Loading...
HomeMy WebLinkAboutCity Packets - City Council - 01/06/2026 - RegularCITY OF THE COLONY CITY COUNCIL AGENDA TUESDAY, JANUARY 6, 2026 6:30 PM 1.0 ROUTINE ANNOUNCEMENTS, RECOGNITIONS and PROCLAMATIONS 1.1 Call to Order 1.2 Invocation 1.3 Pledge of Allegiance to the United States Flag 1.4 Salute to the Texas Flag 1.5 Recognize employees from Fritz's Adventure Park for their heroic act on October 27, 2025. (Mayor/Thompson) 1.6 Items of Community Interest 1.7 Receive presentation from the Parks and Recreation regarding upcoming events and activities. (Hancock) 2.0 CITIZEN INPUT 3.0 WORK SESSION 3.1 Council to provide direction to staff regarding future agenda items. (Council) 4.0 CONSENT AGENDA 4.1 Consider approving City Council Regular Session meeting minutes from December 16, 2025. (Stewart) 4.2 Consider approving Council expenditures for September and October 2025. (Council) TO ALL INTERESTED PERSONS Notice is hereby given of a REGULAR SESSION of the CITY COUNCIL of the City of The Colony, Texas to be held at 6:30 PM o n TUESDAY, JANUARY 6, 2026 at CITY HALL, 6053 MAIN STREET, at which time the following items will be addressed: This portion of the meeting is to allow up to five (5) minutes per speaker with a maximum of thirty (30) minutes for items not posted on the current agenda. The council may not discuss these items, but may respond with factual data or policy information, or place the item on a future agenda. Those wishing to speak shall submit a Request Form to the City Secretary. The Work Session is for the purpose of exchanging information regarding public business or policy. No action is taken on Work Session items. Citizen input will not be heard during this portion of the agenda. The Consent Agenda contains items which are routine in nature and will be acted upon in one motion. Items may be removed from this agenda for separate discussion by a Council member. 1 4.3 Consider approving a resolution authorizing the Mayor to execute a second amendment to a legislative consulting agreement with Desk 138, LLC in the amount of $18,000.00. (Shallenburger) 4.4 Consider approving a resolution authorizing the City Manager to execute a Construction Services Contract in the amount of $259,677.00 with La Banda LLC for the Strickland Storm Sewer Repair Project. (Hartline) 4.5 Consider approving a resolution authorizing the City Manager to submit an application for the Texas Parks and Wildlife Department (TPWD) Boating Access Grant Program with TPWD to provide seventy-five percent (75%) matching funds for the West Shore Kayak Launch. (Lehmann) 5.0 REGULAR AGENDA ITEMS 5.1 Discuss and consider approving a resolution authorizing the City Manager to execute a Construction Services Contract in the amount of $4,659,936.10 with ANA Site Construction for the Phase 15 Residential Street Reconstruction Project. (Hartline) 6.0 EXECUTIVE SESSION 6.1 A. Council shall convene into a closed executive session pursuant to Sections 551.072 and 551.087 of the Texas Government Code to deliberate regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and to deliberate the offer of a financial or other incentive to a business prospect(s). 7.0 EXECUTIVE SESSION ACTION 7.1 A. Any action as a result of executive session regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and the offer of a financial or other incentive to a business prospect(s). EXECUTIVE SESSION NOTICE Pursuant to the Texas Open Meeting Act, Government Code Chapter 551 one or more of the above items may be considered in executive session closed to the public, including but not limited to consultation with attorney pursuant to Texas Government Code Section 551.071 arising out of the attorney's ethical duty to advise the city concerning legal issues arising from an agenda item. Any decision held on such matter will be taken or conducted in open session following the conclusion of the executive session. ADJOURNMENT Persons with disabilities who plan to attend this meeting who may need auxiliary aids such as interpreters for persons who are deaf or hearing impaired, readers or, large print are requested to contact the City Secretary's Office, at 972-624-3105 at least two (2) working days prior to the meeting so that appropriate arrangements can be made. 2 _________________________________________ Tina Stewart, TRMC, CMC, City Secretary CERTIFICATION I hereby certify that above notice of meeting was posted outside the front door of City Hall by 5:00 p.m. on the 30th day of December 2025. 3 Agenda Item No: 1.5 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: Fire Item Type: Recognition Agenda Section: routine announcements, recognitions and proclamations Suggested Action: Recognize employees from Fritz's Adventure Park for their heroic act on October 27, 2025. (Mayor/Thompson) Background: 4 Agenda Item No: 1.6 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: City Secretary Item Type: Miscellaneous Agenda Section: routine announcements, recognitions and proclamations Suggested Action: Items of Community Interest Background: 5 Agenda Item No: 1.7 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: City Secretary Item Type: Discussion Agenda Section: routine announcements, recognitions and proclamations Suggested Action: Receive presentation from the Parks and Recreation regarding upcoming events and activities. (Hancock) Background: 6 Agenda Item No: 3.1 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: City Secretary Item Type: Discussion Agenda Section: work session Suggested Action: Council to provide direction to staff regarding future agenda items. (Council) Background: 7 Agenda Item No: 4.1 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: City Secretary Item Type: Minutes Agenda Section: consent agenda Suggested Action: Consider approving City Council Regular Session meeting minutes from December 16, 2025. (Stewart) Background: Attachments: December 16, 2025 Minutes.docx 8 1 These items are strictly public service announcements. Expressions of thanks, congratulations or condolences; information regarding holiday schedules; honorary recognition of city officials, employees or other citizens; reminders about upcoming events sponsored by the City or other entity that are scheduled to be attended by a city official or city employee. No action will be taken and no direction will be given regarding these items. MINUTES OF THE CITY COUNCIL REGULAR SESSION HELD ON DECEMBER 16, 2025 The Regular Session of the City Council of the City of The Colony, Texas, was called to order at 6:35 p.m. on the 16th day of December, at City Hall, 6053 Main Street, The Colony, Texas, with the following roll call: Richard Boyer, Mayor Judy Ensweiler, Mayor Pro Tem Robyn Holtz, Councilmember Brian Wade, Councilmember Dan Rainey, Councilmember Perry Schrag, Councilmember Joel Marks, Deputy Mayor Pro Tem Present Present Present Present Present Present Present And with 7 council members present a quorum was established and the following items were addressed: 1.0 ROUTINE ANNOUNCEMENTS, RECOGNITIONS and PROCLAMATIONS 1.1 Call to Order Mayor Richard Boyer called the meeting to order at 6:35 p.m. 1.2 Invocation County Commissioner Falconer delivered the invocation. 1.3 Pledge of Allegiance to the United States Flag The Pledge of Allegiance to the United States Flag was recited. 1.4 Salute to the Texas Flag The Salute to the Texas Flag was recited. 1.5 Items of Community Interest 1.6 Receive presentation from the Library regarding upcoming events and activities. Library Director Megan Charters provided upcoming events and activities to the council. 2.0 CITIZEN INPUT Julian Cawthon spoke concerning code complaint of trash and debris. 3.0 WORK SESSION 3.1 Council to provide direction to staff regarding future agenda items. None 9 City Council – Regular Meeting Agenda December 16, 2025 Page| 2 4.0 CONSENT AGENDA Motion to approve all items from the Consent Agenda with the exception of Item Nos. 4.2 and 4.7 - Perry Schrag, Councilmember; second by Judy Ensweiler, Mayor Pro Tem, motion carried with all ayes. 4.1 Consider approving City Council Regular Session meeting minutes from December 2, 2025. *** Item No. 4.2 was pulled from the Consent Agenda for separate discussion.*** 4.2 Consider approving a resolution approving a list of pre-qualified professional consulting service providers for sixteen (16) service categories. Engineering Director Ron Hartline presented the proposed resolution to council. Council provided discussion on the item. Motion to approve with the exception of Wade abstaining from the vote - Judy Ensweiler, Mayor Pro Tem; second by Perry Schrag, Councilmember, motion carried with all ayes. RESOLUTION NO. 2025-141 4.3 Consider approving an ordinance accepting a bid and authorizing the sale of certain parkland generally located at 4529 and 4531 W. Lake Highlands Drive, The Colony, Denton County, Texas, and related actions thereto. ORDINANCE NO. 2025-2633 4.4 Consider approving a resolution authorizing the City Manager to execute an Engineering Services Contract in the amount of $397,000.00 with Halff Associates, Inc. to prepare construction plans and specifications for the Phase 16 Residential Street Reconstruction Project. RESOLUTION NO. 2025-142 4.5 Consider approving a resolution authorizing the City Manager to award a Sourcewell Contract with Structured Construction, LLC for the purchase and install of a modular unit for the Public Works Locker Rooms Project in the amount of $515,622.29. RESOLUTION NO. 2025-143 4.6 Consider approving a resolution authorizing the City Manager to execute the Fourth Addendum to the Health Services Agreement with Marathon Health, LLC, for the purpose of extending The Colony Wellness Center's operating hours and approving the associated fees. RESOLUTION NO. 2025-144 10 City Council – Regular Meeting Agenda December 16, 2025 Page| 3 *** Item No. 4.7 was pulled from the Consent Agenda for separate discussion.*** 4.7 Consider approving a resolution authorizing the City Manager to award a purchase to PVS Technologies for the purchase of Ferric Chloride used for wastewater treatment in the amount of $145,200.00. Public Works Director James Whitt presented the proposed resolution to council. Council provided discussion on the item. Motion to approve - Judy Ensweiler, Mayor Pro Tem; second by Brian Wade, Councilmember, motion carried with all ayes. RESOLUTION NO. 2025-145 4.8 Consider approving a resolution authorizing the City Manager to award a purchase to Holt CAT for a Model 420 Backhoe Loader w/ Hammer in the amount of $166,780.00 utilizing Sourcewell Contract #020223. RESOLUTION NO. 2025-146 4.9 Consider approving a resolution authorizing the City Manager to award a purchase to Classic Chevrolet for a Maintainer/Crane Truck in the amount of $213,289.23 utilizing the City of Denton Contract #8455. RESOLUTION NO. 2025-147 4.10 Consider approving a resolution authorizing the City Manager to award a purchase to Bruckner's Truck & Equipment for two 26' MD6 Dump Trucks and one 26' MD7 Tractor in the amount of $340,602.53, utilizing HGAC Contract #HT06-2026. RESOLUTION NO. 2025-148 4.11 Consider approving a resolution amending resolution 2025-139 authorizing and approving certain payments by The Colony Local Development Corporation, The Colony Economic Development Corporation, and The Colony Community Development Corporation for costs related to the construction of projects within Tax Increment Reinvestment Zone No. 1, City of The Colony, Texas for Grandscape. RESOLUTION NO. 2025-149 5.0 REGULAR AGENDA ITEMS 5.1 Conduct a public hearing, discuss and consider ordinances approving amendments to Land Use Assumptions, Capital Improvements Plan and Roadway and Drainage Impact Fees. Engineering Director Ron Hartline provided overview. Kimley-Horn and Associates, Inc. presented the item to council. 11 City Council – Regular Meeting Agenda December 16, 2025 Page| 4 Council provided discussion on the item. Public hearing was opened and closed at 7:10 p.m. Motion to approve ninety percent (90%) on roadway and one hundred percent (100%) on drainage - Perry Schrag, Councilmember; second by Brian Wade, Councilmember, motion carried with all ayes. ORDINANCE NOS. 2025-2634 AND 2025-2635 5.2 Discuss and consider approving the City Council meeting schedule for 2026. Motion to approve - Brian Wade, Councilmember; second by Judy Ensweiler, Mayor Pro Tem, motion carried with all ayes. 5.3 Discuss and elect Mayor Pro Tem and Deputy Mayor Pro Tem according to the Code of Ordinances, Chapter 2, Section 2-4 (b). Motion to approve the appointment of Joel Marks as Mayor Pro Tem and Robyn Holtz as Deputy Mayor Pro Tem - Perry Schrag, Councilmember; second by Brian Wade, Councilmember, motion carried with all ayes. Executive Session was convened at 7:20 p.m. 6.0 EXECUTIVE SESSION 6.1 A. Council shall convene into a closed executive session pursuant to Sections 551.072 and 551.087 of the Texas Government Code to deliberate regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and to deliberate the offer of a financial or other incentive to a business prospect(s). Regular Session was reconvened at 8:30 p.m. 7.0 EXECUTIVE SESSION ACTION 7.1 A. Any action as a result of executive session regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and the offer of a financial or other incentive to a business prospect(s). Motion to approve a Performance Agreement between The Colony Economic Development Corporation and Primal Entertainment, LLC for an amount not to exceed $250,000.00 on the terms as discussed in executive session - Brian Wade, Councilmember; second by Joel Marks, Deputy Mayor Pro Tem, motion carried with all ayes. Motion to approve the Lease Agreement with Sting Group Holdings, LLC on the terms as discussed in executive session and subject to approval by the U.S. Army Corps of Engineers - 12 City Council – Regular Meeting Agenda December 16, 2025 Page| 5 Brian Wade, Councilmember; second by Dan Rainey, Councilmember, motion carried with all ayes. ADJOURNMENT With there being no further business to discuss, the meeting was adjourned at 8:33 p.m. APPROVED: ________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ______________________________________________ Tina Stewart, TRMC, CMC, City Secretary 13 Agenda Item No: 4.2 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: City Secretary Item Type: Expenditures Agenda Section: consent agenda Suggested Action: Consider approving Council expenditures for September and October 2025. (Council) Background: Attachments: Council September and October Expenditures.pdf 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 Agenda Item No: 4.3 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: General Admin Item Type: Resolution Agenda Section: consent agenda Suggested Action: Consider approving a resolution authorizing the Mayor to execute a second amendment to a legislative consulting agreement with Desk 138, LLC in the amount of $18,000.00. (Shallenburger) Background: Attachments: Second Amendment to Lobbyist Agreement - Desk 138 - 20250904.pdf Res. 2026-xxx Desk 138 LLC Consulting Services Amend 2.docx 62 SECOND AMENDMENT TO LOBBYIST AGREEMENT This SECOND AMENDMENT TO LOBBYIST AGREEMENT (hereinafter referred to as the “First Amendment”) is made and entered into by and between the CITY OF THE COLONY, TEXAS, a Texas home-rule municipality (hereinafter referred to as the “City”); and DESK 138, LLC, a Texas limited liability company (hereinafter referred to as the “Desk 138”): RECITALS: WHEREAS, the City and Desk 138 previously entered into a Lobbyist Agreement which has a term expiring on September 30, 2025 (hereinafter referred to as the “Original Agreement”); and WHEREAS, the City and Desk 138 entered into a First Amendment to Lobbyist Agreement extending the term of the Original Agreement through December 31, 2025; and WHEREAS, the City and Desk 138 desire to extend the term of the agreement for another three (3) months. NOW, THEREFORE, for and in consideration of the agreements contained herein, and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, the City and Desk 138 agree as follows: SECTION 1. FINDINGS INCORPORATED. The foregoing recitals are hereby incorporated into the body of this First Amendment and shall be considered part of the mutual covenants, consideration and promises that bind the parties. SECTION 2. AMENDMENT TO ORIGINAL AGREEMENT. (a) Amendment to Original Agreement. That Section 3 of the Original Agreement is hereby amended to read as follows: “(3) TERM OF AGREEMENT The term of this Agreement shall commence on October 1, 2024, and shall continue in full force until March 31, 2026. This Agreement may be renewed by Client for an additional period(s) upon the written mutual agreement of both parties. Either party may terminate the Agreement for any reason, or for no reason, on 60-days’ notice to the other party. Services shall be pro-rated through the date of termination.” SECTION 3. MISCELLANEOUS PROVISIONS. The following miscellaneous provisions are a part of this First Amendment: 63 (a) Amendments. This First Amendment constitutes the entire understanding and agreement of the parties as to the matters set forth in this First Amendment. No alteration of or amendment to this First Amendment shall be effective unless given in writing and signed by the party or parties sought to be charged or bound by the alteration or amendment. (b) Assignment. This First Amendment may not be assigned without the express written consent of the other party. (c) Counterparts. This First Amendment may be executed in one or more counterparts, each of which shall be deemed an original and all of which shall constitute one and the same document. (d) Effective Date. The effective date (the “Effective Date”) of this First Amendment shall be the date of the latter to execute this First Amendment by and between the City and Desk 138. (e) Original Agreement and any Amendments. All of the terms, conditions, and obligations of the Original Agreement, and any amendments remain in full force and effect except where specifically modified by this First Amendment. (f) Severability. The provisions of this First Amendment are severable. If any paragraph, section, subdivision, sentence, clause, or phrase of this First Amendment is for any reason held by a court of competent jurisdiction to be contrary to law or contrary to any rule or regulation have the force and effect of the law, the remaining portions of the First Amendment shall be enforced as if the invalid provision had never been included. (g) Time is of the Essence. Time is of the essence in the performance of this First Amendment. [The Remainder of this Page Intentionally Left Blank] 64 IN WITNESS WHEREOF, the parties hereto have caused this instrument to be duly executed. CITY: CITY OF THE COLONY, TEXAS, a Texas home-rule municipality, By: Richard Boyer, Mayor Date Signed: ATTEST: Tina Stewart, City Secretary DESK 138: DESK 138, LLC, a Texas limited liability company, By: Larry D. Gonzales, Managing Member Date Signed: 65 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2026 - _____ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, APPROVING SECOND AMENDMENT TO A LEGISLATIVE CONSULTING AGREEMENT WITH DESK 138, LLC, A TEXAS LIMITED LIABILITY COMPANY; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the City Council of the City of The Colony, Texas, hereby approves the second amendment to legislative consulting agreement with Desk 138, LLC, a Texas limited liability company for Legislative Consulting services in the amount of $18,000.00; and WHEREAS, the City Council of the City of The Colony, Texas, authorizes the Mayor to execute the Second Amendment to legislative consulting agreement, attached hereto as Exhibit A, and any and all documents related thereto. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: SECTION 1. The findings set forth above are incorporated into the body of this Resolution as if fully set forth herein. SECTION 2. The City Council of the City of The Colony, Texas, hereby authorizes and approves the amendment to the legislative consulting agreement with Desk 138, LLC, a Texas limited liability company for legislative consulting services in the amount of $18,000.00, and authorizes the Mayor to execute said Second Amendment to the Agreement, attached hereto as Exhibit A, and any and all documents related thereto. SECTION 3. This Resolution shall become effective from and after its date of passage in accordance with law. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THIS 6th DAY OF JANUARY 2026. Richard Boyer, Mayor City of The Colony, Texas ATTEST: Tina Stewart, TRMC, CMC, City Secretary 66 APPROVED AS TO FORM: Jeff L. Moore, City Attorney 67 Exhibit A [Second Amendment to Lobbyist Agreement] 68 Agenda Item No: 4.4 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: Engineering Item Type: Resolution Agenda Section: consent agenda Suggested Action: Consider approving a resolution authorizing the City Manager to execute a Construction Services Contract in the amount of $259,677.00 with La Banda LLC for the Strickland Storm Sewer Repair Project. (Hartline) Background: Background: City Council approved funding for the Strickland Storm Sewer Repair Project in the 2024- 2025 Capital Improvement Project (CIP) budget. The scope of work consists of improvements to several storm sewer pipes that drain into the Strickland channel from Strickland Avenue, Heatherington Dr., and Middleton Circle. The project includes the stream section between Blair Oaks Drive and FM 423. The sections of pipe to be replaced were originally installed using corrugated metal pipe which has corroded and failed in numerous locations. The failed piping has caused sinkholes in some locations (see attached photos). This damaged pipe will be replaced with concrete pipe during this project. The work includes mobilization, demolition of existing corrugated storm sewer pipes, removal and replacement of grouted rock riprap, fence removal, fence reinstallation/reconstruction, sidewalk removal and replacement, erosion and sediment control and the installation of approximately 600 feet of concrete sewer pipe and headwalls. The project will also include video inspection of pipes before and after construction. The project bids were opened on November 18, 2025 and the lowest responsible bidder was La Banda LLC at a cost of $259,677.00. Teague Nall and Perkins, Inc., the Project Design Engineer, analyzed the bid tabulations and found no anomalies. Naim Khan with The Colony indicated that La Banda is currently performing satisfactory work on a larger and more complex street reconstruction project for the city and is doing good work on this project. Based on the information provided, Teague Nall and Perkins recommends approval of the contract with this company. See attached Engineering Recommendation Letter for additional information. With approval, the project is anticipated to start construction in March 2026 with an estimated completion in December 2026. FINANCIAL SUMMARY: Are budgeted funds available: Yes Amount budgeted/available: $ 807,821.00 (Strickland Storm Sewer Repairs) Fund(s) (Name and number): 897-669-6667-2514 Source of Funds: 2024-2025 General Fund Special Capital Projects Cost of recommended contract award: $ 259,677.00 $ 42,179.00 Engineering Already authorized Yes $ 259,677.00 Construction Already authorized No $ 301,856.00 Total estimated costs Attachments: Photo of Existing Conditions Photo of Existing Condtions Strickland Storm Sewer Repairs Certified Bid Tabulation Strickland Storm Sewer Repairs Location Map Strickland Storm Sewer Repairs Engineering Recommendation of Award Res. 2026-xxx La Banda LLC - Construction Services Contract.doc 69 70 71 Strickland Storm Sewer Repairs City of The Colony BID #69-25-01 Strickland Storm Sewer Repairs Bid Opening: November 18, 2025 City of The Colony Director of Engineering: Ron Hartline City of The Colony Senior Engineer: Naim Khan City of The Colony Staff Engineer: Robert Kotasek Company La Banda LLC Patriot Civil, LLC Quality Excavation Capko Concrete Structures LLC RNO Construction LLC Total Bid Amount $259,677.00 $316,581.00 $325,992.00 $366,930.00 $390,320.00 Bid Certified By: Schaeffer Harris, P.E. Low Bidder Bid Summary 72 Item No.Quantity Unit Description Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price Unit Price Total Price 1 1 LS Mobilization, Demobilization, General Site Preparation, Performance Bond, Payment Bond, and Maintenance Bond, work fully performed, complete in place for the sum of $15,000.00 $15,000.00 $40,542.00 $40,542.00 $32,000.00 $32,000.00 $48,576.00 $48,576.00 $30,000.00 $30,000.00 2 1 LS Erosion and Sediment Control, work fully performed, complete in place for the sum of $5,000.00 $5,000.00 $5,462.00 $5,462.00 $15,000.00 $15,000.00 $3,500.00 $3,500.00 $5,000.00 $5,000.00 3 1 LS Construction Staking , work fully performed, complete in place for the sum of $20,000.00 $20,000.00 $8,212.00 $8,212.00 $7,400.00 $7,400.00 $1,600.00 $1,600.00 $5,000.00 $5,000.00 4 100 LF Potholing , work fully performed, complete in place for the sum of $30.00 $3,000.00 $27.39 $2,739.00 $24.00 $2,400.00 $33.00 $3,300.00 $30.00 $3,000.00 5 3700 SY Solid Sodding, work fully performed, complete in place for the sum of $15.00 $55,500.00 $11.38 $42,106.00 $11.00 $40,700.00 $20.00 $74,000.00 $20.00 $74,000.00 6 77 SY Remove Concrete End Treatment/Apron (Lines 1, 3, 4), work fully performed, complete in place for the sum of $25.00 $1,925.00 $87.60 $6,745.20 $48.00 $3,696.00 $45.00 $3,465.00 $50.00 $3,850.00 7 160 SY Remove Grouted Rip Rap (Line 5), work fully performed, complete in place for the sum of $25.00 $4,000.00 $54.66 $8,745.60 $17.50 $2,800.00 $78.00 $12,480.00 $50.00 $8,000.00 8 1 EA Remove Concrete and Rock End Treatment (Line 2), work fully performed, complete in place for the sum of $2,000.00 $2,000.00 $3,459.00 $3,459.00 $1,754.00 $1,754.00 $997.00 $997.00 $4,000.00 $4,000.00 9 228 LF Remove 18" Storm Drain Pipe, work fully performed, complete in place for the sum of $15.00 $3,420.00 $40.79 $9,300.12 $57.75 $13,167.00 $32.00 $7,296.00 $30.00 $6,840.00 10 200 LF Remove 24" Storm Drain Pipe, work fully performed, complete in place for the sum of $15.00 $3,000.00 $43.72 $8,744.00 $65.00 $13,000.00 $40.00 $8,000.00 $40.00 $8,000.00 11 50 LF Remove 36" Storm Drain Pipe , work fully performed, complete in place for the sum of $17.00 $850.00 $104.18 $5,209.00 $66.00 $3,300.00 $75.00 $3,750.00 $50.00 $2,500.00 12 456 LF Trench Safety, work fully performed, complete in place for the sum of $2.00 $912.00 $3.48 $1,586.88 $2.00 $912.00 $1.50 $684.00 $10.00 $4,560.00 13 214 LF 18" Class III RCP, work fully performed, complete in place for the sum of $110.00 $23,540.00 $154.98 $33,165.72 $143.00 $30,602.00 $147.00 $31,458.00 $140.00 $29,960.00 14 190 LF 24" Class III RCP, work fully performed, complete in place for the sum of $130.00 $24,700.00 $192.77 $36,626.30 $175.00 $33,250.00 $174.00 $33,060.00 $190.00 $36,100.00 15 52 LF 36" Class III RCP, work fully performed, complete in place for the sum of $150.00 $7,800.00 $464.79 $24,169.08 $270.00 $14,040.00 $271.00 $14,092.00 $380.00 $19,760.00 16 1 EA 18" Precast Safety End Treatment (PSET-SC), work fully performed, complete in place for the sum of $3,000.00 $3,000.00 $3,098.00 $3,098.00 $1,400.00 $1,400.00 $2,600.00 $2,600.00 $3,500.00 $3,500.00 17 2 EA 24" Precast Safety End Treatment (PSET-SC), work fully performed, complete in place for the sum of $3,200.00 $6,400.00 $3,122.00 $6,244.00 $1,900.00 $3,800.00 $2,900.00 $5,800.00 $4,500.00 $9,000.00 18 1 EA 36" Precast Safety End Treatment (PSET-SC), work fully performed, complete in place for the sum of $9,000.00 $9,000.00 $5,765.00 $5,765.00 $5,850.00 $5,850.00 $5,346.00 $5,346.00 $7,500.00 $7,500.00 19 285 SY Grouted Riprap, work fully performed, complete in place for the sum of $107.00 $30,495.00 $171.08 $48,757.80 $162.00 $46,170.00 $177.00 $50,445.00 $300.00 $85,500.00 20 220 LF Remove & Reconstruct Chain Link Fence, work fully performed, complete in place for the sum of $25.00 $5,500.00 $7.59 $1,669.80 $70.00 $15,400.00 $69.00 $15,180.00 $30.00 $6,600.00 21 225 LF Reinstall Existing Wrought Iron Fence, work fully performed, complete in place for the sum of $25.00 $5,625.00 $3.80 $855.00 $90.00 $20,250.00 $89.00 $20,025.00 $20.00 $4,500.00 22 4 EA Connecting to Existing Storm Sewer, work fully performed, complete in place for the sum of $600.00 $2,400.00 $1,840.25 $7,361.00 $1,149.00 $4,596.00 $1,339.00 $5,356.00 $2,500.00 $10,000.00 23 3460 LF Preconstruction and Postconstruction Television Inspection, work fully performed, complete in place for the sum of $6.00 $20,760.00 $0.50 $1,730.00 $1.50 $5,190.00 $2.00 $6,920.00 $5.00 $17,300.00 24 450 SF Sawcut, Remove and Dispose of Existing Concrete Sidewalk Pavement and Flatwork, work fully performed, complete in place for the sum of $3.00 $1,350.00 $1.71 $769.50 $3.70 $1,665.00 $4.00 $1,800.00 $3.00 $1,350.00 25 450 SF 4-inch Thick, 4,000 psi Reinforced Portland Cement Concrete for Sidewalks, work fully performed, complete in place for the sum of $10.00 $4,500.00 $7.82 $3,519.00 $17.00 $7,650.00 $16.00 $7,200.00 $10.00 $4,500.00 TOTAL $259,677.00 $316,581.00 $325,992.00 $366,930.00 $390,320.00 Company Company Company Company Company Strickland Storm Sewer Repairs City of The Colony Bid Opening: November 18, 2025 BID #69-25-01 Strickland Storm Sewer Repairs La Banda LLC Patriot Civil, LLC Quality Excavation Capko Concrete RNO Construction LLC 73 revisionno.datebydatescaleverthoriztnp projectsheetteague nall and perkins, inc3200 S. Interstate 35E, Suite 1129Denton, Texas 76210940.383.4177 phwww.tnpinc.comTBPELS ENG: F-230;SURV: 10011600, 10011601, 10194381CNY25108City of The Colony, TexasImprovements forStrickland Storm Sewer RepairsOct-2510/30/20251" = 60'N/AStorm Sewer Repairs Plan4Typical Outfall SectionN.T.S.Typical Outfall DetailN.T.S.Grouted RiprapLEGENDLine IdentifierControl PointLOT 27LOT 26LOT 25LOT 24LOT 18LOT 17LOT 28LOT 29LOT 30LOT 31LOT 23LOT 22LOT 21LOT 20LOT 19P.M.T.LOT 16LOT 15LOT 14P.M.T.LOT 32LOT 33LOT 34LOT 35LOT 1LOT 2LOT 3LOT 4LOT 5P.M.T.LOT 6LOT 7LOT 8LOT 9LOT 11LOT 10LOT 12LOT 131.Proposed pipe will be Class III RCPat 0.5% minimum slope.2.All fences damaged or removed tobe reinstalled or replaced bycontractor at no additional cost to theCity.3.Grouted riprap on filter fabric:3.1.Use 12" stones between 40-lbsand 150-lbs each per NCTCOGItem 803.3.2.2.2 & 803.3.2.2.3in 9" Class B concrete with 5"slump.3.2.Surface preparation, basecourse, and general constructionshall be in accordance withNCTCOG Item 803.3.3.3.3.Prevent soil and foreign materialfrom filling the void spacesbetween the stones. Place thestones to create a plane surfacewith a variation no more than6" in 10' from true plane. Thenwet the stones thoroughly afterthey are in place. Fill voidsbetween stones with grout.Compact the area. Sweep thesurface with a stiff broom aftergrouting. Place grout only whenair temperature is above 35°Fand protect work from rapiddrying for at least 72 hours afterplacement.3.4.Filter fabric for use beneath theriprap shall meet therequirements of NCTCOG Item803.4 for drainage conditions,unprotected applications, andAOS greater than a #50 sieveand permeability equal to soil(normal application).NOTES74 TNP Firm Registrations Texas Board of Professional Engineers, Firm No. F-230 | Georgia Board of Professional Engineers, Firm No. PEF007431 Texas Board of Professional Land Surveying, Firm No. 10011600 | 10194381 | 10011601 Texas Board of Architectural Examiners, Firm No. BR 2673 engineers surveyors landscape architects www.tnpinc.com TEXAS FORT WORTH DENTON ALLEN SAN ANTONIO CYPRESS SUGAR LAND GEORGIA BLAIRSVILLE ALBANY November 25, 2025 Ron Hartline, PE Director of Engineering City of The Colony, Texas 6053 Main Street The Colony, TX 75056 RE: Recommendation of Award Strickland Storm Sewer Repairs BID # 69-26-01 tnp No.: CLY 25108 Dear Ron: The City of The Colony, Texas accepted bids on November 18, 2025 for the Strickland Storm Sewer Repairs project. The project consists of improvements to the storm sewer system which drains into the channel approximately parallel to Strickland Avenue between Blair Oaks Drive and FM 423. The City received five bids, and TNP prepared a bid tabulation and analyzed the bid results. The table below lists the bidders and their bid totals from lowest to highest as well as the Engineer’s Estimate: Bidder: Total Bid: La Banda, LLC $ 259,677.00 Patriot Civil, LLC $ 316,581.00 Quality Excavation $ 325,992.00 Capko Concrete Structures, LLC $ 366,930.00 RNO Construction, LLC $ 390,320.00 Engineer's Estimate $ 355,800.00 Per the bid data shown above, La Banda, LLC is the apparent low bidder for this project. We have analyzed the bid tabulation and found no anomalies. TNP received a reference from Naim Khan, P.E., Senior Engineer with the City, stating that La Banda is currently performing satisfactory work on a larger and more complex project for the City. Based on the information above and the reference from Mr. Khan, we recommend awarding the bid contract to La Banda, LLC for the contract amount of $ 259,677.00. Feel free to contact us if you have any questions. tnp teague nall & perkins Schaeffer Harris, P.E. Project Manager 75 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2026 –_____ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND LA BANDA LLC FOR STRICKLAND STORM SEWER REPAIR PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of The Colony, Texas (the “City”), desires to obtain the services of La Banda LLC, for the Strickland Storm Sewer Repair Project; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Contract with La Banda LLC; and WHEREAS, with this Contract the City of The Colony is agreeing to the services not to exceed the amount of $259,677.00 for such work. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1. The Construction Services Contract, having been reviewed by the City Council of the City of The Colony, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved. Section 2. The City Manager is hereby authorized to execute the Contract on behalf of the City of The Colony, Texas. Section 3. This Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 6th DAY OF JANUARY 2026. __________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary 76 APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 77 Agenda Item No: 4.5 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: Parks & Recreation Item Type: Resolution Agenda Section: consent agenda Suggested Action: Consider approving a resolution authorizing the City Manager to submit an application for the Texas Parks and Wildlife Department (TPWD) Boating Access Grant Program with TPWD to provide seventy- five percent (75%) matching funds for the West Shore Kayak Launch. (Lehmann) Background: Attachments: CITY_MEMO_WEST_SHORE_KAYAK_LAUNCH.pdf West Shore Park, Phase II - Program Assurances.pdf West Shore Park, Phase II - Resolution.docx Res. 2026-xxx Grant Application to TPWD West Shore Kayak Launch.docx 78 AGENDA ITEM TO: Mayor and City Council, City Manager DATE SUBMITTED: 12/26/2025 MEETING DATE: 01/06/2026 SUMMARY OF REQUEST: 1. OMB Number: 4040-0007 Expiration Date: 02/28/2025 ASSURANCES - NON-CONSTRUCTION PROGRAMS Public reporting burden for this collection of information is estimated to average 15 minutes per response, including time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding the burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Office of Management and Budget, Paperwork Reduction Project (0348-0040), Washington, DC 20503. PLEASE DO NOT RETURN YOUR COMPLETED FORM TO THE OFFICE OF MANAGEMENT AND BUDGET. SEND IT TO THE ADDRESS PROVIDED BY THE SPONSORING AGENCY. NOTE:Certain of these assurances may not be applicable to your project or program. If you have questions, please contact the awarding agency. Further, certain Federal awarding agencies may require applicants to certify to additional assurances. If such is the case, you will be notified. As the duly authorized representative of the applicant, I certify that the applicant: Has the legal authority to apply for Federal assistance and the institutional, managerial and financial capability (including funds sufficient to pay the non-Federal share of project cost) to ensure proper planning, management and completion of the project described in this application. Act of 1973, as amended (29 U.S.C. §794), which prohibits discrimination on the basis of handicaps; (d) the Age Discrimination Act of 1975, as amended (42 U. S.C. §§6101-6107), which prohibits discrimination on the basis of age; (e) the Drug Abuse Office and Treatment Act of 1972 (P.L. 92-255), as amended, relating to nondiscrimination on the basis of drug abuse; (f) the Comprehensive Alcohol Abuse and Alcoholism Prevention, Treatment and Rehabilitation Act of 1970 (P.L. 91-616), as amended, relating to nondiscrimination on the basis of alcohol abuse or alcoholism; (g) §§523 and 527 of the Public Health Service Act of 1912 (42 U.S.C. §§290 dd-3 and 290 ee- 3), as amended, relating to confidentiality of alcohol and drug abuse patient records; (h) Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§3601 et seq.), as amended, relating to nondiscrimination in the sale, rental or financing of housing; (i) any other nondiscrimination provisions in the specific statute(s) under which application for Federal assistance is being made; and, (j) the requirements of any other nondiscrimination statute(s) which may apply to the application. 2. Will give the awarding agency, the Comptroller General of the United States and, if appropriate, the State, through any authorized representative, access to and the right to examine all records, books, papers, or documents related to the award; and will establish a proper accounting system in accordance with generally accepted accounting standards or agency directives. 3.Will establish safeguards to prohibit employees from using their positions for a purpose that constitutes or presents the appearance of personal or organizational conflict of interest, or personal gain. 4.Will initiate and complete the work within the applicable time frame after receipt of approval of the awarding agency. 5.Will comply with the Intergovernmental Personnel Act of 1970 (42 U.S.C. §§4728-4763) relating to prescribed standards for merit systems for programs funded under one of the 19 statutes or regulations specified in Appendix A of OPM's Standards for a Merit System of Personnel Administration (5 C.F.R. 900, Subpart F). 6.Will comply with all Federal statutes relating to nondiscrimination. These include but are not limited to: (a) Title VI of the Civil Rights Act of 1964 (P.L. 88-352) which prohibits discrimination on the basis of race, color or national origin; (b) Title IX of the Education Amendments of 1972, as amended (20 U.S.C.§§1681- 1683, and 1685-1686), which prohibits discrimination on the basis of sex; (c) Section 504 of the Rehabilitation Previous Edition Usable Standard Form 424B (Rev. 7-97) Prescribed by OMB Circular A-102Authorized for Local Reproduction 7.Will comply, or has already complied, with the requirements of Titles II and III of the Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970 (P.L. 91-646) which provide for fair and equitable treatment of persons displaced or whose property is acquired as a result of Federal or federally-assisted programs. These requirements apply to all interests in real property acquired for project purposes regardless of Federal participation in purchases. 8.Will comply, as applicable, with provisions of the Hatch Act (5 U.S.C. §§1501-1508 and 7324-7328) which limit the political activities of employees whose principal employment activities are funded in whole or in part with Federal funds. 80 Standard Form 424B (Rev. 7-97) Back 9. 12. Will comply, as applicable, with the provisions of the Davis- Bacon Act (40 U.S.C. §§276a to 276a-7), the Copeland Act (40 U.S.C. §276c and 18 U.S.C. §874), and the Contract Work Hours and Safety Standards Act (40 U.S.C. §§327- 333), regarding labor standards for federally-assisted construction subagreements. Will comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. §§1271 et seq.) related to protecting components or potential components of the national wild and scenic rivers system. 10.Will comply, if applicable, with flood insurance purchase requirements of Section 102(a) of the Flood Disaster Protection Act of 1973 (P.L. 93-234) which requires recipients in a special flood hazard area to participate in the program and to purchase flood insurance if the total cost of insurable construction and acquisition is $10,000 or more. 11.Will comply with environmental standards which may be prescribed pursuant to the following: (a) institution of environmental quality control measures under the National Environmental Policy Act of 1969 (P.L. 91-190) and Executive Order (EO) 11514; (b) notification of violating facilities pursuant to EO 11738; (c) protection of wetlands pursuant to EO 11990; (d) evaluation of flood hazards in floodplains in accordance with EO 11988; (e) assurance of project consistency with the approved State management program developed under the Coastal Zone Management Act of 1972 (16 U.S.C. §§1451 et seq.); (f) conformity of Federal actions to State (Clean Air) Implementation Plans under Section 176(c) of the Clean Air Act of 1955, as amended (42 U.S.C. §§7401 et seq.); (g) protection of underground sources of drinking water under the Safe Drinking Water Act of 1974, as amended (P.L. 93-523); and, (h) protection of endangered species under the Endangered Species Act of 1973, as amended (P.L. 93- 205). 13.Will assist the awarding agency in assuring compliance with Section 106 of the National Historic Preservation Act of 1966, as amended (16 U.S.C. §470), EO 11593 (identification and protection of historic properties), and the Archaeological and Historic Preservation Act of 1974 (16 U.S.C. §§469a-1 et seq.). 14.Will comply with P.L. 93-348 regarding the protection of human subjects involved in research, development, and related activities supported by this award of assistance. 15.Will comply with the Laboratory Animal Welfare Act of 1966 (P.L. 89-544, as amended, 7 U.S.C. §§2131 et seq.) pertaining to the care, handling, and treatment of warm blooded animals held for research, teaching, or other activities supported by this award of assistance. 16.Will comply with the Lead-Based Paint Poisoning Prevention Act (42 U.S.C. §§4801 et seq.) which prohibits the use of lead-based paint in construction or rehabilitation of residence structures. 17.Will cause to be performed the required financial and compliance audits in accordance with the Single Audit Act Amendments of 1996 and OMB Circular No. A-133, "Audits of States, Local Governments, and Non-Profit Organizations." 18.Will comply with all applicable requirements of all other Federal laws, executive orders, regulations, and policies governing this program. SIGNATURE OF AUTHORIZED CERTIFYING OFFICIAL TITLE DATE SUBMITTEDAPPLICANT ORGANIZATION Will comply with the requirements of Section 106(g) of the Trafficking Victims Protection Act (TVPA) of 2000, as amended (22 U.S.C. 7104) which prohibits grant award recipients or a sub-recipient from (1) Engaging in severe forms of trafficking in persons during the period of time that the award is in effect (2) Procuring a commercial sex act during the period of time that the award is in effect or (3) Using forced labor in the performance of the award or subawards under the award. 19. The Colony City Manager 81 03/2014 BOATING ACCESS GRANT RESOLUTION Resolution Number WHEREAS, the City of The Colony, (hereinafter the “Sponsor”), is desirous of providing for the construction of a boating access facility on Lewisville Lake at West Shore Park, and; WHEREAS, the State of Texas, acting through the Texas Parks and Wildlife Department (hereinafter the “Department”), under the authority of Section 11.033 and 31.141 of the Parks & Wildlife Code, would provide funding for such construction, and; WHEREAS, the construction of such a facility would be of benefit to the citizens of The Colony as well as transient recreational boaters from the State and other states: NOW, THEREFORE, BE IT RESOLVED: That the City of The Colony in a meeting this 6 day of January, 2026, is hereby eligible for assistance and will enter into a project agreement with the Department to provide for said construction on a reimbursement basis, with the Sponsor providing 25% by appropriations or in-kind services, and the Department providing 75% matching funds for work accomplished. AND BE IT FURTHER RESOLVED: The undersigned is herewith authorized to sign any or all documents pertaining to the construction; AND BE IT FURTHER RESOLVED: That the Sponsor has matching funds available; AND BE IT FURTHER RESOLVED: That the Sponsor will operate said facility; perform all necessary maintenance and repairs to ensure public use, health and safety; and provide security surveillance to eliminate creations of nuisance or hazard to the public or adjacent property owners; for th e life of the facility (minimum 25 years); AND BE IT FURTHER RESOLVED: That said facility will be open at all reasonable times to the public, and that revenue from any user fees will only be used to offset operation and maintenance costs of any supported facilities. Signature of Official Authorized in Resolution Troy Powell, City Manager, 972-625-1756 Typed Name, Title, and Telephone Number Date 82 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2026 - ____ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO SUBMIT AN APPLICATION FOR THE TEXAS PARKS AND WILDLIFE DEPARTMENT (TPWD) BOATING ACCESS GRANT PROGRAM TO PROVIDE SEVENTY-FIVE PERCENT (75%) MATCHING FUNDS FOR THE WEST SHORE KAYAK LAUNCH; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Council of the City of The Colony, Texas, finds and determines it is in the best interest of the City of The Colony, Texas, that the City Manager submit an application to the Texas Parks and Wildlife Department’s Boating Access Grant Program to provide seventy- five percent (75%) matching funds for the West Shore Kayak Launch, located within the City of The Colony, Texas. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT; Section 1. The findings set forth above are incorporated into the body of this Resolution as if fully set forth herein. Section 2. The City Council of the City of The Colony, Texas, does hereby authorize the City Manager to submit an application to the Texas Parks and Wildlife Department’s Boating Access Grant Program for the West Shore Kayak Launch, located within the City of The Colony, Texas. Section 3. This Resolution shall take effect immediately from and after its passage. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 6th DAY OF JANUARY 2026. _____________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: Tina Stewart, TRMC, CMC, City Secretary 83 APPROVED AS TO FORM: Jeffrey L. Moore, City Attorney 84 Agenda Item No: 5.1 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: Engineering Item Type: Resolution Agenda Section: regular agenda items Suggested Action: Discuss and consider approving a resolution authorizing the City Manager to execute a Construction Services Contract in the amount of $4,659,936.10 with ANA Site Construction for the Phase 15 Residential Street Reconstruction Project. (Hartline) Background: City Council approved funding for the Phase 15 Street Reconstruction Project in the 2024-2025 Capital Improvement Project (CIP) budget. The next set of concrete residential streets to be constructed are listed below. Hawse Drive - From Arbor Glen Road to Paige Road Adams Drive - From Paige Road to Ramsey Drive Pemberton Lane - From Blair Oaks Drive to the East Cul-De-Sac The concrete streets will be reconstructed to the same width as existing with reinforced concrete pavement. Sidewalk and driveway returns within right-of-ways will also be reconstructed. Storm drains, water/wastewater mains and street lights will also be replaced, as needed. The project bids were opened on November 13, 2025 and the lowest responsible bidder was ANA Site Construction at a cost of $4,659,936.10. Halff Associates, Inc., the Project Design Engineer, received positive feedback from representatives that have previously worked with the contractor including the City of Celina, City of Plano, and City of Sanger. Halff Associates, Inc. recommends approval of the contract with this company. See attached Engineering Recommendation Letter for additional information. With approval, the project is anticipated to start construction in February 2026 with an estimated completion in July 2027. Attachments: Phase 15 Street Reconstruction RFB #69-26-02 - Certified Bid Tab.pdf Phase 15 Street Reconstruction RFB #69-26-02 - Low Bidder Referral Letter.pdf Phase 15b Streets Location.pdf Res. 2026-xxx - ANA Site Construction -Construction Services Contract.doc 85 The City of The Colony - Phase 15 Street Reconstruction Bid No. 69-26-02 Bid Opening: November 13, 2025 The City of The Colony CIP Engineer: Robert Kotasek The City of The Colony Senior Engineer: Naim Khan, PE The City of the Colony Director of Engineering: Ron Hartline, PE Halff Associates, Inc. Project Manager: Samson Lotigo, PE Low Bidder TOTAL BID $4,659,936.10 $4,680,928.25 $5,237,050.20 Addenda N/A N/A N/A Bid Bond Yes Yes Yes TOTAL BID $5,330,390.69 $5,473,715.00 Addenda N/A N/A Bid Bond Yes Yes Bids Certified by: _____________________________________________________________ SYB Construction Co., Inc Axis Contracting, Inc. BID SUMMARY ANA Site Construction Aushill Construction, LLC Quality Excavation 86 LOWEST BIDDER ERRORS/MISSING INFORMATION ITEM #DESCRIPTION U/M QTY UNIT $TOTAL $UNIT $TOTAL $UNIT $TOTAL $UNIT $TOTAL $UNIT $TOTAL $ Base Bid - Bill Allen Memorial Park Erosion Repair 1A-1 Construction Staking, work fully performed complete in place ls 1 $18,750.00 $18,750.00 $6,000.00 $6,000.00 $16,511.00 $16,511.00 $9,297.08 $9,297.08 $10,000.00 $10,000.00 1A-2 Barricades, Warning and Detour Signs, and Fences, designed and implemented for temporary traffic control during construction, work fully performed, complete in place ls 1 $16,875.00 $16,875.00 $10,000.00 $10,000.00 $7,250.00 $7,250.00 $17,171.45 $17,171.45 $12,650.00 $12,650.00 1A-3 Joint Storm Water Pollution Prevention Plan, implemented and maintained, including preparation of Notice of Intent and Notice of Termination, work fully performed, complete in place ls 1 $10,815.00 $10,815.00 $5,000.00 $5,000.00 $2,938.00 $2,938.00 $5,156.78 $5,156.78 $5,500.00 $5,500.00 1A-4 Solid Sod, furnish and install including watering, topsoil and fertilizer, work fully performed, complete in place sy 4261 $10.00 $42,610.00 $14.00 $59,654.00 $16.75 $71,371.75 $11.26 $47,978.86 $10.45 $44,527.45 1A-5 Mobilization and General Site Preparation, work fully performed, complete in place sta 17 $7,415.00 $126,055.00 $4,700.00 $79,900.00 $13,050.00 $221,850.00 $3,689.66 $62,724.22 $7,400.00 $125,800.00 1A-6 Sawcut and Remove Existing Concrete Pavement and Flatwork, work fully performed, complete in place sf 70961 $1.60 $113,537.60 $2.25 $159,662.25 $1.03 $73,089.83 $1.45 $102,893.45 $1.50 $106,441.50 1A-7 Remove Existing Tree, only trees 12" and larger count, work fully performed, complete in place ea 12 $1,000.00 $12,000.00 $250.00 $3,000.00 $1,049.00 $12,588.00 $1,227.21 $14,726.52 $1,300.00 $15,600.00 1A-8 Remove and Reinstall Existing Community Mailboxes, including concrete foundation, complete in place ea 3 $2,400.00 $7,200.00 $1,000.00 $3,000.00 $795.00 $2,385.00 $2,542.15 $7,626.45 $3,000.00 $9,000.00 1A-9 Remove Existing Storm Drain Pipe (various sizes), work fully performed, complete in place lf 93 $45.00 $4,185.00 $33.00 $3,069.00 $21.00 $1,953.00 $45.83 $4,262.19 $35.00 $3,255.00 1A-10 Remove Existing Inlet (various sizes), work fully performed, complete in place ea 2 $2,100.00 $4,200.00 $1,300.00 $2,600.00 $816.00 $1,632.00 $2,595.78 $5,191.56 $1,200.00 $2,400.00 1A-11 Unclassified Street Excavation, work fully performed, complete in place cy 1267 $24.00 $30,408.00 $20.00 $25,340.00 $36.00 $45,612.00 $59.05 $74,816.35 $52.00 $65,884.00 1A-12 Street Repair for Utility Trench, work fully performed complete in place sf 209 $43.00 $8,987.00 $12.00 $2,508.00 $24.75 $5,172.75 $21.12 $4,414.08 $30.00 $6,270.00 1A-13 6-inch Thick Grade A, Type 1 or 2 Flex Base, work fully performed, complete in place sy 5531 $24.00 $132,744.00 $25.00 $138,275.00 $22.40 $123,894.40 $27.36 $151,328.16 $30.20 $167,036.20 1A-14 6-inch Thick, 4,000 psi Portland Cement Reinforced Concrete Pavement, work fully performed, construct complete in place sy 5531 $71.00 $392,701.00 $80.00 $442,480.00 $77.00 $425,887.00 $70.02 $387,280.62 $85.00 $470,135.00 1A-15 6-inch Thick, 4,000 psi Portland Cement Reinforced Concrete Driveway, work fully performed, construct complete in place sf 18075 $8.75 $158,156.25 $9.00 $162,675.00 $12.00 $216,900.00 $13.67 $247,085.25 $14.75 $266,606.25 1A-16 7-inch Thick, 4,000 psi Portland Cement Concrete Alley Approach and Alley Pavement, work fully performed, construct complete in place sf 240 $13.80 $3,312.00 $9.00 $2,160.00 $14.75 $3,540.00 $14.56 $3,494.40 $15.75 $3,780.00 1A-17 4-inch Thick, 4,000 psi Portland Cement Concrete Concrete for Sidewalks, work fully performed, construct complete in place sf 12018 $7.10 $85,327.80 $8.00 $96,144.00 $9.50 $114,171.00 $9.44 $113,449.92 $9.50 $114,171.00 1A-18 4-inch Thick, 4,000 psi Portland Cement Concrete Barrier-Free Ramp (Type 7 Modified), work fully performed, construct complete in place ea 2 $4,200.00 $8,400.00 $2,500.00 $5,000.00 $2,483.00 $4,966.00 $3,761.28 $7,522.56 $1,650.00 $3,300.00 1A-19 Integral Sidewalk Retaining Wall (Height Equal to or Less Than 1 foot), work fully performed, construct complete in place lf 450 $52.00 $23,400.00 $4.00 $1,800.00 $42.75 $19,237.50 $124.73 $56,128.50 $65.00 $29,250.00 1A-20 Remove and Reinstall Existing Landscaping, work fully performed, complete in place ls 1 $11,000.00 $11,000.00 $5,000.00 $5,000.00 $5,302.00 $5,302.00 $16,492.52 $16,492.52 $2,750.00 $2,750.00 1A-21 Tree Root Barrier, work fully performed, furnish and install complete in place lf 150 $52.00 $7,800.00 $2.00 $300.00 $58.50 $8,775.00 $37.82 $5,673.00 $33.00 $4,950.00 1A-22 Pavement Markings and Signage, furnish and install complete in place ls 1 $9,400.00 $9,400.00 $500.00 $500.00 $4,183.00 $4,183.00 $12,396.10 $12,396.10 $4,400.00 $4,400.00 1A-23 Trench Safety for Storm Drain Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 96 $11.00 $1,056.00 $5.50 $528.00 $2.25 $216.00 $1.00 $96.00 $1.00 $96.00 1A-24 24-inch Class III Reinforced Concrete Storm Drain (open cut), furnish and install including Excavation, Embedment and Backfill, work fully performed, complete in place lf 30 $74.00 $2,220.00 $200.00 $6,000.00 $152.00 $4,560.00 $171.00 $5,130.00 $150.00 $4,500.00 1A-25 6'x2' Reinforced Concrete Box, furnish and install including Excavation, Embedment and Backfill, work fully performed, complete in place lf 66 $617.00 $40,722.00 $600.00 $39,600.00 $585.00 $38,610.00 $565.00 $37,290.00 $700.00 $46,200.00 PHASE 15 STREET RECONSTRUCTION, RFB #69-26-02 COMPANY COMPANY COMPANY COMPANY COMPANY ANA Site Construction Aushill Construction, LLC Quality Excavation SYB Construction Co., Inc Axis Contracting, Inc. BID OPENING: 2:00 P.M., THURSDAY, NOVEMBER 13, 2025 PO Box 527 535 Talbert Drive, Suite 207 104 Redfearn Rd 1017 S. FM 157 9787 Helms Trl Valley View, TX 76272 Plano, TX 75093 Aubrey, TX 76227 Venus, TX 76084 Forney, TX 75126 87 1A-26 10-foot Standard Curb Inlet, work fully performed, construct complete in place ea 2 $6,785.00 $13,570.00 $10,000.00 $20,000.00 $6,140.00 $12,280.00 $7,500.00 $15,000.00 $8,500.00 $17,000.00 1A-27 7'x4' Junction Box w/ MH Riser, work fully performed, construct complete in place ea 2 $5,175.00 $10,350.00 $8,500.00 $17,000.00 $8,000.00 $16,000.00 $16,000.00 $32,000.00 $17,000.00 $34,000.00 1A-28 Subgrade Remediation with Geogrid, work fully performed, construct complete in place sy 250 $37.00 $9,250.00 $5.00 $1,250.00 $40.00 $10,000.00 $44.82 $11,205.00 $40.00 $10,000.00 Subtotal $1,305,031.65 $1,298,445.25 $1,470,875.23 $1,457,831.02 $1,585,502.40 1B-1 Trench Safety for Water Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 1691 $2.00 $3,382.00 $3.00 $5,073.00 $2.00 $3,382.00 $1.00 $1,691.00 $1.00 $1,691.00 1B-2 Remove and Salvage Existing Water Valve (various sizes), including Excavation and Backfill, work fully performed, complete in place ea 4 $1,000.00 $4,000.00 $775.00 $3,100.00 $668.00 $2,672.00 $600.00 $2,400.00 $1,500.00 $6,000.00 1B-3 Remove and Salvage Existing Fire Hydrant, including Excavation and Backfill, work fully performed, complete in place ea 3 $1,300.00 $3,900.00 $1,050.00 $3,150.00 $500.00 $1,500.00 $1,000.00 $3,000.00 $2,000.00 $6,000.00 1B-4 Remove Existing Water Lines (various sizes), work fully performed, complete in place lf 103 $19.00 $1,957.00 $33.00 $3,399.00 $19.00 $1,957.00 $10.00 $1,030.00 $15.00 $1,545.00 1B-5 8-inch AWWA C900 PVC DR 18 (Class 150), Water Line (open cut), furnish and install, including Excavation, Embedment, Backfill, Fittings, Concrete Blocking & Clean Up, work fully performed, complete in place lf 1691 $66.00 $111,606.00 $81.00 $136,971.00 $80.00 $135,280.00 $92.00 $155,572.00 $90.00 $152,190.00 1B-6 8-inch Gate Valve, including box and lid, furnish and install, work fully performed, complete in place ea 4 $4,400.00 $17,600.00 $2,700.00 $10,800.00 $2,850.00 $11,400.00 $2,700.00 $10,800.00 $2,500.00 $10,000.00 1B-7 Fire Hydrant Assembly, including 6-inch lead line, 6-inch gate valve, and barrel extension, furnish and install, work fully performed, complete in place ea 3 $9,400.00 $28,200.00 $7,500.00 $22,500.00 $7,850.00 $23,550.00 $9,000.00 $27,000.00 $7,200.00 $21,600.00 1B-8 Connect to Existing 6-inch Water Line, work fully performed, complete in place ea 1 $3,000.00 $3,000.00 $4,000.00 $4,000.00 $2,942.00 $2,942.00 $4,500.00 $4,500.00 $2,000.00 $2,000.00 1B-9 Connect to Existing 8-inch Water Line, work fully performed, complete in place ea 1 $2,600.00 $2,600.00 $4,000.00 $4,000.00 $2,993.00 $2,993.00 $4,100.00 $4,100.00 $3,000.00 $3,000.00 1B-10 1-inch Water Service Line (Short service), Poly SR9, including saddle, corporation curb stop and fittings, furnish and install, work fully performed, complete in place ea 23 $1,630.00 $37,490.00 $1,850.00 $42,550.00 $1,549.00 $35,627.00 $1,600.00 $36,800.00 $2,000.00 $46,000.00 1B-11 1-inch Water Service Line (Long service) in 2-inch PVC Sleeve, Poly SR9, including saddle, corporation curb stop and fittings, furnish and install, work fully performed, complete in place ea 14 $2,050.00 $28,700.00 $2,200.00 $30,800.00 $2,481.00 $34,734.00 $2,250.00 $31,500.00 $3,000.00 $42,000.00 1B-12 Water Meter Box, furnish and install, work fully performed, complete in place ea 46 $245.00 $11,270.00 $200.00 $9,200.00 $231.00 $10,626.00 $100.00 $4,600.00 $150.00 $6,900.00 1B-13 Trench Safety for Sanitary Sewer Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 1361 $3.00 $4,083.00 $4.00 $5,444.00 $2.25 $3,062.25 $1.00 $1,361.00 $1.00 $1,361.00 1B-14 Remove Existing Sanitary Sewer Lines (various sizes), work fully performed, complete in place lf 1360 $11.00 $14,960.00 $22.00 $29,920.00 $19.00 $25,840.00 $1.00 $1,360.00 $15.00 $20,400.00 1B-15 Remove and Dispose of Existing Sanitary Sewer Cleanout, including Excavation and Backfill, work fully performed, complete in place ea 2 $1,000.00 $2,000.00 $1,000.00 $2,000.00 $418.00 $836.00 $500.00 $1,000.00 $500.00 $1,000.00 1B-16 Remove and Dispose of Existing Sanitary Sewer Manhole, including Excavation and Backfill, work fully performed, complete in place ea 1 $3,300.00 $3,300.00 $2,000.00 $2,000.00 $943.00 $943.00 $1,000.00 $1,000.00 $1,200.00 $1,200.00 1B-17 6-inch PVC SDR 26 Sanitary Sewer (open cut), furnish and install, including Excavation, Embedment and Backfill, work fully performed, complete in place fl 49 $55.00 $2,695.00 $95.00 $4,655.00 $105.00 $5,145.00 $96.00 $4,704.00 $90.00 $4,410.00 1B-18 8-inch PVC SDR 26 Sanitary Sewer (open cut), furnish and install, including Excavation, Embedment and Backfill, work fully performed, complete in place lf 844 $63.00 $53,172.00 $86.00 $72,584.00 $82.00 $69,208.00 $105.00 $88,620.00 $100.00 $84,400.00 1B-19 8-inch PVC SDR 35 Sanitary Sewer (open cut), furnish and install, including Excavation, Embedment and Backfill, work fully performed, complete in place lf 468 $57.00 $26,676.00 $88.00 $41,184.00 $83.25 $38,961.00 $108.00 $50,544.00 $97.00 $45,396.00 1B-20 Concrete Encasement for Sanitary Sewer Lines, furnish and install, work fully performed, complete in place lf 35 $97.00 $3,395.00 $165.00 $5,775.00 $94.00 $3,290.00 $100.00 $3,500.00 $50.00 $1,750.00 1B-21 4-foot Diameter Standard Sanitary Sewer Manhole (0 to 6-feet deep), including connection of all intersecting mains, furnish and install, work fully performed, complete in place ea 4 $8,115.00 $32,460.00 $8,200.00 $32,800.00 $10,750.00 $43,000.00 $9,400.00 $37,600.00 $8,000.00 $32,000.00 1B-22 Extra Depth for 4-foot Diameter Standard Sanitary Sewer Manhole, including connection of all intersecting mains, furnish and install, work fully performed, complete in place vf 3 $970.00 $2,910.00 $250.00 $750.00 $643.00 $1,929.00 $676.00 $2,028.00 $500.00 $1,500.00 88 1B-23 Connect to Existing Sanitary Sewer Manhole, work fully performed, complete in place ea 1 $5,500.00 $5,500.00 $2,000.00 $2,000.00 $1,339.00 $1,339.00 $1,750.00 $1,750.00 $1,500.00 $1,500.00 1B-24 Connect to Existing 6-inch Sanitary Sewer Line, work fully performed, complete in place ea 1 $2,100.00 $2,100.00 $2,000.00 $2,000.00 $909.00 $909.00 $750.00 $750.00 $2,000.00 $2,000.00 1B-25 6-inch Sanitary Sewer Service Line with 4-inch Wye (open cut), furnish and install, including Excavation, Embedment, Backfill and two 4-inch Cleanouts, work fully performed, complete in place lf 405 $113.00 $45,765.00 $89.00 $36,045.00 $153.00 $61,965.00 $142.00 $57,510.00 $43.00 $17,415.00 1B-26 4-inch Sanitary Sewer Service Line (open cut), furnish and install, including Excavation, Embedment, Backfill and one 4-inch Cleanout, work fully performed, complete in place lf 115 $104.00 $11,960.00 $83.00 $9,545.00 $83.00 $9,545.00 $102.00 $11,730.00 $36.00 $4,140.00 1B-27 Pre-Construction Television Inspection, including cleaning of lines, work fully performed lf 1360 $3.00 $4,080.00 $4.00 $5,440.00 $0.90 $1,224.00 $2.50 $3,400.00 $7.00 $9,520.00 1B-28 Post-Construction Television Inspection, including cleaning of lines, work fully performed lf 1438 $5.00 $7,190.00 $4.00 $5,752.00 $1.70 $2,444.60 $2.50 $3,595.00 $7.00 $10,066.00 Subtotal $475,951.00 $533,437.00 $536,303.85 $553,445.00 $536,984.00 1C-1 Remove Existing Street Light Foundation, work fully performed, complete in place ea 3 $1,400.00 $4,200.00 $250.00 $750.00 $796.00 $2,388.00 $1,239.61 $3,718.83 $900.00 $2,700.00 1C-2 Street Light Foundation, furnish and install, work fully performed, complete in place ea 3 $3,900.00 $11,700.00 $2,500.00 $7,500.00 $1,591.00 $4,773.00 $2,293.28 $6,879.84 $1,500.00 $4,500.00 Subtotal $15,900.00 $8,250.00 $7,161.00 $10,598.67 $7,200.00 2A-1 Construction Staking, work fully performed complete in place ls 1 $15,000.00 $15,000.00 $6,000.00 $6,000.00 $11,007.00 $11,007.00 $9,297.08 $9,297.08 $10,000.00 $10,000.00 2A-2 Barricades, Warning and Detour Signs, and Fences, designed and implemented for temporary traffic control during construction, work fully performed, complete in place ls 1 $16,125.00 $16,125.00 $10,000.00 $10,000.00 $6,500.00 $6,500.00 $17,171.45 $17,171.45 $12,650.00 $12,650.00 2A-3 Joint Storm Water Pollution Prevention Plan, implemented and maintained, including preparation of Notice of Intent and Notice of Termination, work fully performed, complete in place ls 1 $3,125.00 $3,125.00 $5,000.00 $5,000.00 $2,479.00 $2,479.00 $5,156.78 $5,156.78 $5,500.00 $5,500.00 2A-4 Solid Sod, furnish and install including watering, topsoil and fertilizer, work fully performed, complete in place sy 2172 $10.00 $21,720.00 $14.00 $30,408.00 $16.78 $36,446.16 $11.09 $24,087.48 $12.10 $26,281.20 2A-5 Mobilization and General Site Preparation, work fully performed, complete in place sta 11 $4,030.00 $44,330.00 $4,700.00 $51,700.00 $13,500.00 $148,500.00 $5,430.62 $59,736.82 $7,400.00 $81,400.00 2A-6 Sawcut and Remove Existing Concrete Pavement and Flatwork, work fully performed, complete in place sf 40011 $1.55 $62,017.05 $2.25 $90,024.75 $1.00 $40,011.00 $1.48 $59,216.28 $1.50 $60,016.50 2A-7 Remove Existing Tree, only trees 12" and larger count, work fully performed, complete in place ea 1 $1,900.00 $1,900.00 $250.00 $250.00 $1,246.00 $1,246.00 $1,456.54 $1,456.54 $1,530.00 $1,530.00 2A-8 Remove and Reinstall Existing Community Mailboxes, including concrete foundation, complete in place ea 2 $2,000.00 $4,000.00 $1,000.00 $2,000.00 $796.00 $1,592.00 $3,813.23 $7,626.46 $3,000.00 $6,000.00 2A-9 Remove and Reinstall Existing Wood Fence, work fully performed, complete in place lf 107 $74.00 $7,918.00 $10.00 $1,070.00 $85.00 $9,095.00 $17.82 $1,906.74 $75.00 $8,025.00 2A-10 Unclassified Street Excavation, work fully performed complete in place cy 851 $25.00 $21,275.00 $20.00 $17,020.00 $32.00 $27,232.00 $59.18 $50,362.18 $52.00 $44,252.00 2A-11 Street Repair for Utility Trench, work fully performed complete in place sf 654 $40.00 $26,160.00 $12.00 $7,848.00 $27.00 $17,658.00 $21.13 $13,819.02 $30.00 $19,620.00 2A-12 6-inch Thick Grade A, Type 1 or 2 Flex Base, work fully performed, complete in place sy 2963 $28.00 $82,964.00 $25.00 $74,075.00 $22.00 $65,186.00 $27.38 $81,126.94 $30.20 $89,482.60 2A-13 6-inch Thick, 4,000 psi Portland Cement Reinforced Concrete Pavement, work fully performed, construct complete in place SY 2963 $71.00 $210,373.00 $80.00 $237,040.00 $77.00 $228,151.00 $75.89 $224,862.07 $85.00 $251,855.00 2A-14 6-inch Thick, 4,000 psi Portland Cement Reinforced Concrete Driveway, work fully performed, construct complete in place sf 8858 $9.00 $79,722.00 $9.00 $79,722.00 $12.25 $108,510.50 $13.80 $122,240.40 $14.75 $130,655.50 2A-15 7-inch Thick, 4,000 psi Portland Cement Concrete Alley Approach and Alley Pavement, work fully performed, construct complete in place sf 754 $14.00 $10,556.00 $9.00 $6,786.00 $14.80 $11,159.20 $15.80 $11,913.20 $15.75 $11,875.50 2A-16 4-inch Thick, 4,000 psi Portland Cement Concrete Barrier-Free Ramp (Type 7 Modified), work fully performed, construct complete in place ea 2 $4,300.00 $8,600.00 $2,500.00 $5,000.00 $3,003.00 $6,006.00 $3,761.28 $7,522.56 $1,650.00 $3,300.00 2A-17 4-inch Thick, 4,000 psi Portland Cement Concrete for Sidewalks, work fully performed, construct complete in place sf 7554 $7.00 $52,878.00 $8.00 $60,432.00 $9.45 $71,385.30 $9.79 $73,953.66 $9.50 $71,763.00 2A-18 Integral Sidewalk Retaining Wall (Height Equal to or Less Than 1 Foot), work fully performed, construct complete in place lf 250 $58.00 $14,500.00 $4.00 $1,000.00 $41.00 $10,250.00 $124.71 $31,177.50 $65.00 $16,250.00 2A-19 Remove and Reinstall Existing Landscaping, work fully performed, complete in place ls 1 $7,000.00 $7,000.00 $5,000.00 $5,000.00 $7,953.00 $7,953.00 $16,492.52 $16,492.52 $4,950.00 $4,950.00 2A-20 Tree Root Barrier, work fully performed, complete in place lf 25 $158.00 $3,950.00 $10.00 $250.00 $58.00 $1,450.00 $37.77 $944.25 $33.00 $825.00 2A-21 Pavement Markings and Signage, furnish and install complete in place ls 1 $7,500.00 $7,500.00 $500.00 $500.00 $5,750.00 $5,750.00 $12,396.10 $12,396.10 $6,050.00 $6,050.00 89 2A-22 Trench Safety for Storm Drain Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 284 $4.00 $1,136.00 $5.50 $1,562.00 $2.25 $639.00 $1.00 $284.00 $1.00 $284.00 2A-23 21-inch Class III Reinforced Concrete Storm Drain (open cut), furnish and install including Excavation, Embedment and Backfill, work fully performed, complete in place lf 4 $200.00 $800.00 $190.00 $760.00 $554.00 $2,216.00 $656.00 $2,624.00 $250.00 $1,000.00 2A-24 24-inch Class III Reinforced Concrete Storm Drain (open cut), furnish and install including Excavation, Embedment and Backfill, work fully performed, complete in place lf 280 $144.00 $40,320.00 $195.00 $54,600.00 $143.00 $40,040.00 $171.00 $47,880.00 $150.00 $42,000.00 2A-25 10-foot Standard Curb Inlet, work fully performed, construct complete in place ea 2 $8,400.00 $16,800.00 $10,000.00 $20,000.00 $7,412.00 $14,824.00 $7,500.00 $15,000.00 $8,500.00 $17,000.00 2A-26 Subgrade Remediation with Geogrid, work fully performed, construct complete in place sy 150 $40.00 $6,000.00 $5.00 $750.00 $51.00 $7,650.00 $44.82 $6,723.00 $40.00 $6,000.00 Subtotal $766,669.05 $768,797.75 $882,936.16 $904,977.03 $928,565.30 2B-1 Trench Safety for Water Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 1025 $2.00 $2,050.00 $3.00 $3,075.00 $2.00 $2,050.00 $1.00 $1,025.00 $1.00 $1,025.00 2B-2 Remove and Salvage Existing Water Valve (various sizes), including Excavation and Backfill, work fully performed, complete in place ea 4 $1,000.00 $4,000.00 $750.00 $3,000.00 $668.00 $2,672.00 $600.00 $2,400.00 $1,500.00 $6,000.00 2B-3 Remove and Salvage Existing Fire Hydrant, including Excavation and Backfill, work fully performed, complete in place ea 2 $1,400.00 $2,800.00 $1,050.00 $2,100.00 $501.00 $1,002.00 $1,000.00 $2,000.00 $2,000.00 $4,000.00 2B-4 Remove Existing Water Lines (various sizes), work fully performed, complete in place lf 40 $25.00 $1,000.00 $33.00 $1,320.00 $21.00 $840.00 $10.00 $400.00 $15.00 $600.00 2B-5 8-inch AWWA C900 PVC DR 18 (Class 150), Water Line (open cut), furnish and install, including Excavation, Embedment, Backfill, Fittings, Concrete Blocking & Clean Up, work fully performed, complete in place lf 1025 $66.00 $67,650.00 $81.00 $83,025.00 $80.00 $82,000.00 $95.00 $97,375.00 $90.00 $92,250.00 2B-6 8-inch Gate Valve, including box and lid, furnish and install, work fully performed, complete in place ea 3 $4,400.00 $13,200.00 $2,700.00 $8,100.00 $2,850.00 $8,550.00 $2,700.00 $8,100.00 $2,500.00 $7,500.00 2B-7 Fire Hydrant Assembly, including 6-inch lead line, 6-inch gate valve, and barrel extension, furnish and install, work fully performed, complete in place ea 2 $9,800.00 $19,600.00 $7,500.00 $15,000.00 $6,850.00 $13,700.00 $9,000.00 $18,000.00 $7,200.00 $14,400.00 2B-8 Connect to Existing 6-inch Water Line, work fully performed, complete in place ea 3 $3,000.00 $9,000.00 $4,000.00 $12,000.00 $2,794.00 $8,382.00 $4,500.00 $13,500.00 $2,500.00 $7,500.00 2B-9 Concrete Encasement for Water Line, including connection of all intersecting mains, furnish and install, work fully performed, complete in place lf 13 $151.00 $1,963.00 $165.00 $2,145.00 $101.00 $1,313.00 $100.00 $1,300.00 $50.00 $650.00 2B-10 1-inch Water Service Line (Short service), Poly SR9, including saddle, corporation curb stop and fittings, furnish and install, work fully performed, complete in place ea 14 $1,600.00 $22,400.00 $1,850.00 $25,900.00 $1,555.00 $21,770.00 $1,625.00 $22,750.00 $2,000.00 $28,000.00 2B-11 1-inch Water Service Line (Long service) in 2-inch PVC Sleeve, Poly SR9, including saddle, corporation curb stop and fittings, furnish and install, work fully performed, complete in place ea 6 $2,230.00 $13,380.00 $2,200.00 $13,200.00 $3,284.00 $19,704.00 $2,375.00 $14,250.00 $3,000.00 $18,000.00 2B-12 Water Meter Box, furnish and install, work fully performed, complete in place ea 24 $240.00 $5,760.00 $200.00 $4,800.00 $231.00 $5,544.00 $100.00 $2,400.00 $150.00 $3,600.00 2B-13 Trench Safety for Sanitary Sewer Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 901 $4.00 $3,604.00 $3.50 $3,153.50 $2.36 $2,126.36 $1.00 $901.00 $1.00 $901.00 2B-14 Remove Existing Sanitary Sewer Lines (various sizes), work fully performed, complete in place lf 909 $14.00 $12,726.00 $22.00 $19,998.00 $21.00 $19,089.00 $1.00 $909.00 $15.00 $13,635.00 2B-15 Remove and Dispose of Existing Sanitary Sewer Manhole, including Excavation and Backfill, work fully performed, complete in place ea 1 $3,300.00 $3,300.00 $2,000.00 $2,000.00 $945.00 $945.00 $1,000.00 $1,000.00 $1,200.00 $1,200.00 2B-16 Remove and Dispose of Existing Sanitary Sewer Cleanout, including Excavation and Backfill, work fully performed, complete in place ea 1 $985.00 $985.00 $1,000.00 $1,000.00 $418.00 $418.00 $500.00 $500.00 $500.00 $500.00 2B-17 8-inch PVC SDR 26 Sanitary Sewer (open cut), furnish and install, including Excavation, Embedment and Backfill, work fully performed, complete in place lf 901 $66.00 $59,466.00 $83.00 $74,783.00 $82.00 $73,882.00 $102.00 $91,902.00 $100.00 $90,100.00 2B-18 Concrete Encasement for Sanitary Sewer Line, including connection of all intersecting mains, furnish and install, work fully performed, complete in place lf 35 $81.00 $2,835.00 $165.00 $5,775.00 $93.00 $3,255.00 $100.00 $3,500.00 $50.00 $1,750.00 2B-19 4-foot Diameter Standard Sanitary Sewer Manhole (0 to 6-feet deep), including connection of all intersecting mains, furnish and install, work fully performed, complete in place ea 4 $8,210.00 $32,840.00 $7,200.00 $28,800.00 $10,000.00 $40,000.00 $9,400.00 $37,600.00 $8,000.00 $32,000.00 2B-20 Connect to Existing 8-inch Sanitary Sewer Line, work fully performed, complete in place ea 1 $5,600.00 $5,600.00 $2,000.00 $2,000.00 $910.00 $910.00 $800.00 $800.00 $2,000.00 $2,000.00 2B-21 6-inch Sanitary Sewer Service Line with 4-inch Wye (open cut), furnish and install, including Excavation, Embedment, Backfill and two 4-inch Cleanouts, work fully performed, complete in place lf 310 $113.00 $35,030.00 $84.00 $26,040.00 $107.00 $33,170.00 $116.00 $35,960.00 $40.00 $12,400.00 90 2B-22 Pre-Construction Television Inspection, including cleaning of lines, work fully performed lf 909 $3.00 $2,727.00 $4.00 $3,636.00 $0.90 $818.10 $2.50 $2,272.50 $7.00 $6,363.00 2B-23 Post-Construction Television Inspection, including cleaning of lines, work fully performed lf 901 $6.00 $5,406.00 $4.00 $3,604.00 $1.70 $1,531.70 $2.50 $2,252.50 $7.00 $6,307.00 Subtotal $327,322.00 $344,454.50 $343,672.16 $361,097.00 $350,681.00 2C-1 Remove Existing Street Light Foundation, work fully performed, complete in place ea 2 $2,125.00 $4,250.00 $250.00 $500.00 $796.00 $1,592.00 $1,239.61 $2,479.22 $900.00 $1,800.00 2C-2 Street Light Foundation, furnish and install, work fully performed, complete in place ea 2 $5,250.00 $10,500.00 $2,500.00 $5,000.00 $1,591.00 $3,182.00 $2,293.28 $4,586.56 $1,500.00 $3,000.00 Subtotal $14,750.00 $5,500.00 $4,774.00 $7,065.78 $4,800.00 3A-1 Construction Staking, work fully performed complete in place ls 1 $20,625.00 $20,625.00 $6,000.00 $6,000.00 $16,511.00 $16,511.00 $9,297.08 $9,297.08 $10,000.00 $10,000.00 3A-2 Barricades, Warning and Detour Signs, and Fences, designed and implemented for temporary traffic control during construction, work fully performed, complete in place ls 1 $18,000.00 $18,000.00 $10,000.00 $10,000.00 $7,500.00 $7,500.00 $17,171.45 $17,171.45 $12,650.00 $12,650.00 3A-3 Joint Storm Water Pollution Prevention Plan, implemented and maintained, including preparation of Notice of Intent and Notice of Termination, work fully performed, complete in place ls 1 $5,625.00 $5,625.00 $5,000.00 $5,000.00 $2,938.00 $2,938.00 $5,156.78 $5,156.78 $5,500.00 $5,500.00 3A-4 Solid Sod, furnish and install including watering, topsoil and fertilizer, work fully performed, complete in place sy 4146 $10.00 $41,460.00 $14.00 $58,044.00 $16.75 $69,445.50 $11.10 $46,020.60 $12.65 $52,446.90 3A-5 Mobilization and General Site Preparation, work fully performed, complete in place sta 18 $3,500.00 $63,000.00 $4,700.00 $84,600.00 $10,863.00 $195,534.00 $3,218.51 $57,933.18 $7,400.00 $133,200.00 3A-6 Sawcut and Remove Existing Concrete Pavement and Flatwork, work fully performed, complete in place sf 60969 $1.60 $97,550.40 $2.25 $137,180.25 $1.00 $60,969.00 $1.40 $85,356.60 $1.50 $91,453.50 3A-7 Remove Existing Tree, only trees 12" and larger count, work fully performed, complete in place ea 46 $980.00 $45,080.00 $250.00 $11,500.00 $2,041.00 $93,886.00 $2,386.25 $109,767.50 $2,500.00 $115,000.00 3A-8 Remove and Reinstall Existing Community Mailboxes, including concrete foundation, complete in place ea 3 $3,900.00 $11,700.00 $1,000.00 $3,000.00 $796.00 $2,388.00 $2,542.15 $7,626.45 $3,000.00 $9,000.00 3A-9 Unclassified Street Excavation, work fully performed, complete in cy 963 $24.00 $23,112.00 $20.00 $19,260.00 $37.00 $35,631.00 $55.79 $53,725.77 $52.00 $50,076.00 3A-10 Street Repair for Utility Trench, work fully performed, complete in sf 488 $40.00 $19,520.00 $12.00 $5,856.00 $24.00 $11,712.00 $21.12 $10,306.56 $30.00 $14,640.00 3A-11 6-inch Thick Grade A, Type 1 or 2 Flex Base, work fully performed, complete in place sy 5537 $28.00 $155,036.00 $25.00 $138,425.00 $22.00 $121,814.00 $28.40 $157,250.80 $30.20 $167,217.40 3A-12 6-inch Thick, 4,000 psi Portland Cement Reinforced Concrete Pavement, work fully performed, construct complete in place sy 5537 $71.00 $393,127.00 $80.00 $442,960.00 $77.00 $426,349.00 $73.51 $407,024.87 $85.00 $470,645.00 3A-13 7-inch Thick, 4,000 psi Portland Cement Concrete Alley Approach and Alley Pavement, work fully performed, construct complete in place sf 912 $14.00 $12,768.00 $9.00 $8,208.00 $14.00 $12,768.00 $14.47 $13,196.64 $15.75 $14,364.00 3A-14 4-inch Thick, 4,000 psi Portland Cement Concrete for Sidewalks, work fully performed, construct complete in place sf 18017 $7.00 $126,119.00 $8.00 $144,136.00 $9.50 $171,161.50 $7.51 $135,307.67 $9.50 $171,161.50 3A-15 4-inch Thick, 4,000 psi Portland Cement Concrete Barrier-Free Ramp (Type 7 Modified), work fully performed, construct complete in place ea 2 $4,200.00 $8,400.00 $2,500.00 $5,000.00 $3,003.00 $6,006.00 $3,761.28 $7,522.56 $1,650.00 $3,300.00 3A-16 Integral Sidewalk Retaining Wall (Height Equal to or Less Than 1 Foot), work fully performed, construct complete in place lf 1200 $53.00 $63,600.00 $4.00 $4,800.00 $38.00 $45,600.00 $124.72 $149,664.00 $25.00 $30,000.00 3A-17 Remove and Reinstall Existing Landscaping, work fully performed, complete in place ls 1 $26,625.00 $26,625.00 $5,000.00 $5,000.00 $15,908.00 $15,908.00 $16,492.52 $16,492.52 $10,780.00 $10,780.00 3A-18 Tree Root Barrier, work fully performed, complete in place lf 575 $41.00 $23,575.00 $2.00 $1,150.00 $57.00 $32,775.00 $37.82 $21,746.50 $33.00 $18,975.00 3A-19 Pavement Markings and Signage, furnish and install complete in ls 1 $10,600.00 $10,600.00 $500.00 $500.00 $4,183.00 $4,183.00 $12,396.10 $12,396.10 $4,400.00 $4,400.00 3A-20 Subgrade Remediation with Geogrid, work fully performed, construct complete in place sy 350 $37.00 $12,950.00 $5.00 $1,750.00 $47.00 $16,450.00 $44.82 $15,687.00 $40.00 $14,000.00 Subtotal $1,178,472.40 $1,092,369.25 $1,349,529.00 $1,338,650.63 $1,398,809.30 3B-1 Trench Safety for Water Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 1584 $2.00 $3,168.00 $3.00 $4,752.00 $2.00 $3,168.00 $1.00 $1,584.00 $1.00 $1,584.00 3B-2 Remove and Salvage Existing Water Valve (various sizes), including Excavation and Backfill, work fully performed, complete in place ea 4 $985.00 $3,940.00 $750.00 $3,000.00 $669.00 $2,676.00 $600.00 $2,400.00 $1,500.00 $6,000.00 3B-3 Remove and Salvage Existing Fire Hydrant, including Excavation and Backfill, work fully performed, complete in place ea 3 $1,315.00 $3,945.00 $1,050.00 $3,150.00 $501.00 $1,503.00 $1,000.00 $3,000.00 $2,000.00 $6,000.00 3B-4 Remove Existing Water Lines (various sizes), work fully performed, complete in place lf 30 $26.00 $780.00 $33.00 $990.00 $21.00 $630.00 $10.00 $300.00 $15.00 $450.00 3B-5 8-inch AWWA C900 PVC DR 18 (Class 150), Water Line (open cut), furnish and install, including Excavation, Embedment, Backfill, Fittings, Concrete Blocking & Clean Up, work fully performed, complete in place lf 1584 $66.00 $104,544.00 $82.00 $129,888.00 $80.00 $126,720.00 $92.00 $145,728.00 $90.00 $142,560.00 3B-6 8-inch Gate Valve, including box and lid, furnish and install, work fully performed, complete in place ea 4 $4,400.00 $17,600.00 $2,700.00 $10,800.00 $2,850.00 $11,400.00 $2,700.00 $10,800.00 $2,500.00 $10,000.00 3B-7 Fire Hydrant Assembly, including 6-inch lead line, 6-inch gate valve, and barrel extension, furnish and install, work fully performed, complete in place ea 5 $9,400.00 $47,000.00 $7,500.00 $37,500.00 $6,850.00 $34,250.00 $9,000.00 $45,000.00 $7,200.00 $36,000.00 3B-8 Connect to Existing Water Line, work fully performed, complete in ea 3 $2,700.00 $8,100.00 $4,000.00 $12,000.00 $2,976.00 $8,928.00 $4,200.00 $12,600.00 $3,000.00 $9,000.00 91 3B-9 1-inch Water Service Line (Short service), Poly SR9, including saddle, corporation curb stop and fittings, furnish and install, work fully performed, complete in place ea 22 $1,700.00 $37,400.00 $1,850.00 $40,700.00 $1,585.00 $34,870.00 $1,625.00 $35,750.00 $2,000.00 $44,000.00 3B-10 1-inch Water Service Line (Long service) in 2-inch PVC Sleeve, Poly SR9, including saddle, corporation curb stop and fittings, furnish and install, work fully performed, complete in place ea 13 $2,100.00 $27,300.00 $2,200.00 $28,600.00 $2,954.00 $38,402.00 $2,350.00 $30,550.00 $3,000.00 $39,000.00 3B-11 Water Meter Box, furnish and install, work fully performed, complete in place ea 45 $161.00 $7,245.00 $200.00 $9,000.00 $231.00 $10,395.00 $100.00 $4,500.00 $150.00 $6,750.00 3B-12 8-inch Water Line Lowering, furnish and install, work fully performed, complete in place ea 1 $8,300.00 $8,300.00 $8,000.00 $8,000.00 $10,434.00 $10,434.00 $9,000.00 $9,000.00 $15,000.00 $15,000.00 3B-13 Trench Safety for Sanitary Sewer Lines, furnish and install where required by OSHA Standards that are in effect at the time of bidding, work fully performed, complete in place lf 1525 $3.00 $4,575.00 $3.50 $5,337.50 $2.00 $3,050.00 $1.00 $1,525.00 $1.00 $1,525.00 3B-14 Remove Existing Sanitary Sewer Lines (various sizes), work fully performed, complete in place lf 1527 $11.00 $16,797.00 $22.00 $33,594.00 $21.00 $32,067.00 $1.00 $1,527.00 $15.00 $22,905.00 3B-15 Remove and Dispose of Existing Sanitary Sewer Cleanout, including Excavation and Backfill, work fully performed, complete in place ea 2 $985.00 $1,970.00 $1,000.00 $2,000.00 $418.00 $836.00 $500.00 $1,000.00 $500.00 $1,000.00 3B-16 Remove and Dispose of Existing Sanitary Sewer Manhole, including Excavation and Backfill, work fully performed, complete in place ea 2 $2,300.00 $4,600.00 $2,000.00 $4,000.00 $945.00 $1,890.00 $1,000.00 $2,000.00 $1,200.00 $2,400.00 3B-17 8-inch PVC SDR 35 Sanitary Sewer (open cut), furnish and install, including Excavation, Embedment and Backfill, work fully performed, complete in place lf 1525 $62.00 $94,550.00 $88.00 $134,200.00 $80.00 $122,000.00 $102.00 $155,550.00 $97.00 $147,925.00 3B-18 8-inch PVC SDR 35 Sanitary Sewer (in casing), furnish and install, work fully performed, complete in place lf 90 $58.00 $5,220.00 $86.00 $7,740.00 $37.00 $3,330.00 $91.00 $8,190.00 $115.00 $10,350.00 3B-19 16-inch x 3/8" Thick Wall Steel Casing (By Other Than Open Cut), furnish and install, work fully performed, complete in place lf 90 $336.00 $30,240.00 $600.00 $54,000.00 $664.00 $59,760.00 $1,000.00 $90,000.00 $750.00 $67,500.00 3B-20 4-foot Diameter Standard Sanitary Sewer Manhole (0 to 6-feet deep), including connection of all intersecting mains, furnish and install, work fully performed, complete in place ea 5 $8,210.00 $41,050.00 $7,200.00 $36,000.00 $10,000.00 $50,000.00 $9,400.00 $47,000.00 $8,000.00 $40,000.00 3B-21 Connect to Existing 8-inch Sanitary Sewer Line, work fully performed, complete in place ea 1 $2,060.00 $2,060.00 $2,000.00 $2,000.00 $910.00 $910.00 $800.00 $800.00 $1,200.00 $1,200.00 3B-22 6-inch Sanitary Sewer Service Line with 4-inch Wye (open cut), furnish and install, including Excavation, Embedment, Backfill and two 4-inch Cleanouts, work fully performed, complete in place lf 305 $158.00 $48,190.00 $83.00 $25,315.00 $190.00 $57,950.00 $173.00 $52,765.00 $40.00 $12,200.00 3B-23 4-inch Sanitary Sewer Service Line (open cut), furnish and install, including Excavation, Embedment, Backfill and one 4-inch cleanout, work fully performed, complete in place lf 145 $78.00 $11,310.00 $84.00 $12,180.00 $83.00 $12,035.00 $85.00 $12,325.00 $30.00 $4,350.00 3B-24 Pre-Construction Television Inspection, including cleaning of lines, work fully performed lf 1617 $3.00 $4,851.00 $4.00 $6,468.00 $0.90 $1,455.30 $2.50 $4,042.50 $7.00 $11,319.00 3B-25 Post-Construction Television Inspection, including cleaning of lines, work fully performed lf 1615 $5.00 $8,075.00 $4.00 $6,460.00 $1.70 $2,745.50 $2.50 $4,037.50 $7.00 $11,305.00 Subtotal $542,810.00 $617,674.50 $631,404.80 $681,974.00 $650,323.00 3C-1 Remove Existing Street Light Foundation, work fully performed, complete in place ea 4 $1,970.00 $7,880.00 $250.00 $1,000.00 $796.00 $3,184.00 $1,239.61 $4,958.44 $900.00 $3,600.00 3C-2 Street Light Foundation, furnish and install, work fully performed, complete in place ea 4 $5,250.00 $21,000.00 $2,500.00 $10,000.00 $1,590.00 $6,360.00 $2,293.28 $9,173.12 $1,500.00 $6,000.00 3C-3 2-inch PVC Schedule 40 Conduit for Street Lights (by open cut), furnish and install, work fully performed, complete in place lf 50 $83.00 $4,150.00 $20.00 $1,000.00 $17.00 $850.00 $12.40 $620.00 $25.00 $1,250.00 Subtotal $33,030.00 $12,000.00 $10,394.00 $14,751.56 $10,850.00 BID PROPOSAL SUMMARY Subtotal Base Bid Section 1 $1,796,882.65 $1,840,132.25 $2,014,340.08 $2,021,874.69 $2,129,686.40 Subtotal Base Bid Section 2 $1,108,741.05 $1,118,752.25 $1,231,382.32 $1,273,139.81 $1,284,046.30 Subtotal Base Bid Section 3 $1,754,312.40 $1,722,043.75 $1,991,327.80 $2,035,376.19 $2,059,982.30 Total Project Bid $4,659,936.10 $4,680,928.25 $5,237,050.20 $5,330,390.69 $5,473,715.00 Materials Incorporated into Work $1,809,262.42 $1,411,000.00 $1,408,043.00 $1,795,375.00 $3,284,229.00 Materials Not Incorporated into Work $9,500.00 $125,600.00 $75,460.00 $58,686.00 $547,371.50 Other, Labor, Etc.$2,841,173.68 $3,144,328.25 $3,753,547.00 $3,476,329.69 $1,642,114.50 Total $4,659,936.10 $4,680,928.25 $5,237,050.00 $5,330,390.69 $5,473,715.00 ADDENDA RECEIVED? YES/NO N/A N/A N/A N/A N/A BID BOND RECEIVED? YES/NO YES YES YES YES YES Subtotal - Phase 15 Street Reconstruction 92 2601 Meacham Blvd., Suite 600, Fort Worth, TX 76137 | halff.com December 8, 2025 Mr. Ron Hartline, P.E. Director of Engineering City of the Colony 6800 Main Street The Colony, Texas 75056 Re: Bid No. 69-26-02: Phase 15 Streets Reconstruction – Low Bidder Referral Letter Dear Mr. Hartline: Bids for the Phase 15 Streets Reconstruction project were opened on Thursday, November 13, 2025, at the City of The Colony. Bids were received from Five (5) different bidders and ranged from high bid of $5,473,715.00 to a low bid at $4,659,936.10. ANA Site Construction (ANA) was the apparent low bidder. The City of The Colony (City) asked Halff Associates, Inc. (Halff) to review the qualifications and references of the apparent low bidder. In response to this request, Halff personnel reached out to three (3) municipality references that had similar project scope, scale and contract price to the Phase 15 Streets Reconstruction project and received a response back from the City of Celina, City of Plano, and City of Sanger about ANA’s quality of the construction services, safety compliance and overall satisfaction. Halff personnel spoke with Tyler Ratliff, Senior Construction Inspector for the City of Celina. Mr. Ratliff discussed ANA’s performance on a paving, drainage, water, and sewer rehabilitation project and he stated ANA adhered to project deadlines and were “communicative, very responsive, and reliable.” He mentioned ANA’s workmanship on the paving and drainage structures were well executed and no change orders were requested. Mr. Ratliff also noted that ANA worked well with the homeowners and operated safely on site. He stated that the City of Celina has hired ANA many times in the past and would hire them again. Halff contacted Husain Hamza, Senior Engineer for the City of Plano. Mr. Hamza discussed ANA’s performance on their Water Rehabilitation Project for Cross Creek East No. B and he stated that ANA “handled the work professionally with minimum guidance.” He noted that ANA worked well with homeowners, finished the scope of work on schedule, and were prompt to solve issues when they arose on site. Mr. Hamza highlighted the work performed on the drainage structures to be well constructed and stated he would hire ANA again. Halff personnel spoke with Jim Bolz, Director of Public Works for the City of Sanger. Mr. Bolz discussed ANA’s performance on the I-35 Utility Relocations project and he stated they were prompt and performed very well. He mentioned ANA’s workmanship for water and sewer relocations was thorough and handled professionally, especially when working with the surrounding business owners and city officials . Mr. Bolz noted there were only a few change orders initiated by the ANA due to no fault of their own and that the 93 2601 Meacham Blvd., Suite 600, Fort Worth, TX 76137 | halff.com project deadlines were met well before schedule. When asked if he would rehire this contractor, he stated the City of Sanger has used ANA on multiple projects and “promotes them to others when given the chance.” Section 252.043 in the Local Government Code states if competitive sealed bids are received, the contract must be awarded to the lowest responsible bidder or to the bidder who provides goods or services at the best value for the municipality. After considering the purchase price and reputation of the bidders, Halff has determined that ANA Site Construction is the lowest responsible bidder. Should you have any questions or comments regarding the statements recorded in this letter please feel free to call me at (817) 764-7446. Sincerely, HALFF Kevin Gronwaldt, PE, LGPP Public Works Team Leader C: Naim Khan, PE, CFM – Senior Engineer Robert Kotasek – Staff Engineer 94 95 CITY OF THE COLONY, TEXAS RESOLUTION NO. 2026 –_____ A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, AUTHORIZING THE CITY MANAGER TO EXECUTE A CONSTRUCTION SERVICES CONTRACT BY AND BETWEEN THE CITY OF THE COLONY AND ANA SITE CONSTRUCTION FOR THE PHASE 15 RESIDENTIAL STREET RECONSTRUCTION PROJECT; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City of The Colony, Texas (the “City”), desires to obtain the services of ANA Site Construction, for the Phase 15 Residential Streets Reconstruction Project; and WHEREAS, the City has determined that it is in the best interest of the City to enter into the Construction Services Contract with ANA Site Construction; and WHEREAS, with this Contract the City of The Colony is agreeing to the services not to exceed the amount of $4,659,936.10 for such work. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS, THAT: Section 1. The Construction Services Contract, having been reviewed by the City Council of the City of The Colony, Texas, and found to be acceptable and in the best interest of the City and its citizens, be, and the same is hereby, in all things approved. Section 2. The City Manager is hereby authorized to execute the Contract on behalf of the City of The Colony, Texas. Section 3. This Resolution shall take effect immediately from and after its adoption and it is so resolved. PASSED AND APPROVED BY THE CITY COUNCIL OF THE CITY OF THE COLONY, TEXAS THIS 6th DAY OF JANUARY 2026. __________________________________ Richard Boyer, Mayor City of The Colony, Texas ATTEST: ___________________________________ Tina Stewart, TRMC, CMC, City Secretary 96 APPROVED AS TO FORM: ___________________________________ Jeffrey L. Moore, City Attorney 97 Agenda Item No: 6.1 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: City Secretary Item Type: Discussion Agenda Section: executive session Suggested Action: A. Council shall convene into a closed executive session pursuant to Sections 551.072 and 551.087 of the Texas Government Code to deliberate regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and to deliberate the offer of a financial or other incentive to a business prospect(s). Background: 98 Agenda Item No: 7.1 CITY COUNCIL Agenda Item Report Meeting Date: January 6, 2026 Submitted By: Ana Alvarado Submitting Department: City Secretary Item Type: Discussion Agenda Section: executive session action Suggested Action: A. Any action as a result of executive session regarding purchase, exchange, lease or value of real property and commercial or financial information the city has received from a business prospect(s), and the offer of a financial or other incentive to a business prospect(s). Background: 99