded or limited by such an endorsement. The following listing is a general coverage description only. Read all the provisions of this endorsement and the rest of your policy carefully to determine rights, duties, and what is and is not covered. A. Non -Owned Watercraft— 75 Feet Long Or Less B. Who Is An Insured —Unnamed Subsidiaries C. Who Is An Insured — Retired Partners, Members, Directors And Employees D. Who Is An Insured — Employees And Volunteer Workers — Bodily Injury To Co -Employees, Co - Volunteer Workers And Retired Partners, Members, Directors And Employees E. Who Is An Insured — Newly Acquired Or Formed Limited Liability Companies F. Blanket Additional Insured —Controlling Interest G. Blanket Additional Insured — Mortgagees, Assignees, Successors Or Receivers PROVISIONS A. NON -OWNED WATERCRAFT — 75 FEET LONG OR LESS 1. The following replaces Paragraph (2) of Exclusion g., Aircraft, Auto Or Watercraft, in Paragraph 2. of SECTION I — COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY: H. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Premises I. Blanket Additional Insured — Governmental Entities — Permits Or Authorizations Relating To Operations J. Incidental Medical Malpractice K. Medical Payments — Increased Limit L. Amendment Of Excess Insurance Condition — Professional Liability M. Blanket Waiver Of Subrogation — When Required By Written Contract Or Agreement N. Contractual Liability — Railroads uses or is responsible for the use of a watercraft that you do not own that is: (1) 75 feet long or less; and (2) Not being used to carry any person or propertyfor a charge; B. WHO IS AN INSURED — UNNAMED SUBSIDIARIES The following is added to SECTION II — WHO IS AN INSURED: (2) A watercraft you do not own that is: Any of your subsidiaries, other than a partnership (a) 75 feet long or less; and or joint venture, that is not shown as a Named (b) Not being used to carry any person Insured in the Declarations is a Named Insured or property for a charge; if: 2. The following replaces Paragraph 2.e. of a. You are the sole owner of, or maintain an SECTION II — WHO IS AN INSURED: ownership interest of more than 50% i n, such e. Any person or organization that, with subsidiary on the first day of the policy your express or implied consent, either period; and CG D3 79 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Page 1 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 59 of 66 RFQ#25-058 Page 209 of 239 COMMERCIAL GENERAL LIABILITY b. Such subsidiary is not an insured under similar other insurance. No such subsidiary is an insured for "bodily injury" or "property damage" that occurred, or "personal and advertising injury" caused by an offense committed: a. Before you maintained an ownership interest of more than 50% i n such subsidiary; or b. After the date, if any, during the policy period that you no longer maintain an ownership interest of more than 50% in such subsidiary. For purposes of Paragraph 1. of Section II —Who Is An Insured, each such subsidiary will be deemed to be designated in the Declarations as: a. A limited liability company; b. An organization other than a partnership, joint venture or limited liability company; or c. A trust; as indicated in its name or the documents that govern its structure. C. WHO IS AN INSURED— RETIRED PARTNERS, MEMBERS, DIRECTORS AND EMPLOYEES The following is added to Paragraph 2. of SECTION II — WHO IS AN INSURED: Any person who is your retired partner, member, director or "employee" that is performing services for you under your direct supervision, but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, no such retired partner, member, director or "employee" is an insured for: (1) 'Bodily injury": (a) To you, to your current partners or members (if you are a partnership or joint venture), to your current members (if you are a limited liability company) or to your current directors; (b) To the spouse, child, parent, brother or sister of that current partner, member or director as a consequence of Paragraph (1)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (1)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide first aid or "Good Samaritan services" by any of your retired partners, members, directors or "employees", other than a doctor. Any such retired partners, members, directors or "employees" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. (2) "Personal injury": (a) To you, to your current or retired partners or members (if you are a partnership or joint venture), to your current or retired members (if you are a limited liability company), to your other current or retired directors or "employees" while in the course of his or her employment or performing duties related to the conduct of your business, or to your other "volunteer workers" while performing duties related to the conduct of your business; (b) To the spouse, child, parent, brother or sister of that current or retired partner, member, director, "employee" or "volunteer worker" as a consequence of Paragraph (2)(a) above; (c) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (2)(a) or (b) above; or (d) Arising out of his or her providing or failing to provide professional health care services. (3) "Property damage" to property: (a) Owned, occupied or used by; or (b) Rented to, in the care, custody or control of, or over which physical control is being exercised for any purpose by; you, any of your retired partners, members or directors, your current or retired "employees" or "volunteer workers", any current partner or member (if you are a partnership or joint venture), or any current member (if you are a limited liability company) or current director. Page 2 of 6 © 2017 The Travelers Indemnity Company. All rights reserved. CG D3 79 02 19 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 60 of 66 RFQ#25-058 Page 210 of 239 COMMERCIAL GENERAL LIABILITY D. WHO IS AN INSURED — EMPLOYEES AND VOLUNTEER WORKERS — BODILY INJURY TO CO -EMPLOYEES, CO -VOLUNTEER WORKERS AND RETIRED PARTNERS, MEMBERS, DIRECTORS AND EMPLOYEES The following is added to Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Paragraphs (1)(a), (b) and (c) above do not apply to "bodily injury" to a current or retired co - "employee" while in the course of the co - "employee's" employment by you or performing duties related to the conduct of your business, or to "bodily injury" to your other "volunteer workers" or retired partners, members or directors while performing duties related to the conduct of your business. E. WHO IS AN INSURED — NEWLY ACQUIRED OR FORMED LIMITED LIABILITY COMPANIES The following replaces Paragraph 3. of SECTION II — WHO IS AN INSURED: 3. Any organization you newly acquire or form, other than a partnership or joint venture, and of which you are the sole owner or in which you maintain an ownership interest of more than 50%, will qualify as a Named Insured if there is no other similar insurance available to that organization. However: a. Coverage under this provision is afforded only: (1) Until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier, if you do not report such organization in writing to us within 180 days after you acquire or form it; or (2) Until the end of the policy period, when that date is later than 180 da ys after you acquire or form such organization, if you report such organization in writing to us within 180 days after you acquire or form it; b. Coverage A does not apply to "bodily injury" or "property damage" that occurred before you acquired or formed the organization; and c. Coverage B does not apply to "personal and advertising injury" arising out of an offense committed before you acquired or formed the organization. For the purposes of Paragraph 1. of Section II — Who Is An Insured, each such organization will be deemed to be designated in the Declarations as: a. A limited liability company; b. An organization other than a partnership, joint venture or limited liability company; or c. A trust; as indicated in its name or the documents that govern its structure. F. BLANKET ADDITIONAL INSURED — CONTROLLING INTEREST 1. The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that has financial control of you is an insured with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" that arises out of: a. Such financial control; or b. Such person's or organization's ownership, maintenance or use of premises leased to or occupied by you. The insurance provided to such person or organization does not apply to structural alterations, new construction or demolition operations performed by or on behalf of such person or organization. 2. The following is added to Paragraph 4. of SECTION II — WHO IS AN INSURED: This paragraph does not apply to any premises owner, manager or lessor that has financial control of you. G. BLANKET ADDITIONAL INSURED — MORTGAGEES, ASSIGNEES, SUCCESSORS OR RECEIVERS The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that is a mortgagee, assignee, successor or receiver and that you have agreed in a written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to its liability as mortgagee, assignee, successor or receiver for "bodily injury", "property damage" or "personal and advertising injury" that: a. Is "bodily injury" or "property damage" that occurs, or is "personal and advertising injury" caused by an offense that is committed, CG D3 79 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 61 of 66 Page 3 of 6 RFQ#25-058 Page 211 of 239 COMMERCIAL GENERAL LIABILITY subsequent to the signing of that contract or agreement; and b. Arises out of the ownership, maintenance or I. use of the premises for which that mortgagee, assignee, successor or receiver is required under that contract or agreement to be included as an additional insured on this Coverage Part. The insurance provided to such mortgagee, assignee, successor or receiver is subject to the following provisions: a. The limits of insurance provided to such mortgagee, assignee, successor or receiver will be the minimum limits that you agreed to provide in the written contract or agreement, or the limits shown in the Declarations, whichever are less. b. The insurance provided to such person or organization does not apply to: (1) Any "bodily injury" or "property damage" that occurs, or any "personal and advertising injury" caused by an offense that is committed, after such contract or agreement is no longer in effect; or (2) Any "bodily injury", "property damage" or "personal and advertising injury" arising out of any structural alterations, new construction or demolition operations performed by or on behalf of such mortgagee, assignee, successor or receiver. H. BLANKET ADDITIONAL INSURED — GOVERNMENTAL ENTITIES — PERMITS OR AUTHORIZATIONS RELATING TO PREMISES The following is added to SECTION II — WHO IS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to premises owned or occupied by, or rented or loaned to, you and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of the existence, ownership, use, maintenance, repair, construction, erection or removal of any of the following for which that governmental entity has issued such permit or authorization: advertising signs, awnings, canopies, cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, elevators, street banners or decorations. BLANKET ADDITIONAL INSURED — GOVERNMENTAL ENTITIES — PERMITS OR AUTHORIZATIONS RELATING TO OPERATIONS The following is added to SECTION II — WHO IS AN INSURED: Any governmental entity that has issued a permit or authorization with respect to operations performed by you or on your behalf and that you are required by any ordinance, law, building code or written contract or agreement to include as an additional insured on this Coverage Part is an insured, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" arising out of such operatio ns. The insurance provided to such governmental entity does not apply to: a. Any "bodily injury", "property damage" or "personal and advertising injury" arising out of operations performed for the governmental entity; or b. Any "bodily injury" or "property damage" included in the "products -completed operations hazard". J. INCIDENTAL MEDICAL MALPRACTICE 1. The following replaces Paragraph b. of the definition of "occurrence" in the DEFINITIONS Section: b. An act or omission committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to a person, unless you are in the business or occupation of providing professional health care services. 2. The following replaces the last paragraph of Paragraph 2.a.(1) of SECTION II — WHO IS AN INSURED: Unless you are in the business or occupation of providing professional health care services, Paragraphs (1)(a), (b), (c) and (d) above do not apply to "bodily injury" arising out of providing or failing to provide: (a) "Incidental medical services" by any of your "employees" who is a nurse, nurse assistant, emergency medical technician, paramedic, athletic trainer, audiologist, dietician, nutritionist, Page 4 of 6 © 2017 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 62 of 66 CG D3 79 02 19 RFQ#25-058 Page 212 of 239 COMMERCIAL GENERAL LIABILITY occupational therapist or occupational therapy assistant, physical therapist or speech -language pathologist; or (b) First aid or "Good Samaritan services" by any of your "employees" or "volunteer workers", other than an employed or volunteer doctor. Any such "employees" or "volunteer workers" providing or failing to provide first aid or "Good Samaritan services" during their work hours for you will be deemed to be acting within the scope of their employment by you or performing duties related to the conduct of your business. 3. The following replaces the last sentence of Paragraph S. of SECTION III — LIMITS OF INSURANCE: For the purposes of determining the applicable Each Occurrence Limit, all related acts or omissions committed in providing or failing to provide "incidental medical services", first aid or "Good Samaritan services" to any one person will be deemed to be one "occurrence". 4. The following exclusion is added to Paragraph 2., Exclusions, of SECTION I — COVERAGES — COVERAGE A — BODILY INJURY AND PROPERTY DAMAGE LIABILITY: Sale Of Pharmaceuticals "Bodily injury" or "property damage" arising out of the violation of a penal statute or ordinance relating to the sale of pharmaceuticals committed by, or with the knowledge or consent of the insured. S. The following is added to the DEFINITIONS Section: "Incidental medical services" means: a. Medical, surgical, dental, laboratory, x- ray or nursing service or treatment, advice or instruction, or the related furnishing of food or beverages; or b. The furnishing or dispensing of drugs or medical, dental, or surgical supplies or appliances. that is available to any of your "employees" for "bodily injury" that arises out of providing or failing to provide "incidental medical services" to any person to the extent not subject to Paragraph 2.a.(1) of Section II — Who Is An Insured. K. MEDICAL PAYMENTS— INCREASED LIMIT The following replaces Paragraph 7. of SECTION III — LIMITS OF INSURANCE: 7. Subject to Paragraph S. above, the Medical Expense Limit is the most we will pay under Coverage C for all medical expenses because of "bodily injury" sustained by any one person, and will be the higher of: a. $10,000; or b. The amount shown in the Declarations of this Coverage Part for Medical Expense Limit. L. AMENDMENT OF EXCESS INSURANCE CONDITION — PROFESSIONAL LIABILITY The following is added to Paragraph 4.b., Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: This insurance is excess over any of the other insurance, whether primary, excess, contingent or on any other basis, that is Professional Liability or similar coverage, to the extent the loss is not subject to the professional services exclusion of Coverage A or Coverage B. M. BLANKET WAIVER OF SUBROGATION — WHEN REQUIRED BY WRITTEN CONTRACT OR AGREEMENT The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: If the insured has agreed in a written contract or agreement to waive that insured's right of recovery against any person or organization, we waive our right of recovery against such person or organization, but only for payments we make because of: 6. The following is added to Paragraph 4.b., a. "Bodily injury" or "property damage" that Excess Insurance, of SECTION IV — COMMERCIAL GENERAL LIABILITY occurs; or CONDITIONS: b. "Personal and advertising injury" caused by This insurance is excess over any valid and an offense that is committed; collectible other insurance, whether primary, subsequent to the signing of that contract or excess, contingent or on any other basis, agreement. CG D3 79 02 19 © 2017 The Travelers Indemnity Company. All rights reserved. Page 5 of 6 Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 63 of 66 RFQ#25-058 Page 213 of 239 COMMERCIAL GENERAL LIABILITY N. CONTRACTUAL LIABILITY— RAILROADS 1. The following replaces Paragraph c. of the definition of "insured contract" in the DEFINITIONS Section: c. Any easement or license agreement; 2. Paragraph f.(1) of the definition of "insured contract" in the DEFINITIONS Section is deleted. Page 6 of 6 © 2017 The Travelers Indemnity Company. All rights reserved. Includes copyrighted material of Insurance Services Office, Inc. with its permission. Page 64 of 66 CG D3 79 02 19 RFQ#25-058 Page 214 of 239 P-630-4885B479-COF-25, 810-2L649784-25-43-G, CUP-9S313559-25-NF ISSUE DATE: 1/1/25 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED PERSON OR ORGANIZATION - NOTICE OF CANCELLATION, NONRENEWAL OR MATERIAL LIMITATION OF COVERAGE PROVIDED BY US This endorsement modifies insurance provided under the following: ALL COVERAGE PARTS INCLUDED IN THIS POLICY SCHEDULE CANCELLATION: WHEN WE DO NOT RENEW (Nonrenewal) MATERIAL LIMITATION OF COVERAGE: PERSON OR ORGANIZATION: r-11I] I] it =1*3 PROVISIONS A. If we cancel this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for Cancellation in the Schedule above, we will mail notice of cancellation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Cancellation in such Schedule before the effective date of cancellation. B. If we do not renew this policy for any legally permitted reason other than nonpayment of premium, and a number of days is shown for When We Do Not Renew (Nonrenewal) in the Schedule above, we will mail notice of nonrenewal to the person or organization shown Number of Days Notice: 10 Number of Days Notice: 10 Number of Days Notice: 10 in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for When We Do Not Renew (Nonrenewal) in such Schedule before the effective date of nonrenewal. C. If we add a material limitation on the coverage provided by this policy, and a number of days is shown for Material Limitation Of Coverage in the Schedule above, we will mail notice of such limitation to the person or organization shown in such Schedule. We will mail such notice to the address shown in the Schedule above at least the number of days shown for Material Limitation Of Coverage in such Schedule before the effective date of such limitation. IL T3 54 05 19 © 2019 The Travelers Indemnity Company. All rights reserved. Page 65 of 66 Page 1 of 1 RFQ#25-058 Page 215 of 239 ® DATE (MM/DDNYM CERTIFICATE OF LIABILITY INSURANCE 10/5/2025 6/6/2025 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). CONTACT PRODUCER LOckton Companies, LLC I NAME: 444 W. 47th St., Ste. 900 I PHONE FAX Kansas City MO 64112-1906 EacIL h . Ear. uuc. Nor (816) 960-9000 I ADDRESS: kcasu@lockton.com I INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A: Continental Casualty Company 20443 INSURED STANLEY CONSULTANTS, INC. 1386364 225IOWAAVENUE MUSCATINE IA 52761 INSURER E : I INSURER F : COVERAGES CERTIFICATE NUMBER: 21926110 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR NSD SWVD POLICY NUMBER UBR POLICY EFF POLICY EXP TYPE OF INSURANCE (MM/DD/YYYY) (MM/DD/YYYYI LIMITS COMMERCIAL GENERAL LIABILITY NOT APPLICABLE EACH OCCURRENCE $ XXXxxxx CLAIMS -MADE OCCUR DAMAGE TO RENTED I PREMISES (Ea occurrence) $ XXxxxOx FMED EXP (Any one person) $ xxxy—= PERSONAL a ADV INJURY $ XXXXXXX GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ xxxx X POLICY PELT LOC PRODUCTS - COMP/OP AGG $ XXXXXXX $ OTHER: AUTOMOBILE LIABILITY NOT APPLICABLE COMBINED SINGLE LIMIT Ea acciden,_ $ XX� = ANY AUTO BODILY INJURY (Per person) $ XXXXXXX OWNED SCHEDULED BODILY INJURY $ AUTOS ONLY AUTOS (Per accident) XXXXXXX HIRED NON -OWNED PROPERTY DAMAGE $XXXXXXX AUTOS ONLY AUTOS ONLY (Per accident) $XXXXXXX UMBRELLA LIAB OCCUR NOT APPLICABLE EACH OCCURRENCE $ XXXXXXX EXCESS LIAB HCLAIMS-MADE AGGREGATE $ XXXXXXX DED RETENTION $ $ XXXXXXX WORKERS COMPENSATION NOT APPLICABLE I PER OTN- STATUTE ER AND EMPLOYERS' LIABILITY Y/N ANY PROPRIETOR/PARTNER/EXECUTIVE E.L. EACH ACCIDENT $ XXXXXXX OFFICER/MEMBER EXCLUDED? N / A ❑ (Mandatory in NH) E.L. DISEASE - EA EMPLOYEE $ XXXXXXX If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ XXXXXXX A PROFESSIONAL N N AEH008220975 10/5/2024 10/5/2025 $1,000,000 PER CLAIM & $2,000,000 LIABILITY IN THE AGGREGATE DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) RE: RFQ#25-058 PROTECTION AND CONTROLS ENGINEERING SERVICES — SCI OPP. R0005.13.40. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 21926110 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF COLLEGE STATIONACCORDANCE WITH THE POLICY PROVISIONS. P.O. BOX 9960 COLLEGE STATION, TX 77842 AUTHORIZED REPRESENTATIVEAl ©1988,(2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD RFQ#25-058 Page 66 of 66 Page 216 of 239 June 26, 2025 Item No. 7.1. Legislative Update Sponsor: Ross Brady, Chief of Staff Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action relating to a summation of the City's legislative activities during the 89th legislative session. Relationship to Strategic Goals: Good Governance Recommendation(s): N/A Summary: Legislative consultant Jennifer Rodriguez will provide a review of the 89th legislative session, including legislation impacting City operations and management. Budget & Financial Summary: N/A Attachments: None Page 217 of 239 June 26, 2025 Item No. 7.2. Wolf Pen Creek Master Plan Sponsor: Kelsey Heiden Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action on a Wolf Pen Creek Master Plan. Relationship to Strategic Goals: Core Services and Infrastructure Recommendation(s): N/A Summary: Presentation and update related to Wolf Pen Creek Park. Budget & Financial Summary: N/A Attachments: None Page 218 of 239 June 26, 2025 Item No. 7.3. CIP Update Sponsor: Jennifer Cain, Director Capital Projects Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action related to the Capital Improvement Projects update. Relationship to Strategic Goals: Core Services and Infrastructure Recommendation(s): n/a Summary: Presentation and update related to on -going Capital Improvement Projects (CIP). Budget & Financial Summary: n/a Attachments: None Page 219 of 239 June 26, 2025 Item No. 7.4. Parks and Recreation Department Annual Update Sponsor: Kelsey Heiden Reviewed By CBC: N/A Agenda Caption: Presentation, discussion, and possible action related to a Parks and Recreation department annual update. Relationship to Strategic Goals: Core Services and Infrastructure Good Governance Recommendation(s): N/A Summary: Staff will provide an update on Parks and Recreation Department services. Budget & Financial Summary: N/A Attachments: None Page 220 of 239 June 26, 2025 Item No. 8.1. The Range College Station Sponsor: Bekha Blasingame, Staff Planner Reviewed By CBC: Planning & Zoning Commission Agenda Caption: Public Hearing, presentation, discussion, and possible action regarding an ordinance amending Appendix A, Unified Development Ordinance, Article 4, "Zoning Districts," Section 4.2 "Official Zoning Map," of the Code of Ordinances of the City of College Station, Texas by changing the zoning district boundary from R Rural to Cl Commercial Industrial for approximately 19.33 acres at 2855 Graham Road North, generally located at the intersection of Graham Road and Old Wellborn Road. Relationship to Strategic Goals: Diverse & Growing Economy Recommendation(s): Staff is recommending approval of the rezoning request. This item was heard at the June 5th Planning and Zoning Commission meeting where the Commission voted 6-0 to recommend approval. Summary: This request is to rezone approximately 19.33 acres of land generally located at the intersection of Graham Rd North and Old Wellborn Road, also adjacent to Union Pacific Railroad and FM 2154 (Wellborn Rd), from R Rural to Cl Commercial Industrial. The tract proposed to be rezoned consists of an unplatted property and is currently vacant. The property was assigned the zoning district of A-O Agricultural Open, later renamed R Rural, upon annexation in 1996. This zoning request is in an effort to allow the applicant to develop the property as a use not currently allowed under the R Rural zoning district. The applicant's intent is to develop a commercial amusement use consisting of a driving range and other entertainment such as outdoor games and snacks. Though the zoning district of R Rural allows for the use of a driving range, it does not allow for the use of commercial amusement. REZONING REVIEW CRITERIA 1. Whether the proposal is consistent with the Comprehensive Plan: The subject tract is designated as Business Center on the Comprehensive Plan Future Land Use & Character Map. For the Business Center land use, the Comprehensive Plan provides the following: Areas that include office, research, or industrial uses that may be planned and developed as a unified project. Generally, these areas need convenient access to arterial roadways. The intent of the Business Center land use is to accommodate: a variety of large footprint buildings and commercial and service uses within Business Centers; pedestrian, bicycle, and transit connectivity to and within Business Centers; and provide buffering through landscaping and building placement where large-scale employment sites are adjacent to residential areas. The zoning districts that are generally appropriate within the Business Center land use include: Business park, industrial, and commercial industrial zoning. Page 221 of 239 The proposed rezoning request from R Rural to CI Commercial Industrial aligns with the Comprehensive Plan. 2. Whether the uses permitted by the proposed zoning district will be appropriate in the context of the surrounding area: The subject property is surrounded by the remainder of the original tract to the south, which is zone R Rural and is currently undeveloped. Properties across Graham Rd N, Union Pacific Railroad, and Wellborn Rd to the northeast and northwest, are zoned GC General Commercial, C-3 Light Commercial, BPI Business Park Industrial and PDD Planned Development District. These properties are currently developed as wholesales/services, retail sales and services, office, medical clinic, and storage facility, with some of the properties being undeveloped. The proposed zoning district is appropriate in the context of the area as it would allow for further commercial use adjacent to FM 2154 (Wellborn Road). 3. Whether the property to be rezoned is physically suitable for the proposed zoning district: The size and location of the subject property is suitable for uses allowed within the CI Commercial Industrial zoning district. The site has adequate space to meet the minimal dimensional standards for the proposed zoning district. The use of driving range is allowed with the following specific use standards: • a minimum often (10) acres and have a minimum field size of two hundred seventy-five (275) yards; • be classified as a commercial enterprise and must comply with the Buffer Requirements Section of Article 7 of the Unified Development Ordinance; • all balls must remain on the property through proper orientation of the tee boxes, adequate buffering or screening, and barrier nets; • no building, structure, or outdoor activity of a driving range shall be located within one hundred (100) feet of residentially zoned property; • all ground -level lighting of a driving range's landing area shall be directed away from adjacent properties and screening shall be provided with plantings, berms, or other means to limit nuisances associated with lighting and resulting glare. The commercial amusement use is allowed with the following specific use standards: • All outdoor activity must be located a minimum of three hundred (300) feet from an existing residential use. With the proposed lot having a depth of over 1,200 feet, and a lot width of approximately 630 feet, the site has adequate space to meet the specific use standards of both uses as set forth in the Unified Development Ordinance. 4. Whether there is available water, wastewater, stormwater, and transportation facilities generally suitable and adequate for uses permitted by the proposed zoning district: The existing water and wastewater infrastructure is adequate to support the needs of this development. Drainage and any other infrastructure required with site redevelopment shall be designed and constructed in accordance with the BCS Unified Design Guidelines. The subject property is located at the intersection of Graham Rd North and Old Wellborn Road, which are both identified as local streets, and adjacent to Union Pacific Railroad and FM 2154 (Wellborn Rd), which is identified as a 3-lane major arterial. Right of Way alignments and dedications would be determined Page 222 of 239 during the preliminary plan. After reviewing the TIA exemption letter, city staff and the administrator have determined that a TIA will not be required at this time. 5. The marketability of the property: The existing zoning of R Rural is highly restrictive to development. The desired zoning district is more marketable. Budget & Financial Summary: N/A Attachments: 1. Ordinance 2. Aerial and Small Area Map 3. Background Information 4. Rezoning Exhibit 5. Applicant's Supporting Information 6. Existing Future Land Use Map 7. Rezoning Map Page 223 of 239 ORDINANCE NO. AN ORDINANCE AMENDING APPENDIX A "UNIFIED DEVELOPMENT ORDINANCE," ARTICLE 4 "ZONING DISTRICTS," SECTION 4.2, "OFFICIAL ZONING MAP" OF THE CODE OF ORDINANCES OF THE CITY OF COLLEGE STATION, TEXAS, BY CHANGING THE ZONING DISTRICT BOUNDARIES FROM R RURAL TO CI COMMERCIAL INDUSTRIAL AFFECTING APPROXIMATELY 19.33 ACRES AT 2855 GRAHAM ROAD NORTH GENERALLY LOCATED AT THE INTERSECTION OF GRAHAM ROAD NORTH AND OLD WELLBORN ROAD; PROVIDING A SEVERABILITY CLAUSE; DECLARING A PENALTY; AND PROVIDING AN EFFECTIVE DATE. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF COLLEGE STATION, TEXAS: PART 1: That Appendix A "Unified Development Ordinance," Article 4 "Zoning Districts," Section 4.2 "Official Zoning Map" of the Code of Ordinances of the City of College Station, Texas, be amended as set out in Exhibit "A", and Exhibit "B" attached hereto and made a part of this Ordinance for all purposes. PART 2: If any provision of this Ordinance or its application to any person or circumstances is held invalid or unconstitutional, the invalidity or unconstitutionality does not affect other provisions or application of this Ordinance or the Code of Ordinances of the City of College Station, Texas, that can be given effect without the invalid or unconstitutional provision or application, and to this end the provisions of this Ordinance are severable. PART 3: That any person, corporation, organization, government, governmental subdivision or agency, business trust, estate, trust, partnership, association and any other legal entity violating any of the provisions of this Ordinance shall be deemed guilty of a misdemeanor, and upon conviction thereof shall be punishable by a fine of not less than twenty five dollars ($25.00) and not more than five hundred dollars ($500.00) or more than two thousand dollars ($2,000) for a violation of fire safety, zoning, or public health and sanitation ordinances, other than the dumping of refuse. Each day such violation shall continue or be permitted to continue, shall be deemed a separate offense. PART 4: This Ordinance is a penal ordinance and becomes effective ten (10) days after its date of passage by the City Council, as provided by City of College Station Charter Section 35. Ordinance Form 08-27-19 Page 224 of 239 ORDINANCE NO. Page 2 of 5 PASSED, ADOPTED, and APPROVED this day of , 20. ATTEST: City Secretary APPROVED: City Attorney APPROVED: Mayor Ordinance Form 08-27-19 Page 225 of 239 ORDINANCE NO. Page 3 of 5 Exhibit A That Appendix A "Unified Development Ordinance," Article 4 "Zoning Districts," Section 4.2, "Official Zoning Map" of the Code of Ordinances of the City of College Station, Texas, is hereby amended as follows: The following property is rezoned from R Rural to Cl Commercial Industrial: iK E R FIELD NOTES DESCRIPTION `SURVEYING OFA / 19.33 ACRE TRACT ROBERT STEVENSON LEAGUE SURVEY, ABSTRACT 54 COLLEGE STATION, BRAZOS COUNTY, TEXAS A FIELD NOTES DESCRIPTION OF 19.33 ACRES IN THE ROBERT STEVENSON LEAGUE SURVEY, ABSTRACT 54, IN COLLEGE STATION, BRAZOS COUNTY, TEXAS, BEING A PORTION OF A CALLED 156.117 ACRE TRACT OF LAND DESCRIBED IN A DEED TO HGH OPERATIONS, LLC RECORDED IN VOLUME 14973, PAGE 157 OF THE OFFICIAL PUBLIC RECORDS OF BRAZOS COUNTY, TEXAS (OPRBCT); SAID 19.33 ACRES BEING MORE PARTICULARLY DESCRIBED BY METES AND BOUNDS A5 FOLLOWS: BEGINNING at a 112 inch iron rod with yellow plastic cap stamped'KERR 4502' found at the intersection of N. Graham Road (a variable width prescriptive right-of-way) and 0ld Wellborn Road, on the southwest side of the Union Pacific Railroad (formerly the Houston Ir Texas Central Railway Co., 100' wide right-of-way, 'U'1387 ORBCT 5 9483179 OPRBCT), at the north corner of said 156.117 acre tract, from which the City of College Station geodetic control station 'MON 10' bears N 75" 38' 14" W, a distance of 2,497,95 feet; THENCE, with the common line of said 166.117 acre and said railroad right-of-way, S 47' 05' 08" E, a distance of 1,227.60 feetto point for the east corner hereof, from which a 112 inch iron rod with yellow plastic capstamped'KERR 4502' found at a point of curvature in said line bears 5 47' 05' 08" E, a distance of 737.42 feet; THENCE, leaving said line and through said 166.117 acre tract, the following six (6) courses and distances: 1) S 42° 30' 22" W, a distance of 739.65 feet to a point for the south corner hereof; 2) N 47° 55' 11" W, a distance of 361.19 feet to a point, 3) N 421 04' 49" E, a distance of 75.00 feetto a point; 4) N 47' 55' 11" W, a distance of 501.56 feet to a point; 5) with a curve to the left, having a radius of 480.00 feet, an arc length of 155.60 feet, a delta angle of 18" 34' 24", and a chord which bears N 38° 37' S9" W, a distance of 154.92 feet, to a point; 6) N 47" 55' 11" W, a distance of 169.67 feet to a point; 7) N 02" 57' 41" W, a distance of 35.38 feet to a point; 8) N 48" 27' 58" W, a distance of 5.60 feet to a point on the southeast line of N. Graham Road, in the northwest line of said 166.117 acre tract, for the west corner hereof, from which a 112 inch iron rod with 1IPu3e 24-1514.door Ordinance Form 08-27-19 Page 226 of 239 ORDINANCE NO. Page 4 of 5 a yellow plastic cap stamped 'RPL51430' found at the west corner of said 166.117 acre tract bears 5 41' 32' 02" W, a distance of 1,498.07 feet; THENCE, withthe northwest line of said116.117acre tract, along the 5outheastside of N. Graham Road, N 41' 32' 02" E, for a distance of 632.59 feet to the POINT OF BEGINNING hereof and containing 19.33 acres, more or less. Surveyed on the ground November 2024 under my supervision. The bearing basis for this survey is based on the Texas State Plane Coordinate System of 1983 (NA083), Central Zone, Grid North as established from GP5 observation using the Leica 5martnet NAO83 (NA2011) Epo02010 Multi-yearCORS Solution 2 (MYC52). Distances described herein are surface distances. To obtain grid distances (not grid areas) divide by a combined scale factor of 1.00009669365921(calculated using GEOIDI2B). Reference drawing: 24-1514-Exhihit. 21 ] 1/25 MICHAEL KONE .SKI ... .. ... Michael onetski 6534 :' Registered Professional Land Surveyor No. 6531 Revised 02-11-2025 KERR SURVEYING Kerr Surveying, LLC 11718 Briarcrest Or. Bryan, TX 77802 Office: (979) 2E8-31951 Web: www.kerriandsurvauina.com Surveus[Akerrsurveuino net I TBPELs Firm No.1DO18500 24-1514.docx 2 1 P a j e Ordinance Form 08-27-19 Page 227 of 239 ORDINANCE NO. Page 5 of 5 Exhibit B Ordinance Form 08-27-19 Page 228 of 239 a . City of College Station k A w� 3 <Ativ 1 Q A �g�. 0,�ko , <&r �QJ EDELWEISS AV el L E BUSIES ,RCEN , PvQv y �r, ES P J 5 DID Q� CKxPRAI Ey. � OG WE BUSINE � .z, 4 e ^, '. .Os „� ,;�•`� ti P, ip M1\ / 4 n a 1 ERSITY* I TRIAL r *r �� CE IA IF ,�� 'T ., is a ;?: _ ,, • ,t r e A • r ;a s �, ;} x City of College Station City Limit /� ��. �i� � �o. � :x °. a�' .�`. _d'1 '' 'sT .:.: > 5 g'� s 7 � � .. -.;EF ,u. F� .• l a,,. J 19. � ', I 1 \ s'�: _ _ LA-�N� ' 0 530 1,060 THE RANGE COLLEGE STATION Case: REZONING NORTH Feet REZ2025-000003 ZONING DISTRICTS (In Grayscale) Residential MH R Rural MF WE Wellborn Estate MU E Estate MHP WRS Wellborn Restricted Suburban RS Restricted Suburban GS General Suburban D Duplex T Townhome Middle Housing Multi -Family Mixed -Use Manufactured Home Pk. Non -Residential NAP Natural Area Protected O Office SC Suburban Commercial WC Wellborn Commercial GC General Commercial Cl Commercial Industrial BP Business Park BPI Business Park Industrial C—U College and University Planned Districts P-MUD Planned Mixed -Use Dist. PDD Planned Develop. Dist. Desiqn Districts WPC Wolf Pen Creek Dev. Cor NG-1 Core Northgate NG-2 Transitional Northgate NG-3 Residential Northgate Overlay Districts OV Corridor Ovr. RDD Redevelopment District HOO High Occupancy Ovr. ROO Restricted Occupancy Ovr NPO Nbrhd. Prevailing Ovr. NCO Nbrhd. Conservation Ovr. HP Historic Preservation Ovr. Retired Districts R-1 B Single Family Residential R-4 Multi -Family R-6 High Density Multi -Family C-3 Light Commercial RD Research and Dev. M-1 Light Industrial M-2 Heavy Industrial 0 380 76011 THE RANGE COLLEGE STATION Case: REZONING NORTH Feet REZ2025-000003 NOTIFICATIONS Advertised Commission Hearing Date: June 5, 2025 Advertised Council Hearing Dates: June 26, 2025 The following neighborhood organizations that are registered with the City of College Station's Neighborhood Services have received a courtesy letter of notification of this public hearing: None Property owner notices mailed: 6 Contacts in support: None at the time of this report Contacts in opposition: 1 — concerns regarding drainage and lighting Inquiry contacts: None at the time of this report ADJACENT LAND USES Direction North South East West Comprehensive Plan Zoning Land Use General Commercial, PDD Planned Graham Rd N (local Right of Way, Railroad Development District street) Business Center Right of Way, Railroad Business Center DEVELOPMENT HISTORY Annexation: Zoning: Final Plat: Site development R Rural Undeveloped Union Pacific R Rural Railroad, FM 2154 (3 - lane major arterial) R Rural, BPI Business Undeveloped Park Industrial 1996 A-O Agricultural Open upon annexation A-O Agricultural Open renamed to R Rural (2013) The property is currently unplatted. The property is currently undeveloped. Page 231 of 239 / CO S0 M� ` s / N. a. —N— O 60 SCALE: 1"=60' NOW OR FORMERLY ARTWIN INVESTMENTS, LLC CALLED 7.366 ACRE TRACT (18218/17 OPRBCT) EXISTING ZONING: BPI FUTURE LAND USE DESIGNATION: BUSINESS CENTER N 48'27'58" W 5.60' / N 2'57'41" W 35.38' 1/ / VICINITY MAP 1__ N.T.S. T I REZONING NOTES: )P 1. TBASIS OF BEARING: BEARING SYSTEM SHOWN HEREON IS BASED ON TEXAS COORDINATE SYSTEM OF 1983, CENTRAL ZONE (4203), GRID NORTH AS ESTABLISHED FROM GPS OBSERVATION USING THE LEICA SMARTNET NAD83 (NA2011) EPOCH 2O10 MULTI -YEAR CORS SOLUTION 2 (MYCS2). DISTANCES SHOWN HEREON ARE SURFACE DISTANCES UNLESS OTHERWISE NOTED. TO OBTAIN GRID DISTANCES (NOT AREAS) DIVIDE BY A COMBINED SCALE FACTOR OF 1.00009669365921 (CALCULATED USING GEOID12B). 2. ALL CORNERS, ANGLE POINTS, AND POINTS OF CURVATURE IN R.O.W.S ARE MONUMENTED BY 1/2 INCH IRON RODS, WITH BLUE PLASTIC CAP STAMPED "KERR SURVEYING", UNLESS OTHERWISE NOTED. 3. BOUNDARY DATA SHOWN WAS SURVEYED AND PROVIDED BY KERR SURVEYING, LLC (BRYAN, TX) UNDER THE DIRECTION OF MR. MICHAEL KONETSKI, RPLS (6531). \ 4. THE EXISTING TRACT IS UNDEVELOPED AND VACANT AND ITS CURRENT USE IS AGRICULTURAL. 5. ZONING NAME CONVENTION: R = RURAL \ BPI = BUSINESS PARK INDUSTRIAL \ PDD = PLANNED DEVELOPMENT DISTRICT Cl = COMMERCIAL INDUSTRIAL DRAINAGE NOTES: \ \ 1. THIS TRACT LIES WITHIN FLOOD ZONE "X' UNSHADED AND DOES NOT LIE WITHIN A SPECIAL FLOOD HAZARD AREA SUBJECT TO THE 17* ANNUAL CHANGE FLOOD (100-YEAR FLOODPLAIN) ACCORDING TO THE BRAZOS COUNTY FLOOD INSURANCE RATE MAP (FIRM) PANEL No. 48041C 0310F, REVISED DATE: 04-020214 AND PANEL No. 48041C 0325F, REVISED DATE: 05-15-2012. \ 2. SITE DEVELOPMENT OF THIS TRACT WILL REQUIRE DETENTION TO ADEQUATELY DISCHARGE SITE \ \ \ RUNOFF TO PRE -DEVELOPMENT RUNOFF RATES. \ UTILITY NOTES: 1. DOMESTIC WATER SUPPLY WILL BE PROVIDED BY WELLBORN SUD. FIRE FLOW PROJECT WILL BE PROVIDED BY THE CITY OF COLLEGE STATION. 2. SITE DEVELOPMENT OF THIS TRACT WILL REQUIRE THE INSTALLATION OF AN ON -SITE SEWAGE FACILITY (OSSF) APPROVED BY THE BRAZOS COUNTY HEALTH DEPARTMENT. 3. ELECTRIC WILL BE SUPPLIED BY CSU. REZONING EXHIBIT foram, ACRE'I' 1933 • BEING A PORTION OF A CALLED 166.117 ACRE TRACT VOLUME 14973, PAGE 157 OPRBCT ROBERT STEVENSON LEAGUE SURVEY, ABSTRACT 54 CITY OF COLLEGE STATION, BRAZOS COUNTY, TEXAS LANDOWNER: H&H OPERATIONS, LLC c/o MARK HOMEYER 17189 ROCK PRAIRIE ROAD COLLEGE STATION, TX 77845 DEVELOPER: RANGE COLLEGE STATION, LLC c/o TODD CARNES 2501 SHADY ROUTE LANE BRYAN, TX 77803 PH: (979) 704-6102 EMAIL: tearnes70@gmail.com FILENAME: 0855RZl A SCALE: 1"=150' SUBMITTED DATE: TBD DRAWN BY: R.A.M. CHECKED BY: FIELD BOOK: N/A PAGES: N/A POST OFFICE BOX 9253 COLLEGE STATION, TX 77842 PH: (979) 219-4174 EMAIL: civil@rmengineer.com TEXAS FIRM REGISTRATION No. F-4695 RME CONSULTING ENGINEERS CLIENT NO. PROJECT NO. 171 - 0855 SHEET 1 OF 1 Page 232 of 239 REZONING APPLICATION C'H.—fT -AdV°';S''y- SUPPORTING INFORMATION H � fr n�+i u ;err;ry Name of Project: THE RANGE COLLEGE STATION (REZ2025-000003) Address: 2855 GRAHAM RD N Legal Description: A005401, R STEVENSON (ICL), TRACT 29, 166.0941 ACRES Total Acreage: 19.33 Applicant:: RME CONSULTING ENGINEERS Property Owner: H&H OPERATIONS LLC List the changed or changing conditions in the area or in the City which make this zone change necessary. The desired zoning change would allow for the development of a driving range facility with an entertainment venue (including food and beverage services). Indicate whether or not this zone change is in accordance with the Comprehensive Plan. If it is not, explain why the Plan is incorrect. Yes. The proposed Cl (Commercial Industrial) conforms to the current Land Use (Business Center). How will this zone change be compatible with the present zoning and conforming uses of nearby property and with the character of the neighborhood? The current zoning is "R" rural which would allow for the development of a driving range. However, with an entertainment venue (including food and beverage services) a zoning change is mandated. Page 1 of 2 Page 233 of 239 Explain the suitability of the property for uses permitted by the rezoning district requested. The proposed development is a compatible fit for the existing uses adjacent and comparable to the surrounding existing developments, both existing and future, which generally adhere to the Future Land Use Designation (Business Center). Explain the suitability of the property for uses permitted by the current zoning district. The proposed development is a compatible fit for the existing uses adjacent and comparable to the surrounding existing developments, both existing and future, which generally adhere to the Future Land Use Designation (Business Center). Explain the marketability of the property for uses permitted by the current zoning district. With the current zoning "R" the property is designated with a land use that is not in adherence to the Future Land Use Designation (Business Center). Development of the property would be highly restrictive with this current zoning. List any other reasons to support this zone change. Development of the proposed project will incorporate a 100' wide buffer zone along a portion of its southwest boundary and all its southeast boundary. Page 2 of 2 Page 234 of 239 G� Suburban Residential ��J VVEISSAV J� P Q- Pam` CI) Suburban kL Residential General Suburban General Rural Suburban Light Commercial Rural General Suburban Rural an General Suburban Light Commercial June 26, 2025 Item No. 8.2. Settlement Agreement - TAMUS v. BVGCD Sponsor: Adam Falco, City Attorney Reviewed By CBC: City Council Agenda Caption: Presentation, discussion, and possible action on a settlement agreement regarding Texas A&M University System v. BVGCD, et al, Cause No. 24-002626-CV-472, in the 472nd District Court, Brazos County, Texas. Relationship to Strategic Goals: Good Governance Recommendation(s): Staff recommends approval of the settlement agreement. Summary: The Texas A&M University System ("TAMUS") filed a lawsuit against the Brazos Valley Groundwater Conservation District ("BVGCD") and their General Manager seeking injunctive relief, claiming that certain groundwater operating permits and a transport permit issued by the BVGCD to a group of landowners were not properly issued and should be sent to the State Office of Administrative Hearings ("SOAH") for contested case hearings. Upwell Brazos Valley Farms is developing a groundwater export project in collaboration with the other seven landowners to produce and export Simsboro groundwater in a manner consistent with the terms of the settlement agreement. The landowners intervened in the lawsuit to defend the District's prior issuance of the above - referenced permits; and the City of College Station, the City of Bryan, and Brazos County ("Brazos County Entities") intervened in the lawsuit to support TAMUS's position. Before the lawsuit, in June 2024, TAMUS and the Brazos County Entities filed contested case hearing requests on landowners' seven other transport applications for the project, which remain pending at SOAH. All parties mediated their disputes and came to an agreement on resolving the disputes, pending final approval by the BVCGD board, each city's city council, and other duly authorized bodies for each of the other parties in this dispute. The parties wish to compromise and settle the lawsuit and the SOAH proceeding, including any and all asserted claims, and all other matters at issue in the lawsuit and SOAH proceeding with approval of the settlement agreement. Budget & Financial Summary: N/A Attachments: None Page 237 of 239 June 26, 2025 Item No. 9.1. Items of Community Interest and Council Calendar Sponsor: City Council Reviewed By CBC: City Council Agenda Caption: Items of Community Interest and Council Calendar: The Council may discuss upcoming events and receive reports from a Council Member or City Staff about items of community interest for which notice has not been given, including: expressions of thanks, congratulations or condolence; information regarding holiday schedules; honorary or salutary recognitions of a public official, public employee, or other citizen; reminders of upcoming events organized or sponsored by the City of College Station; information about a social, ceremonial or community event organized or sponsored by an entity other than the City of College Station that is scheduled to be attended by a Council Member, another city official or staff of the City of College Station; and announcements involving an imminent threat to the public health and safety of people in the City of College Station that has arisen after the posting of the agenda. Relationship to Strategic Goals: • Good Governance Recommendation(s): None. Summary: A current calendar of upcoming community events can be found in more detail at cstx.gov/calendar and official meetings or public notices are posted at cstx.gov/agendas. Meetings and events from the days of June 27th thru July 10th: June 27 - BCS Chamber Founders Night June 30 - Council Compensation & Benefits Committee Meeting July 1 - Zoning Board of Adjustments July 2 - B/CS MPO Policy Board Meeting (FY 2025) July 2 - Legislative Affairs Committee Meeting July 2 - Housing Plan Advisory Committee Meeting July 4 - City Offices Closed - Independence Day July 4 - I Heart America Celebration July 7 - Special City Council Meeting July 7 - Historic Preservation Committee Meeting July 8 - Parks Board Meeting July 10 - Rock Prairie Management District No. 2 July 10 - City Council Meeting Day July 10 - Business After Hours - Parc at Traditions Budget & Financial Summary: None. Attachments: None Page 238 of 239 June 26, 2025 Item No. 10.1. Council Reports on Committees, Boards, and Commissions Sponsor: City Council Reviewed By CBC: City Council Agenda Caption: A Council Member may make a report regarding meetings of City Council boards and commissions or meetings of boards and committees on which a Council Member serves as a representative that have met since the last council meeting. (Committees listed in Coversheet) Relationship to Strategic Goals: Good Governance Recommendation(s): Review meetings attended. Summary: Aggieland Humane Society, The Art Center of Brazos Valley, Architectural Advisory Committee, Audit Committee, Bicycle, Pedestrian, and Greenways Advisory Board, Bio-Corridor Board of Adjustments, Brazos County Health Dept., Brazos Valley Council of Governments, Brazos Transit District, Brazos Valley Economic Development Corporation, Brazos Valley Council of Gov't Board of Directors, Bryan/College Station Chamber of Commerce, Budget and Finance Committee, BVSWMA, BVWACS, CDBG Public Service Agency Funding Review Committee, Census Committee Group, Compensation and Benefits Committee, Comprehensive Plan Evaluation Committee, Construction Board of Adjustments & Building and Construction Standards Commission, Design Review Board, Economic Development Committee, Gulf Coast Strategic Highway Coalition, Historic Preservation Committee, Housing Plan Advisory Committee, Intergovernmental Local Committee, Keep Brazos Beautiful, Legislative Engagement Committee, Library Board, Metropolitan Planning Organization, Operation Restart, Parks and Recreation Board, Planning and Zoning Commission, Research Valley Technology Council, Regional Transportation Committee for Council of Governments, Sister Cities Association, Spring Creek Local Government Corporation, Transportation and Mobility Committee, TAMU Student Senate, Texas Municipal League, Tourism Committee, YMCA, Zoning Board of Adjustments. (Notice of Agendas posted on City Hall bulletin board.) Budget & Financial Summary: None. Attachments: None Page 239 of 239