Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Packet City Council - 09/23/2025
®rtif Cit of Corpus Christi 1201 Leopard Street Y Corpus Christi,TX 78401 _ cctexas.com _ Meeting Agenda Final revised City Council Tuesday, September 23, 2025 11:30 AM Council Chambers Public Notice: Persons with disabilities who plan to attend this meeting and who may need auxiliary aids or services are requested to contact the City Secretary's office (at 361-826-3105) at least 48 hours in advance so that appropriate arrangements can be made. Si Usted desea dirigirse al Concilio y cree que su ingles es limitado, habra un interprete ingles-espanol en todas las juntas del Concilio para ayudarle. This meeting may be held via videoconference call pursuant to Texas Government Code § 551.127. If this meeting is held via videoconference call or other remote method of meeting, then a member of this governmental body presiding over this meeting will be physically present at the location of this meeting unless this meeting is held pursuant to Texas Government Code § 551.125 due to an emergency or other public necessity pursuant to Texas Government Code § 551.045. A. Mayor Paulette Guajardo to call the meeting to order. B. Invocation to be given by Reverend James Amerson with First Methodist Church. C. Pledge of Allegiance to the Flag of the United States and to the Texas Flag to be led by Ella Therese Garcia, 12th grader at St. John Paul II. D. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers. City of Corpus Christi Page 1 Printed on 9/22/2025 City Council Meeting Agenda-Final-revised September 23,2025 E. PUBLIC COMMENT- Public comment prior to the General Public Comment period, scheduled at approximately 5:30 p.m., will only be on action items on this City Council agenda unless otherwise specified. Sign-up to speak at 5:30 p.m. is at www.corpuschristitx.gov/signin or at the City Council kiosk. Each speaker is limited to a total of no more than 3 minutes per speaker. Time limits may be restricted further by the Mayor at any meeting. If you have a petition or other information pertaining to your subject, please present it to the City Secretary. Written comments may be submitted at https://corpuschristitx.gov/department-directory/city-secretary. Electronic media that you would like to use may only be introduced into the City system IF approved by the City's Communications Department at least 24 hours prior to the Meeting. Please contact Communications at (361) 826-3211 to coordinate. The right to publicly comment prior to any item being considered constitutes a public hearing for all items on this agenda. F. BOARD &COMMITTEE APPOINTMENTS: (ITEM 1) 1. 25-1507 Resolution nominating candidate(s) for the Nueces County Appraisal District Board of Directors. G. EXPLANATION OF COUNCIL ACTION: For administrative convenience, certain of the agenda items are listed as motions, resolutions, or ordinances. If deemed appropriate, the City Council will use a different method of adoption from the one listed;may finally pass an ordinance by adopting it as an emergency measure rather than a two reading ordinance;or may modify the action specified. H. CONSENT AGENDA: (ITEMS 2 -24) NOTICE TO THE PUBLIC: The following items are consent motions, resolutions, and ordinances of a routine or administrative nature. The Council has been furnished with background and support material on each item, and/or it has been discussed at a previous meeting. All items will be acted upon by one vote without being discussed separately unless requested by a Council Member or a citizen, in which event the item or items will immediately be withdrawn for individual consideration in its normal sequence after the items not requiring separate discussion have been acted upon. The remaining items will be adopted by one vote. 2. 25-1477 Approval of the August 21, 2025 and August 28, 2025 Workshop Minutes, and September 9, 2025 Regular Meeting Minutes sponsors: City Secretary's Office Consent-Second Reading Ordinances 3. 25-1329 Ordinance awarding a construction contract to Fencing Unlimited, LLC of West Monroe, LA for the Defense Economic Adjustment Assistance Grant-Naval Air Station Corpus Christi Perimeter Fence Grant Project in an amount up to $1,022,900.00; located in Council District 4; appropriating $615,514.30 from the U.S. Department of the Navy. City of Corpus Christi Page 2 Printed on 9/22/2025 City Council Meeting Agenda-Final-revised September 23,2025 Sponsors: Engineering Services 4. 25-1341 Ordinance authorizing Amendment No. 1 to the Agreement with Padre Isles Property Owners Association (PIPOA) for improvements and ongoing maintenance to Don & Sandy Billish Park to update the maintenance obligations by the City and to allow the PIPOA to drill and construct four water wells for irrigation purposes. Sponsors: Parks and Recreation Department 5. 25-1330 Ordinance appropriating Airport Grant No. 74 in the amount of $557,814.00 from the Federal Aviation Administration for the Airport Improvement Program for the Terminal Access Road "International Drive Rehabilitation" Project in the Airport CIP Grants Fund; appropriating and transferring $29,359.00 from the Airport Operating Fund to the Airport Capital Reserve Fund; and amending the FY 2025 Capital Budget by increasing revenues and expenditures each by $587,173.00. Sponsors: Aviation Department 6. 25-1430 Ordinance approving an economic development incentive agreement project between the Corpus Christi B Corporation (Type B Corporation) and Padre Island North, LLC for a total amount not to exceed $2,000,000.00 for development of the Marriott Dual Branded Hotels, Courtyard & Residence Inn, Conference Center, Bar & Restaurant located at 15210 - 15222 Windward Drive, Corpus Christi; as part of the project developer, Padre Island North, LLC, will create 73 primary jobs for the new or expanded business enterprise; and appropriating $2,000,000.00, in project funding to be reimbursed over a five-year period from the unreserved fund balance of the Corpus Christi B Corporation Economic Development fund. Sponsors: Economic Development Consent- Contracts and Procurement 7. 25-1252 Motion authorizing a one-year service agreement with two one-year options, with Blue Cross Blue Shield of Texas, of Richardson, Texas, for stop loss coverage for the City's self-funded employee health benefit plans from October 1, 2025, through September 30, 2026, with funding from the proposed FY 2026 budget for an estimated amount of$2,695,429.44 payable from the Police, Fire, and Civilian health benefit funds. Sponsors: Human Resources and Finance &Procurement 8. 25-1171 Resolution authorizing a three-year service agreement with Qwake Technologies, of Austin, Texas, for the purchase of Qwake Technologies' C-THRU system which includes hardware, software, mobile applications, cloud storage, and video and audio streaming services for real-time firefighting visualization and navigation for the Corpus Christi Fire Department in an amount up to $299,345.68, with FY 2025 funding of City of Corpus Christi Page 3 Printed on 9/22/2025 City Council Meeting Agenda-Final-revised September 23,2025 $171,745.68 from the General Fund. Sponsors: Fire Department, Information Technology Services and Finance & Procurement 9. 25-1379 Motion authorizing the purchase of one Chevy Tahoe from Lake Country Chevrolet of Jasper, Texas, through the TIPS Cooperative, for a total amount of$76,269.79 to be used by the Corpus Christi Police Department for the Operation Stonegarden Program (drug and human trafficking), with FY 2025 funding in the amount of$75,000.00 available through the Police Grants Fund and $1,269.79 from the General Fund. Sponsors: Police Department 10. 25-1380 Motion authorizing the purchase of Cisco network and phone hardware and related SmartNet software licenses from Great South Texas Corp, dba Computer Solutions, of San Antonio, with an office in Corpus Christi, through the DIR Cooperative, for a total amount of$336,684.87, with FY 2025 funding from the Information Technology Fund. Sponsors: Information Technology Services and Finance &Procurement 11. 25-1277 Motion authorizing execution of a one-year cooperative agreement with Insight Public Sector, Inc., of Chandler, Arizona, through the Omnia Cooperative, in an amount not to exceed $129,064.41, for renewal of Adobe licenses for use of Acrobat, Captivate, Creative Cloud, Illustrator, InDesign, PhotoShop, and Sign for City departments, with FY 2025 funding from various funds and continuing one-year renewals, subject to sufficient future appropriations. Sponsors: Information Technology Services and Finance &Procurement 12. 25-1405 Motion to execute Amendment#1 to the five-year agreement, with five one-year options, with Infax, Inc., of Alpharetta, Georgia, to add four workstations, licenses, and support totaling $60,790.00 to the Flight Information Display System upgrade project, for a revised total amount of $459,997.00 and up to $757,507.89 if all options are exercised, with FY 2025 funding of$45,593.00 from the Airport Fund. Sponsors: Aviation Department, Information Technology Services and Finance & Procurement 13. 25-1201 Motion authorizing execution of a five-year service agreement with FlashParking, Inc., of Austin, for the upgrade and replacement of hardware and software for parking lot system improvements at Corpus Christi International Airport, for an amount not to exceed $538,019.00, with $460,019.00 due in year one, with a potential up to $658,008.00 if five additional one-year software renewal options are exercised, with FY 2025 funding of$460,019.00 from the Airport Operating Fund. Sponsors: Aviation Department, Information Technology Services and Finance & Procurement City of Corpus Christi Page 4 Printed on 9/22/2025 City Council Meeting Agenda-Final-revised September 23,2025 14. 25-1147 Motion authorizing the purchase of the NoTraffic mobility platform for 77 intersections from Texas Highway Products, Ltd., of Round Rock, through the BuyBoard purchasing cooperative, in the amount of$1,801,985.00 for software licenses, hardware, and components to enhance traffic signal operations to improve signal timing, safety, mobility, and begin synchronization along designated corridors to be completed in two phases (61 intersections and 16 intersections, respectively) for the Public Works Department, with FY 2025 funding of$1,432,215.00 from G.O. Bond 2018 and Street CIP and FY 2026 funding of$369,770.00 from the Streets Fund, subject to approval of the annual budget. Sponsors: Public Works/Street Department, Information Technology Services and Finance &Procurement 15. 25-0814 Motion authorizing execution of a one-year supply agreement, with two one-year options, with Southern Ionics Incorporated, of West Point, Mississippi, in an amount not to exceed $1,608,500.00, with a potential up to $4,825,500.00 if options are exercised, to purchase sodium bisulfite for Corpus Christi Water, with FY 2025 funding of$266,500.00 from the Wastewater Fund. Sponsors: Corpus Christi Water and Finance &Procurement 16. 25-1347 Resolution authorizing the purchase of 14 additional vehicles and equipment for Corpus Christi Water, of which all 14 units will be outright purchases, through the BuyBoard, Sourcewell, HGAC and TIPS Cooperatives for a total amount of$1,113,619.65, with funding from FY 2025 Wastewater Fund. Sponsors: Asset Management Department, Corpus Christi Water and Finance & Procurement 17. 25-0998 Resolution authorizing the purchase and lease-purchase of 54 replacement and 10 additional light and heavy vehicles and equipment by various City Departments, of which 59 units will be outright purchases and five units will be lease-purchases, through the BuyBoard, HGAC, TIPS, and Sourcewell Cooperatives for a total amount of$9,599,368.50, with FY 2025 funding in the amount of$116,623.23 coming from the FY 2025 General Fund, $216,574.50 coming from the FY 2025 Street Fund, and $7,776,805.62 coming from the FY 2025 Fleet Equipment Replacement Fund. Sponsors: Asset Management Department and Finance & Procurement Consent- Capital Projects 18. 25-1342 Motion awarding a construction contract to Cash Construction Company, Inc., of Pflugerville, TX for the Williams Lift Station Force Main project to construct a parallel force main to the existing force main in an amount up to $18,555,978.00, located in Council Districts 4 and 5, with FY 2025 funding available from the Wastewater Capital Fund. Sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement City of Corpus Christi Page 5 Printed on 9/22/2025 City Council Meeting Agenda-Final-revised September 23,2025 19. 25-1384 Motion awarding a construction contract to M5 Utilities, LLC, of Boerne, TX for the London Area Wastewater Collection System Improvements project in an amount up to $9,673,073.25 for the Total Base Bid plus Additive Alternate No. 1, located in Council District 3, 5, and outside City limits, with FY 2025 funding available from the Wastewater Capital Fund. Sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 20. 25-1444 Motion awarding a construction contract to Guerra Underground, LLC, of Austin, Texas for the Sand Dollar Connection Line 16" (Coral Vine) project in an amount up to $9,997,672.00 for the Base Bid plus Additive Alternate No. 2 and authorizing a professional services contract amendment no. 2 with Garver, of Houston, Texas with an office in Corpus Christi for construction administration phase services in an amount of$201,025.00 with a total contract value of$884,985.00, located in Council District 4, with FY 2025 funding available from the Water Capital Fund. Sponsors: Corpus Christi Water, Engineering Services and Finance &Procurement 21. 25-1442 Resolution awarding a construction contract with Gerke Excavating, Inc. of Tomah, Wisconsin, for the reconstruction of Starlite Lane from Violet Road to Leopard Street with new concrete pavement, sidewalks, curbs and gutters, ADA-compliant curb ramps, signage, pavement markings, upgraded street illumination, utility, and drainage improvements, in an amount up to $12,563,957.74, located in Council District 1 with funding available up to $7,177,916.50 from FY2025. The remaining funds up to $5,386,041.24, will be available from the FY2026 Street Bond 2022, Storm Water, Water, Wastewater, and Gas Funds. Sponsors: Public Works/Street Department, Engineering Services and Finance & Procurement 22. 25-1209 Motion authorizing a professional services contract with Freese and Nichols, Inc., Corpus Christi, Texas for the design, bid, and construction phase services of Williams Drive from Rodd Field Road to Lexington Road, located in Council District 4, in an amount not to exceed $1,995,282.00, with FY 2025 funding available from the Type B Sales Tax fund, and Water, Waster and Gas Revenue Bond funds. Sponsors: Public Works/Street Department, Engineering Services and Finance & Procurement General Consent Items 23. 25-1497 Resolution approving eight Corpus Christi B Corporation (Type B Corporation) Economic Development Small Business Agreement Projects with the following entities for one year: LiftFund, Inc., Service Corps of Retired Executives (SCORE), Texas A&M University - Corpus Christi, and five projects with Del Mar College for a total amount not to exceed $1,174,725.00, to assist small businesses within the City of Corpus Christi to create/retain jobs to promote and develop business enterprises. City of Corpus Christi Page 6 Printed on 9/22/2025 City Council Meeting Agenda-Final-revised September 23,2025 Sponsors: Economic Development Consent-First Reading Ordinances 24. 25-1292 Ordinance appropriating additional funding for Airport Grant No. 69 in the amount of$16,194.00 from the Federal Aviation Administration in the Airport CIP Grants Fund for the Terminal Building Rehabilitation Project; appropriating and transferring $852.00 from the Airport Operating Fund to the Airport Capital Reserve Fund for the required match; and amending the FY 2025 Capital Budget by increasing revenues and expenditures each by $17,046.00. Sponsors: Aviation Department I. RECESS FOR LUNCH The City Council will take a lunch break at approximately 1:30 p.m. J. PUBLIC HEARINGS: NONE The following items are public hearings and public hearings with first reading ordinances. Each item will be considered individually. K. BRIEFINGS: (ITEM 25) Briefing information will be provided to the City Council during the Council meeting. Briefings are for Council information only. No action will be taken and no public comment will be solicited. The City Manager or City Council Liaison for any city board, commission, committee or corporation(including Type A or B Corporation) may report on the action(s) or discussion(s) of any such body's public meeting that occurred within one month prior to this City Council meeting. 25. 25-1451 Briefing from South Texas Water Authority (STWA) on test well results, possible volume projections and optional terms regarding possible brackish groundwater desalination agreement, as requested by City Council members Gil Hernandez, Eric Cantu, and Carolyn Vaughn. Sponsors: City Secretary's Office L. CITY MANAGER'S COMMENTS / UPDATE ON CITY OPERATIONS: (ITEMS 26 - 27) 26. 25-1498 FY 2025 3rd Quarter Financial Report 27. 25-1499 Update on Alternative Water Supply Projects M. EXECUTIVE SESSION: (ITEMS 28-29) PUBLIC NOTICE is given that the City Council may elect to go into executive session at any time during the meeting in order to discuss any matters listed on the agenda, when authorized by the provisions of the Open Meeting Act, Chapter 551 of the Texas Government Code, and that the City Council specifically expects to go into executive session on the following matters. If the Council elects to go into executive session City of Corpus Christi Page 7 Printed on 9/22/2025 City Council Meeting Agenda-Final-revised September 23,2025 regarding an agenda item, the section or sections of the Open Meetings Act authorizing the executive session will be publicly announced by the presiding officer. The City Council may deliberate and take action in open session on any issue that may be discussed in executive session. The description of an item in "Executive Sessions" constitutes the written interpretation by the City Attorney of Chapter 551 of the Texas Government Code and his determination that said item may be legally discussed in Closed Meeting in compliance with Chapter 551 the Texas Government Code. 28. 25-1457 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to rules and regulations of state of Texas, EPA, TCEQ, TWDB, Texas Railroad Commission, San Patricio County Groundwater Conservation District, and legal rights, property rights, and contracts related to purchase and/or sale of groundwater, including sources from the Evangeline Aquifer and other sources, and Texas Government Code § 551.072 to discuss and deliberate the purchase or value of the aforementioned rights to real property because deliberation in an open meeting would have a detrimental effect on the position of the governmental body in negotiations with a third person, including, but not limited to, potential consideration of authorization to enter agreement(s) for fees for attorneys, engineers, geologists, hydrogeologists, and other experts to assist in the proposed transaction and/or the purchase of the property or property(ies) at and/or adjacent to locations (if any) described herein. 29. 25-1529 Executive session pursuant to Texas Government Code § 551.071 and Texas Disciplinary Rules of Professional Conduct Rule 1.05 to consult with attorneys concerning legal issues related to the lawsuit of Ajit David vs. City of Corpus Christi, et al. including, but not limited to, potential consideration of authorization to enter agreement(s) for attorneys in said case. N. GENERAL PUBLIC COMMENT—APPROXIMATELY 5:30 P.M. ON CITY-RELATED MATTERS. O. ADJOURNMENT City of Corpus Christi Page 8 Printed on 9/22/2025 NUECES COUNTY TAX APPRAISAL DISTRICT Two(2)vacancies with terms ending 12-31-2029 individuals to be voted upon by all voting eligible units of the Appraisal District. City Council will allocate votes among all nominees on the ballot on October 14,2025. The District will notify all units of the election results on December 5,2025. Duties The Nueces County Tax Appraisal District is responsible for making general policies regardingthe operation of the appraisal district(i.e.,reappraisal programs,analysis of procedures,etc.). They are also responsible for appointing the Appraisal Review Board. Composition Effective January 1,2025,the Appraisal District will be composed of nine(9)members:three(3)elected members,five(5)members appointed by the eligible units of the Appraisal District,and the Nueces County Tax Assessor-Collector. The five appointed positions will each serve a four-year staggered term,starting on January 1 of every other even-numbered year.Board members may serve for all or part of five(5)terms. Creation/Authority Senate Bill#621,amending Title I of the tax code(referred as the"Act")Subchapter A of the act provides for establishment of appraisal districts and means of selecting the Boards of Directors for such districts:City Res.No.15132,9/19/79,and Res.No.15149,9/26/79,Res.No.16575,10/7/81;S.B.63 Section 20,87[R]eff 9-1-2021; Texas Property Tax Law Code Section 6.035.Senate Bill 2,passed during the 88th Texas Legislature,2nd session,made changes to the selection and composition of the Board of Directors. Meets Member size Term Length/Term Limit Liaison 2nd Wed.monthly,9:00 a.m.,201 N. 9 4 year term/5 terms Leticia Roberts Chaparral,1st Floor Board Rm. Appointing Name Term Appt.date End date Authority Position Status Category Attendance Gabriele Hilpold 1 1/1/2025 12/31/2025 Appointed Seeking reappointment 5/6 meetings-83% Deven S.Bhakta 1 1/1/2025 12/31/2025 Appointed Vice Chair Seeking reappointment 4/6 meetings-67% Ed Bennett 1 7/1/2024 12/31/2026 Elected Active Nueces County At-Large James Magill 1 7/1/2024 12/31/2026 Elected Active Nueces County At-Large John Cudd 1 7/1/2024 12/31/2026 Elected Active Nueces County At-Large Susie Sullivan 1 1/1/2025 12/31/2027 Appointed Secretary Active DeeAnna Heavilin 1 1/1/2025 12/31/2027 Appointed Active Caitlin Chupe 1 1/1/2025 12/31/2027 Appointed Active Ex-Officio, Kevin Kieschnick N/A N/A N/A Tax Assessor Voting/Chair Active Tax Assessor Collector 9-23-2024 NUECES COUNTY APPRAISAL DISTRICT Applicant List Name District Status Deven S. Bhakta District 5 Seeking reappointment Gabriele Hilpold District 4 Seeking reappointment Theodore Thompson District 5 jApptied CITY OF CORPUS CHRISTI Submit Date: Aug 18, 2025 Application for a City Board, Commission, Committee or Corporation Profile Deven S _ Bhakta First Name Middle Last Name Initial Email Address Street Address Corpus Christi TX 78414 City State Postal Code Primary Phone Alternate Phone What district do you live in? W District 5 Current resident of the City of Corpus Christi? 0 Yes r No If yes, how many years? 15 ZIZ Hospitality Inc President/ CEO _ Real Estate Developer Employer Job Title Occupation Work Address - Street Address and Suite Number 1410 Crescent Drive Work Address - City Corpus Christi Work Address - State TX Work Address - Zip Code 78412 Work Phone 361-855-1549 Deven S Bhakta Work E-mail address deven@zjzhospitality.com Preferred Mailing Address W Home/Primary Address Which Boards would you like to apply for? NUECES COUNTY TAX APPRAISAL DISTRICT: Submitted Interests & Experiences Are you a Nueces County registered voter? Yes r No Do you currently serve on any other City board, commission or committee at this time? If so, please list: Visit Corpus Christi, NCAD Board Education, Professional and/or Community Activity (Present) Texas Hotel & Lodging Association (THLA) - Board Member - Nueces Country Representative - 14 Years Ronald McDonald House - Board Member Art Museum of South Texas Board of Trustees Why are you interested in serving on a City board, commission or committee? My company currently owns 7 hotels in Corpus Christi and is in development of another in downtown. In addition, i have invested in downtown property, island property, southside, Calallen, etc compromising of industrial warehouses, retail, and raw land. I have a vast understanding of the economics and growth of the area as well as property valuations of all types. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes (.- No Deven S Bhakta Are you a current candidate in an election for a non-city public office? Yes r. No Do you currently serve as an elected official for a non-city public office? r Yes r No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A No Demographics Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes r No Do you, your spouse, your business or your spouse's business have a City contract? Yes r. No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? r Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r Yes r No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes (- No Deven 5 Bhakta If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to CORPUS CHRISTI CONVENTION&VISITORS BUREAU The Convention & Visitors Bureau Board must include representatives from certain categories. Do you qualify for any of the following categories? • Lodging At-Large Industry • Hotel Industry Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a resident and will have resided in the County Appraisal District for at least 2 years before assuming office on January 1st? (Mandatory: Must meet both criteria) r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you currently serve on any District Taxing Unit's governing board? (Yes or no remain eligible) r Yes r� No Deven 5 Bhakta Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you an employee of any of the District's Taxing Units? (Mandatory: If just employee, then ineligible. If employee and also on governing board or elected official of a taxing unit, then remains eligible). r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you related within 2nd degree by consanguinity or affinity (per Chapter 573 Government Code) to an appraiser of Property for Compensation for use in proceedings at the District or represent any property owner(s) in such proceedings? (Yes to either = disqualified) r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you own any property on which taxes are delinquent more than 60 days after the date you know or should have known? Exceptions are: (1) Delinquent taxes + penalties / interest being paid in installment agreement (2) Suit to collect is deferred or abated under 33.06 or 33.065 r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Have you served on the District's board for all or part of 5 terms? Exception are: (1) Was Tax Assessor - Collector at the time r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of appraising property for compensation for use in any District proceedings at any time in the preceding 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of representing property owners for compensation in proceedings at the District at any time during the preceding 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you an employee of the District at any time in the last 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a business in which you have a substantial interest a party to a contract with either (1) the Appraisal District or (2) a taxing unit that participates in the District if the contract relates to the performance of an activity governed by the Texas Property Tax Code? r Yes r No Deven 5 Bhakta Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Print your name and add the date to Acknowledge you have read Attachment 2 and understand the duties of a member of the Appraisal District Board of Directors Deven Bhakta Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. V I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Deven 5 Bhakta Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. fJ I Agree Deven 5 Bhakta COMMUNITY INVOLVEMENT 2009 2012 IHG Owners Association Extended Stay Committee 2010 2019 United Corpus Christi Chamber of Commerce 2018 Chairman 2018 Chairman of Foundation 2017 Merger with Hispanic Chamber Committee 2017 Government Affairs Chairman 2009 Present Port Aransas Chamber of Commerce 2016 Present Chairman 2018 Present Chairman of Foundation 2012 Present Economic Development Committee 2009 Present Texas Hotel and Lodging Association 2016 2019 Labor Relations Chairman 2011 2017 Ronald McDonald House Charities of Corpus Christi 2015 2017 House and Grounds Chairman 2012 2016 March of Dimes 2014 2016 Board Chairman 2014 2016 State Advisory Committee 2012 2016 Del Mar College Foundation Board of Trustees 2015 2016 Executive Committee 2016 Signature Chefs Chairman - March of Dimes 2019 American Heart Association Heartwalk Chairman 2019 Present Air Service Task Force Committee - Chairman Citywide Committee by City to study direct flights 2019 Present Corpus Christi Country Club Board of Governors Vice President 2020 Present Ronald McDonald House Charities of Corpus Christi Task Force to Develop New House 2020 Present Art Museum of South Texas - Board of Trustees CITY OF CORPUS CHRISTI Submit Date: Aug 27, 2025 Application for a City Board, Commission, Committee or Corporation Profile Gabriele Hilpold First Name Last Name Email Address 7- 1 Street Address CORPUS CHRISTI TX 78418 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 4 Current resident of the City of Corpus Christi? r Yes r No If yes, how many years? 28 iNC. REALTY AND DEVELOPMENT CORPORATION PRESIDENT/OWNER real estate Employer Job Title Occupation Work Address - Street Address and Suite Number 15481 SPID #101 Work Address - City CORPUS CHRISTI Work Address - State TX Work Address - Zip Code 78418 Work Phone 361-548-6279 Gabriele Hilpold Preferred Mailing Address W Work Address Which Boards would you like to apply for? NUECES COUNTY TAX APPRAISAL DISTRICT: Submitted Interests & Experiences Are you a Nueces County registered voter? (.- Yes r- No Do you currently serve on any other City board, commission or committee at this time? If so, please list: yes cvb Education, Professional and/or Community Activity (Present) HIGH SCHOOL/COLLEGE/UNIVERSITY INNSBRUCK/AUSTRIA. EQUIVALENT MASTERS FOR WORLD HISTORY/ECONOMIC HISTORY AND ENGLISH. TEACHING COLLEGE. LEADING GOVERNOR OF STATE Representative for state of Tyrol When AUSTRIA JOINed THE EUROPEAN UNION. MANAGING AUSTRIAN COUNTRY CLUB AND INTERNATIONAL REAL ESTATE. SINCE 1994 SUCCESS WITH 100 PLUS EUROPEAN CLIENTS INVESTED IN CC AND OVER 80 PROJECTS BUILT WITH PARTNERS. ASSIST IN VOEST ALPINE COMMITTMENT TO CC. LAND DEVELOPMENT AND TOURISM PROMOTION FOR CC. Past President of Ccta Corpus Christi Tennis Association lead assist implementing 3 Million Dollar Bond for Heb Tennis Center Past chair of Isac ( Island Strategic Action Committee - lead assist implementing build out of Aquarius street , pass of golf cart ordinance etc Active chair of BMAC ( Beach Management Committee Nueces County Why are you interested in serving on a City board, commission or committee? Passionate about promoting high quality tourism for Cc hand in hand with working on related logistic and infrastructure issues. Focusing on our natural assets/ beach, national seashore and coordinating well with tourism business partners. Are you an ex-Off icio member of a City Board, commission or committee? r Yes r No No person shall be appointed by the Mayor or Council Members to serve on more than one board, commission, committee or corporation at the same time. If you currently serve as a voting member for a board, commission, committee or corporation are you willing to resign your current seat to serve on another board, commission, committee or corporation? r Yes r- No Are you a current candidate in an election for a non-city public office? ;- Yes (. No Gabriele Hilpold Do you currently serve as an elected official for a non-city public office? Yes r. No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A n/a Demographics Eth- 9 Caucasian/Non-Hispanic Gender rW Female Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes (- No Do you, your spouse, your business or your spouse's business have a City contract? r Yes r No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? r- Yes (- No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? f- Yes r. No Gabriele Hilpold If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to CORPUS CHRISTI CONVENTION&VISITORS BUREAU The Convention & Visitors Bureau Board must include representatives from certain categories. Do you qualify for any of the following categories? rJ None of the above Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a resident and will have resided in the County Appraisal District for at least 2 years before assuming office on January 1st? (Mandatory: Must meet both criteria) r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you currently serve on any District Taxing Unit's governing board? (Yes or no remain eligible) r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you an employee of any of the District's Taxing Units? (Mandatory: If just employee, then ineligible. If employee and also on governing board or elected official of a taxing unit, then remains eligible). Yes (-. No Gabriele Hilpold Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you related within 2nd degree by consanguinity or affinity (per Chapter 573 Government Code) to an appraiser of Property for Compensation for use in proceedings at the District or represent any property owner(s) in such proceedings? (Yes to either = disqualified) r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you own any property on which taxes are delinquent more than 60 days after the date you know or should have known? Exceptions are: (1) Delinquent taxes + penalties / interest being paid in installment agreement (2) Suit to collect is deferred or abated under 33.06 or 33.065 r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Have you served on the District's board for all or part of 5 terms? Exception are: (1) Was Tax Assessor - Collector at the time r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of appraising property for compensation for use in any District proceedings at any time in the preceding 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of representing property owners for compensation in proceedings at the District at any time during the preceding 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you an employee of the District at any time in the last 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a business in which you have a substantial interest a party to a contract with either (1) the Appraisal District or (2) a taxing unit that participates in the District if the contract relates to the performance of an activity governed by the Texas Property Tax Code? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Print your name and add the date to Acknowledge you have read Attachment 2 and understand the duties of a member of the Appraisal District Board of Directors Gabriele Hilpold , 8/27/2025 Gabriele Hilpold Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. IJ I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. I°J I Agree Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. V I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Gabriele Hilpold CITY OF CORPUS CHRISTI Submit Date: Aug 20, 2025 Application for a City Board, Commission, Committee or Corporation Profile Theodore Thompson First Name Last Name Email Address 7- 1 Street Address Corpus christi TX 78415 City State Postal Code J Primary Phone Alternate Phone What district do you live in? W District 5 Current resident of the City of Corpus Christi? r Yes r No Connie Health Head of Sales Executive Employer Job Title Oc-pd-n Work Address - Street Address and Suite Number Remote Which Boards would you like to apply for? NUECES COUNTY TAX APPRAISAL DISTRICT: Submitted Interests & Experiences Are you a Nueces County registered voter? r Yes r No Theodore Thompson Do you currently serve on any other City board, commission or committee at this time? If so, please list: No, I do not currently serve on any City board, commission, or committee. However, I am eager to contribute my leadership, business development expertise, and strategic planning skills to serve the community effectively. Education, Professional and/or Community Activity (Present) I have over 18 years of executive leadership experience, primarily in sales, business development, and strategic planning. I served as Head of Sales at Connie Health, where I led market expansion initiatives and revenue growth. My background also includes experience in healthcare, technology, and municipal development. I am actively involved in mentorship programs, networking groups, and community initiatives that focus on business growth and economic development. If you applied for multiple boards, which boards are you most interested in serving on, in order of preference? (Limit to top three) Economic Development Board -To contribute my expertise in business expansion, revenue growth, and economic strategy. 2. Planning & Zoning Commission -To support smart city growth and infrastructure development. 3. Parks & Recreation Advisory Committee - To enhance public spaces and community engagement. Why are you interested in serving on a City board, commission or committee? I am passionate about contributing to the growth and development of Corpus Christi. With my experience in business strategy, sales leadership, and operational management, I believe I can bring valuable insights to support economic development, city planning, and community engagement. Serving on a board will allow me to leverage my expertise to help shape policies that drive sustainable growth, enhance quality of life, and create new opportunities for residents and businesses alike. Upload a Resume Are you an ex-Off icio member of a City Board, commission or committee? ir Yes r No Are you a current candidate in an election for a non-city public office? r Yes r No Do you currently serve as an elected official for a non-city public office? r Yes (- No Will you seek re-election to the non-city public office? If not in a non- city public office, please enter N/A NA Demographics Theodore Thompson Gender W Male Code of Ethics - Rules of Conduct/Conflicts of Interest Do you represent any person or organization in any claim or lawsuit or proceeding involving the City? r Yes f: No Do you, your spouse, your business or your spouse's business have a City contract? r Yes �- No Does your employer or your spouse's employer have a City contract? r Yes r No Are you involved with any activities or employment that would conflict with the official duties on the City boards for which you are applying? Yes r No Are you, your spouse, your business or your spouse's business involved in any pending bid, proposal or negotiation in connection with a contract with the City? Yes c No Do you or your spouse have a pending claim, lawsuit or proceeding against the City? r Yes ?-. No If you answer "Yes" to any of the questions above, please explain or ask to speak with the City's Legal Department. If you answer "NO" to all questions above, please enter N/A. N/A Board-specific questions (if applicable) Question applies to ANIMAL CARE ADVISORY COMMITTEE The Animal Care Advisory Committee preferred representatives from certain categories. Do you qualify for any of the following categories? W None of the above Theodore Thompson Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Are you a resident of the Port Authority district and an elector* of Nueces County? r Yes r No Question applies to PORT OF CORPUS CHRISTI AUTHORITY OF NUECES COUNTY,TX (For Port of CC) Have you been a resident of Nueces County for at least 6 months? r Yes r No Question applies to CORPUS CHRISTI DOWNTOWN MANAGEMENT DISTRICT The Corpus Christi Downtown Management District must include representatives from certain categories. Do you qualify for any of the following categories? * W Property Owner in the District W Resident of the District Question applies to CORPUS CHRISTI BUSINESS AND JOB DEVELOPMENT CORPORATION,CORPUS CHRISTI B CORPORATION,PLANNING COMMISSION Are you a Nueces County registered voter? r Yes r No Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE The Capital Improvement Advisory Committee must include representatives from certain industries. Do you qualify for any of the following industries? W Real Estate\, Question applies to CAPITAL IMPROVEMENTS ADVISORY COMMITTEE One member shall be a representative of the City's extraterritorial jurisdiction if impact fees are proposed. Do you qualify? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a resident and will have resided in the County Appraisal District for at least 2 years before assuming office on January 1st? (Mandatory: Must meet both criteria) Yes r No Theodore Thompson Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you currently serve on any District Taxing Unit's governing board? (Yes or no remain eligible) rm Yes r= No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you an employee of any of the District's Taxing Units? (Mandatory: If just employee, then ineligible. If employee and also on governing board or elected official of a taxing unit, then remains eligible). r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you related within 2nd degree by consanguinity or affinity (per Chapter 573 Government Code) to an appraiser of Property for Compensation for use in proceedings at the District or represent any property owner(s) in such proceedings? (Yes to either = disqualified) r` Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Do you own any property on which taxes are delinquent more than 60 days after the date you know or should have known? Exceptions are: (1) Delinquent taxes + penalties / interest being paid in installment agreement (2) Suit to collect is deferred or abated under 33.06 or 33.065 r' Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Have you served on the District's board for all or part of 5 terms? Exception are: (1) Was Tax Assessor - Collector at the time r' Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of appraising property for compensation for use in any District proceedings at any time in the preceding 3 years? r' Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you engaged in the business of representing property owners for compensation in proceedings at the District at any time during the preceding 3 years? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Were you an employee of the District at any time in the last 3 years? r Yes r No Theodore Thompson Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Are you a business in which you have a substantial interest a party to a contract with either (1) the Appraisal District or (2) a taxing unit that participates in the District if the contract relates to the performance of an activity governed by the Texas Property Tax Code? r Yes r No Question applies to NUECES COUNTY TAX APPRAISAL DISTRICT Print your name and add the date to Acknowledge you have read Attachment 2 and understand the duties of a member of the Appraisal District Board of Directors Verification City Code Requirement - Residency As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-65, which states that all members of City boards and commissions, including ad hoc committees, appointed by the City, must be residents of the city. A move outside the city limits of the city by any member shall constitute automatic resignation from the particular board or commission on which such member served. W I Agree City Code Requirement - Attendance As a board, commission, or committee member, you will be asked to adhere to City Code of Ordinances, Section 2-61, which provides that absences from more than 25% of regularly scheduled meetings during a term year on the part of any board, commission, or committee member shall result in an automatic termination. An absence shall be deemed unexcused unless excused by the board, commission or committee for good cause no later than its next meeting after the absence. W I Agree Theodore Thompson Consent for Release of Information I understand that if any member of the public makes a request for information included in this application or in any attachment (e.g. resume or supporting documentation) for appointment it is subject to and must be disclosed under the Texas Public Information Act. I understand that under the Texas Public Information Act, my home address and home telephone number is subject to public disclosure unless I am elected or appointed to the position which I seek. I hereby consent to the release of my home address and home telephone number should it be requested under the Texas Public Information Act prior to my possible appointment or election. I hereby release the City of Corpus Christi, and its agents, employees and officers, from any and all liability whatsoever if the information must be released pursuant to the Texas Public Information Act. W I Agree Oath I swear that all of the statements included in my application and attached documents, if any, are true and correct. W I Agree Theodore Thompson THEODORE THOMPSON Head Of Sales I Sales Leadership I Driving Revenue Growth :; EXECUTIVE SUMMARY CONTACT Seasoned sales executive offering more than 18 years of management experience and a background Corpus Christi,TX in business development,change leadership, marketing,&healthcare administration with a history of record-breaking sales experience. A veteran of the U.S. Navy SEAL Team 4 with a track record of developing complex sales programs, driving revenue growth, and cultivating strategic relationships.A (361)445-6287 natural leader with a proven history of hiring, training, building, and empowering high-performing teams. Strong financial acumen, project management, and problem-solving skills with the ability to identify real obstacles and viable solutions. Executive-level communication and relationship building KEY SKILLS ♦CAREER HIGHLIGHTS Executive Leadership ♦ Sales/ ♦ Built a network of industry professionals to leverage peer-driven partnerships,resulting in$11M Sales/Business Development revenue growth ♦ Business Development ♦ Launched products in three new markets and generated$25M in additional revenue annually by ♦ Staff Coaching,Training and directing market expansion Mentoring ♦ Increased quarterly revenue by 30%at Connie Health through strategic sales initiatives ♦ Healthcare Administration ♦ Achieved$25M additional revenue annually by directing market expansion efforts ♦ Complex Problem Solving ♦ Reduced staff turnover by 30%and increased team productivity by 20%through leadership and ♦ Negotiations&Deal Closure training programs ♦ P&L Management ♦ Negotiated and secured multi-million dollar contracts,expanding market share by 18% ♦ Marketing&Communications ♦ Exceeded Medicare Advantage sales targets by 35%at Lumeris,driving significant revenue growth ♦ Customer Service Excellence EXPERIENCE ♦ Client Satisfaction&Retention ♦ Stakeholder Management CONNIE HEALTH, REMOTE ♦ Change Management Head of Sales I March 2023—Present ♦ Relationship Building ♦ Increase overall revenue while spearheading business development initiatives that are ♦ Revenue Generation consistent with the company's strategy ♦ Market Expansion ♦ Serve as a key member of the executive team that sets the company's strategic direction aligned ♦ peer-to-Peer Development with the company's capitalization ♦ Strategic Planning&Execution ♦ Ensure consistent,profitable growth in sales revenues through the business plan,deployment, and management of sales personnel ♦ Project Management ♦ Expand the market share by hiring,training,and developing the sales team ♦ Achieved a 30%increase in quarterly revenue by developing and executing sales strategies t EDUCATION ♦ Expanded market reach by 20%and opened new revenue streams by establishing key Bachelor of Business partnerships Administration in Business ♦ Improved team efficiency by 40%by streamlining sales processes and implementing a robust Management CRM system Naval Training Command, ♦ Accomplished a 20%increase in team productivity by mentoring and developing a high- Ingleside,TX performing sales team ♦ Increased market penetration by 25%by driving the successful launch of new products TECHNICAL SKILLS Microsoft Office(Word,Excel, PowerPoint,&Outlook) CONNIE HEALTH, REMOTE Sales Manager I March 2021—March 2023 TRAINING &CERT. ♦ Achieved a 40%increase in sales revenue over two years by leading the strategic redesign of the ♦ Leader ship and Management sales infrastructure in NEW-AGE BUSINESS—The ♦ Enhanced forecasting accuracy and increased quarterly targets by 25%by implementing data- Wharton School driven sales strategies ♦ Dale Carnegie Training: ♦ Reduced staff turnover by 30%and boosting productivity by transforming the sales culture with Effective Communication innovative training programs ♦ Dale Carnegie Training: ♦ Improved customer relationship management and retention by 50%by championing the Relationship Selling Skills integration of CRM software ♦ Nursing Assistant Program and ♦ Consistently surpassed sales goals by 15%annually by designing a tiered sales incentive program CNA,Texas ♦ Achieved a 15%increase in annual sales revenue through market penetration and product ♦ Active Member,Corpus Christi diversification by spearheading a sales strategy overhaul Chamber of Commerce ♦ Enhanced customer satisfaction by 20%by cultivating Peer-to-Peer strategic partnerships ♦ Active Networker, Business ♦ Reduced customer complaints by 25%by implementing process improvements Network International (BNI)) ♦ Expanded client base by 30%through targeted sales and marketing initiatives LUMERIS,SAN ANTONIO,TX Sales Manager 1 2019—April 2020 ♦ Exceeded Medicare Advantage sales targets by 35%through effective sales team management ♦ Drove a 40%increase in revenue by negotiating and closing high-value contracts ♦ Displayed superior leadership in training and educating staff on all aspects of sales tools and product implementation strategies ♦ Maximized growth opportunities with existing customers by building strong relationships with key decision makers SENIOR LIFESTYLE CORP.,CORPUS CHRISTI,TX Executive Director 1 2017-2019 ♦ Increased facility efficiency by 20%with streamlined processes. ♦ Enhanced patient satisfaction scores by 15%through targeted staff training. ♦ Met and exceeded departmental goals through coaching and managing sales team staff Director of Sales and Marketing 1 2013—2016 ♦ Surpassed occupancy and revenue targets by 25%via strategic marketing campaigns ♦ Boosted facility profitability by 30%by negotiating lease agreements ♦ Oversaw all aspects of sales and marketing initiatives along with P&L responsibility in a fast-paced environment STRYKER,CORPUS CHRISTI,TX Center Operations Lead 1 2010—2013 ♦ Consistently achieved monthly sales goals,resulting in a 30%revenue increase ♦ Reduced operational costs by 20%by implementing efficiency measures ♦ Developed and drove strategy to increase sales revenues and customer satisfaction Sales Manager 1 2008—2010 ♦ Led teams to a 25%year-over-year increase in sales revenue while implementing productivity and customer service standards to attract and maintain client relationships ♦ Increased overall sales through the implementation of strategic marketing campaigns ♦ Recipient of three Gold Watch Awards and two National Sales Excellence&Leadership Awards Resolution nominating candidate(s) for the Nueces County Appraisal District Board of Directors. WHEREAS, five directors are appointed to the Nueces County Appraisal District Board of Directors by the participating taxing units in the manner prescribed by Texas Property Tax Code §6.03; WHEREAS, there will be two vacant positions due to terms ending December 31, 2025; WHEREAS, each taxing unit may nominate one candidate for each position to be filled on the board of directors pursuant to Texas Property Tax Code §6.0301 -1 and WHEREAS, the City Council met in open session to consider nominees for the Board of Directors of the Nueces County Appraisal District. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS, THAT: Section 1. The person(s) listed herein are nominated for an Appointed Place on the Nueces County Appraisal District Board of Directors for a term beginning January 1, 2026. Section 2. This Resolution shall take effect immediately upon its passage. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary City of Corpus Christi 1201 Leopard Street r Corpus Christi,TX 78401 cctexas.com o Meeting Minutes City Council Workshop Thursday,August 21,2025 9:00 AM Council Chambers Public Works: Streets and Storm Water FY 2026 Proposed Budget A. Mayor Paulette Guajardo to call the meeting to order. Mayor Guajardo called the meeting to order at 9:12 a.m. B. Assistant City Secretary Stephanie Box to call the roll of the required Charter Officers Assistant City Secretary Stephanie Box called the roll and verified that a quorum of the City Council and the required Charter Officers were present to conduct the meeting. Charter Officers: City Manager Peter Zanoni, City Attorney Miles Risley and Assistant City Secretary Stephanie Box Present 6- Mayor Paulette Guajardo, Council Member Roland Barrera, Council Member Gil Hernandez, Council Member Kaylynn Paxson, Council Member Carolyn Vaughn, and Council Member Sylvia Campos Absent 3- Council Member Eric Cantu, Council Member Everett Roy, and Council Member Mark Scott C. BRIEFINGS 1. 25-1370 Presentation on Public Works Streets and Storm Water FY 2026 Proposed Budget Interim Assistant City Manager Ernesto De La Garza presented information on the following topics: FY 2025 achievements; street maintenance and reconstruction; street adopted budget FY 2025 and proposed FY 2026; FY 2026 proposed budget- $143.9 million; 2025 Pavement Condition Index (PCI) update for residential streets; timeline; total network miles; overall PCI results 2022 vs. 2025; local (residential) streets summary; residential streets work completed/planned by District for FY 22-28; residential streets PCI results by district; 2022-2025 residential street PCI comparison; 2022 goal setting memory jogger; comparison of rate, time and cost 2022-2027; RPP funding shortfall mileage/year vs. RPP funding; street maintenance fee history; street maintenance fee next steps; street maintenance fee scenarios; conclusion; sidewalk plan overview; current ordinance; sidewalk program priorities; anticipated sidewalk program challenges; examples of Tie-ins to sidewalks; examples of sidewalk encroachments; existing sidewalks-very poor condition; existing sidewalks-good to poor condition; sidewalk network; sidewalk improvements estimated cost; conclusion; developer participation; city City of Corpus Christi Page 1 Printed on 8/22/2025 City Council Workshop Meeting Minutes August 21, 2025 participation in streets and drainage crossings; city participation in streets; and city participation in drainage crossings. Interim Assistant City Manager Ernesto De La Garza presented information on the following topics: FY 2025 achievements; FY 2022-2026 five-year forecast; FY 2026 proposed budget storm water fund: $32.2M; storm water debt service trend; FY 2023-2026 service enhancement forecast; FY 23-25 productivity tracking methods; storm water: tracking tools (cartegraph); storm water: tracking tools (samsara); about public works - storm water; and conclusion. D. Adjournment There being no further business, Mayor Guajardo adjourned the meeting at 11:02 a.m. City of Corpus Christi Page 2 Printed on 8/22/2025 City of Corpus Christi 1201 Leopard Street r Corpus Christi,TX 78401 cctexas.com o Meeting Minutes City Council Workshop Thursday,August 28,2025 9:00 AM Council Chambers Capital Improvement Program (CIP), and Overview of City's Debt profile and Potential Adjustments to the FY 2026 Proposed Budget A. Mayor Paulette Guajardo to call the meeting to order. Mayor Guajardo called the meeting to order at 9:10 a.m. B. City Secretary Rebecca L. Huerta to call the roll of the required Charter Officers City Secretary Rebecca Huerta called the roll and verified that a quorum of the City Council and the required Charter Officers were present to conduct the meeting. Charter Officers: City Manager Peter Zanoni, Deputy City Attorney Buck Brice and City Secretary Rebecca Huerta Note: Council Member Barrera attended by video conference. Council Members Cantu and Paxson arrived at 9:15 a.m. Present 9- Mayor Paulette Guajardo, Council Member Roland Barrera, Council Member Gil Hernandez, Council Member Kaylynn Paxson, Council Member Eric Cantu, Council Member Carolyn Vaughn, Council Member Everett Roy, Council Member Sylvia Campos, and Council Member Mark Scott C. BRIEFINGS 1. 25-1409 Presentation on the Capital Improvement Program (CIP), and Overview of City's Debt profile and Potential Adjustments to the FY 2026 Proposed Budget Director of Engineering Services Jeff Edmonds presented information on the following topics: Capital Improvement Plan; 10-year Capital Improvement Plan; CIP funding use by department; funding sources; G.O. bond status; FY 25 CIP score card; FY 26 CIP summary; airport; economic development; parks and recreation/marina; public facilities; public health and safety; streets; gas; storm water; wastewater; and water. City Manager Peter Zanoni, Assistant City Manager Heather Hurlbert, Director Edmonds, Assistant Director of CCW Kamil Taras, Director of Finance Sergio Villasana, and Director of Water Systems and Support Services Nick Winkelmann, responded to Council questions. Managing Director of Specialized Public Finance Inc. Victor Quiroga presented City of Corpus Christi Page 1 Printed on 9/5/2025 City Council Workshop Meeting Minutes August 28, 2025 information on the following topics: CIP planning and financing process; common debt financing tools; City's bond ratings; FY 2025 bond sale results summary; outstanding debt summary as of September 30, 2025; property tax-secured (GO) debt by financing tool; property tax-secured (GO) debt service payments; utility system-secured (revenue) debt by issuance; utility system-secured (revenue) debt service payments; historical and projected taxable values; proposed property tax rate; update on property tax exemptions; November 2022 bond program: $125,000,000; November 2024 bond program: $175,000,000; FY 2026 estimated project funding needs; fundamental components of debt planning; comparison of top 8 cities by population (property tax debt); and prudent debt management. City Manager Peter Zanoni and Mr. Quiroga, responded to Council questions. Director of Management and Budget Amy Cowley presented information on the following topics: community input sessions; FY 2026 budget workshops; budget amendments-general fund; wastewater fund; street maintenance fund; street user fee-potential amendment; residential street reconstruction fund; Tax Increment Reinvestment Zones; Corpus Christi Housing and Finance fund; equipment replacement fund; engineering fund; general obligation bond debt service fund; workers' compensation financial statement-corrected; authorized positions; FY 2026 authorized positions; and next steps. City Manager Peter Zanoni, Director Cowley, and Director of Libraries Laura Garcia, responded to Council questions. D. Adjournment There being no further business, Mayor Guajardo adjourned the meeting at 12:22 p.m. City of Corpus Christi Page 2 Printed on 9/5/2025 ¢pUS C� O 011 ° AGENDA MEMORANDUM NLNPOHaS� Action Item for the City Council Meeting of September 9, 2025 1852 Action Item for the City Council Meeting of September 23, 2025 DATE: September 9, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreye(a)cctexas.com (361) 826-3851 Ryan Skrobarczyk, Director of Intergovernmental Relations ryans5(a-)cctexas.com (361) 826-3622 Sergio Villasana Jr., CPA, CGFP, CIA, Director of Finance & Procurement sergiov2(a)cctexas.com (361) 826-3227 Construction Contract Award Defense Economic Adjustment Assistance Grant— Naval Air Station Corpus Christi Perimeter Fence Grant CAPTION: Ordinance awarding a construction contract to Fencing Unlimited, LLC of West Monroe, LA for the Defense Economic Adjustment Assistance Grant—Naval Air Station Corpus Christi Perimeter Fence Grant Project in an amount up to $1,022,900.00; located in Council District 4; appropriating $615,514.30 from the U.S. Department of the Navy. SUMMARY: The ordinance authorizes the acceptance and appropriation of $615,514.30 from the U.S. Department of the Navy for the Federal cost share for reimbursement of expenses and the execution of a construction contract for the Defense Economic Adjustment Assistance Grant (DEAAG)—Naval Air Station Corpus Christi (NASCC) Perimeter Fence Grant Project. The construction contract provides replacement of approximately 13,500 linear feet of deteriorated perimeter fence and one gate at the Naval Air Station-Corpus Christi. BACKGROUND AND PURPOSE: On June 21, 2023, the City of Corpus Christi was awarded $1,000,000 under the FY23 Defense Economic Adjustment Assistance Grant (DEAAG) from the Office of the Governor to replace the deteriorated perimeter fencing and a gate at Naval Air Station Corpus Christi (NASCC).The US Department of the Navy has a cash match of$1,000,000 or 47.1% of all construction costs, which will be paid through reimbursement of expenses to the City. The Texas Legislature appropriated $30 million in this biennium to the Texas Military Preparedness Commission-DEAAG fund to assist defense communities that a past or future Base Realignment and Closure action has impacted. NASCC's current perimeter fence for the base and its facilities is deteriorating due to its age in the harsh coastal marine environment and no longer meets the U.S. Department of Defense's standards for force protection. This project will replace approximately 13,500 linear feet of deteriorated perimeter fence and a gate to prevent unauthorized entry into protected areas and to comply with current U.S. Department of Defense Antiterrorism and Force Protection standards at the NASCC. The NASCC has furnished a prioritize list of fencing sections for repair and replacement. The table below presents the budget breakdown, showing the equal split of expenses between the DEAAG grant, the U.S. Department of the Navy, and the City, which is responsible for the project procurement, management, and grant administrative services. ENTITY USE OF FUNDING MAXIMUM PERCENTAGE FUNDING DEAAG Construction & Design $ 1,000,000 47.1% US Navy Construction $1,000,000 47.1% City of Corpus Christi Project Management $123,100 5.8% The DEAAG funding requires expenditures to be completed by September 22, 2025, and reimbursement requested from the Governor's Office by November 6, 2025. The construction bid received totaled $1,022,900, which was below the requested amount. On July 28, 2025, the City requested a change in scope from the Office of the Governor to utilize the cost savings of the DEAAG Fence Project on other Navy initiatives. This change in scope was declined by the grantor. The City will complete the Perimeter Fence project construction in the amount of $1,022,900, with the expenses being split between the grant and Navy. PROJECT TIMELINE: 2025 2025 • March - May J I J I A S October - May Design Bid/Award Construction The Project schedule reflects City Council award in September 2025 with anticipated construction completion in May 2026. COMPETITIVE SOLICITATION PROCESS: On May 18, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6506)for the DEAAG NASCC Perimeter Fence Grants project. On July 2, 2025, the city received nine bids. The city analyzed the bids according to the contract documents and determined that Fencing Unlimited, LLC, was the lowest responsive and responsible bidder. The lowest bid received is within the acceptable range of the Engineer's Opinion of Probable Construction Cost. Infinite Field Services was determined to be non- responsive with failure to demonstrate sufficient experience with at least 5 similar projects within the last 5 years, failure to provide pricing for all bid items, and failure to provide all required documents for bid. A summary of the bids is provided below: BID SUMMARY CONTRACTOR BASE BID Fencing Unlimited, LLC $1,022,900.00 West Monroe, LA Grace Paving and Construction, INC $1,234,823.50 Corpus Christi, TX Jerdon Enterprise, LP $1,235,235.00 San Antonio, TX Barcom Construction, Inc. $1,242,084.00 Corpus Christi, TX Gutier, LLC $1,383,100.00 Missouri City, TX Clearfield Construction, LLC $1,547,219.00 San Antonio, TX Bonco, LLC $1,628,502.50 Driscoll, TX CCC Group $1,659,515.73 San Antonio, TX I NFINI+o COolrl Cor"inoc N/A T e- n rl� TIX Engineer's Opinion of Probable Construction Cost $1,778,450.00 Fencing Unlimited, LLC, has successfully completed various projects with comparable scopes of work for other municipalities, including: • City of Lake Jackson, Texas: remove and replace six softball fields fencing at a cost of$242,016.50. Project completion: September 2024. • Louisiana Department of Wildlife and Fisheries, Louisiana: install security fence at a cost of$44,000. Project completion: March 2024 • Louisiana Department of Transportation and Development, Louisiana: replacement of fence at a cost of$989,000.00. Project completion: March 2025. • Port of Columbia, Louisiana: replacement of security fence at airport at a cost of $749,661.00. Project completion: November 2024 Given that this project is supported by federal funding, the award will be granted to the lowest responsive and responsible bidder whose proposal offers the greatest benefits to the project. Fencing Unlimited, LLC, was determined to be the lowest responsive and responsible bidder. Fencing Unlimited, LLC, has successfully expanded its operations to different states. A project was recently completed in the City of Lake Jackson, Texas. A dedicated team, led by a Superintendent from Fencing Unlimited, LLC, will be deployed to complete all project aspects, with the exception of the retaining wall. The contractor will bring on a subcontractor specifically for the retaining wall's construction. All necessary materials, including those for the fence and concrete, will be sourced locally from Corpus Christi. ALTERNATIVES: City Council could choose not to award the construction contract to the low bidder, Fencing Unlimited, LLC, which would delay improvements to the perimeter fence. It would also cause the City to not meet the grant deadline. FISCAL IMPACT: The additional funding of$407,385.70 is available from the FY23 DEAAG Grant and the amount of$615,514.30 is available from the US Department of the Navy, through cost reimbursement. There is no fiscal impact to the general fund. FUNDING DETAIL: Fund: 1072 Community Development Grant Fund Department: 46 Wastewater Organization/Activity: 89 Grants & CIP/ DEAAG Navy Cost Share Account: Construction (550910) Amount: $615,514.30 Fund: 1072 Community Development Grant Fund Department: 46 Wastewater Organization/Activity: 89 Grants & CIP/870112S - DEAAG Fenceline Grant Account: Construction (550910) Amount: $407,385.70 Total Amount $1,022,900.00 RECOMMENDATION: Staff recommend awarding a construction contract to Fencing Unlimited, LLC, for the DEAAG NASCC Perimeter Fence Grant project in the amount of $1,022,900.00. The construction duration is planned for 7 months from issuance of Notice to Proceed to begin construction in October 2025 with anticipated completion by May 2026. LIST OF SUPPORTING DOCUMENTS: Ordinance Bid Tabs Location Map PowerPoint Presentation U.S. Dept of Navy Order of Work PR# 1401292822, Document# N0021625MD00410 Certificate of Funds Ordinance awarding a construction contract to Fencing Unlimited, LLC of West Monroe, LA for the Defense Economic Adjustment Assistance Grant—Naval Air Station Corpus Christi Perimeter Fence Grant Project in an amount up to $1,022,900.00; located in Council District 4; appropriating $615,514.30 from the U.S. Department of the Navy NOW, THEREFORE, BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: Section 1. Funding in the amount of $615,514.30 is appropriated into the Community Development Grant Fund 1072. Section 2. The City Manager or designee is authorized to execute a construction contract with Fencing Unlimited, LLC for the Defense Economic Adjustment Assistance Grant— Naval Air Station Corpus Christi Perimeter Fence Grant Project in an amount up to $1 ,022,900.00. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY:Tereso Mora,P.E. DESIGN ENGINEER:Munoz Engineering BID DATE:Wednesday,June 2,2025 RIFE 1101 Infinite Field Services Fencing Unlimited,LLC Grace Paving and Consaudion,INC Jertlon Enterprise,LP Barcom Construction,Inc. PROJECT NO.23209-DEAAG NASCC Perimeter Fence Grant 23 Shaded Arbor Dr. 1508 Thomas Road 4237 Baldwin Blvd. 825 W.Bitter Road 1146 Heinsohn RD. BASE BID The Woodlands,TX 77389 West Monroe,LA 71292 Corpus Christi,TX 78405 San Antonio,TX 78216 Corpus Christ,Tx 78406 ITEM DESCRIPTION UNIT OTY UNITPRICE AMOUNT UNITPRICE TAM.UNT UNITPRICE I AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT Part A-GENERAL Al GENERAL-MOBILIZATION(5%MAX) LS 1.00$ 46,721.00 $ 41,121.00 $ 25,000.00 $ 25,000.00 $ 40,000.00 $ 40,000.00 $ 11,531.00 $ 61,531.00 $ 47,190.00 $ 47,190.00 A2 GENERAL-BONDSAND NSURANCE(2%MAX LS 1.00$ 18,689.00 $ 18,689.00 $ 15,500.00 $ 15,500.00 $ 20,000.00 $ 20,000.00 $ 24,624.00 $ 24,624.00 $ 15,050.00 $ 15,050.00 A3 GENERAL-STORM WATER POLLUTION PREVENTION PERMIT LS 1.00$ 3,000.00 $ 3,000.00 $ 1,000.00 $ 1,000.. $ 3,105.00 1$ 3,105.00 $ 10,720.00 $ 10,720.00 $ 1,890.00 $ 1,890.00 Aq GENERAL-UNANTICIPATED IMPROVEMENTS ALLOWANCE AL 1.00$ 150,000.00 $ 150,000.00 $ 170,000.00 $ 170,000.00 $ 170,000.00 $ 170,000.00 $ 170,000.00 $ 170,000.00 $ 170,000.00 $ 170,000.00 SUBTOTAL PART A-GENERAL Items At thru A4 $ 218,410.00 $ 211,500.00 $ 233,105.00 $ 266,875.OG $ 234,130.00 PartB-STREET IMPROVEMENTS B1 SITE CLEARING AND STRIPPING AC 2,50 $ 15,000.00 $ 37,500.00 S 2,000.00 $ 5,000.00 $ 6,644.70 $ 16,611,75 $ 43,720.00 $ 109,300.00 $ 27,000.00 $ 67,500.00 B2 SEDIMENT CONTROL FENCE LF 10,000.00 $ 3.00 $ 30,000.00 $ 5.50 $ 55,000.00 $ 2.34 $ 23,400.00 $ 4.07 $ 40,700.00 $ 10.11 $ 101,100.00 B3 REMOVE EXISTING CHAIN LINK SECURITY FENCE LF 10,000.00 $ 10.00 $ 100,000.00 $ 1.00 $ 10,000.00 $ 3.25 $ 32,500.00 $ 5.67 $ 56,700.00 $ 3.98 $ 39,800.00 B4 REMOVE AND REINSTALL EXISTING GATE AREA 3 LS 1.0 $ $ $ 100.00 $ 100.00 $ 3,250.00 $ 3,250.00 $ 4,565.00 $ 4,565.00 $ 2,002.00 $ 2,002.00 B5 REMOVE EXISTING GATE EA 1.00 $ $ $ 100.00 $ 100.00 $ 3,250.00 $ 3,250.00 $ 1,940.00 $ 1,940.00 $ 876.00 $ 876.00 B6 INSTALL WILDLIFE DETERRENT FENCE SKIRT AREA 1 LF 3,900.00 $ 6.48 $ 25,272.00 $ 15.00 $ 58,500.00 $ 12.73 $ 49,647.00 $ 17.70 $ 69,030.00 $ 12.94 $ 50,466.00 B7 T CHAIN LINK SECURITY FENCE W/3 STRAND BARBED WIRE LF 10,000.00 $ 35.00 $ 350,000.00 $ 33.50 $ 335,000.00 $ 47.45 $ 474,500.00 $ 32.77 $ 327,700.00 $ 40.70 $ 407,000.00 B8 TSECURITY GATE EA 1.0 $ $ $ 3,500.00 $ 3,500.00 $ 13,300.00 $ 13,300.00 $ 5,835.00 $ 5,835.00 $ 13,125.00 $ 13,125.00 B9 HYDROMULCH BY 4,500.00 $ 3.00 $ 13,500.00 $ 1.20 $ 5,400.00 $ 18.56 $ 83,520.00 $ 2.15 $ 9,675.00 $ 2.35 $ 10,575.00 B10 VINYL SHEET PILE WALL,BACKFILLED WITH A CONCRETE CAP I LF 80.00 $ 527.00 1$ 42,160.00 $ 2,450.00 $ 196,000.00 $ 962.50 $ 77,00000 $ 1,780.00 $ 142,400.00 $ 1,348.00 $ 107,840.00 SUBTOTAL PART B-PRIORITY 1 item B1 thm B10 $ 598,4tlh) $ 668,600.00 $ 776,978.75 $ 767,845.00 $ 800,284.00 Part C-PRIORITY 2 Cl SITECLEARINGAND STRIPPING AC 0.80 $ 15,000.00 $ 12,000.00 $ 2,000.00 $ 1,600.00 $ 8,580.94 $ 6,86435 $ 44,800.00 $ 35,840.00 $ 29,325.00 $ 23,460.00 C2 SEDIMENTCONTROLFENCE LF 3,500.00 $ 3.00 $ 10,500.00 $ 5.50 $ 19,250.00 $ 2.06 $ 7,210.00 $ 3.50 $ 12,250.00 $ 10.11 $ 35,385.00 C3 REMOVE EXISTING CHAIN LINK SECURITY FENCE LF 3,50G.0 $ 10.00 $ 35,000.00 $ 1A0 $ 3,500.00 $ 1.95 $ 6,825.00 $ 7.10 $ 24,850.00 $ 3.98 $ 13,930.00 C4 T CHAIN LINK SECURITY FENCE W/3 STRAND BARBED WIRE LF 3,500.0 $ 35.00 $ 122,500.00 $ 33.50 $ 117,250.00 $ 52.84 $ 184,940.00 $ 35.35 $ 123,725.00 $ 37.87 $ 132,545.00 C5 HYDROMULCH I SY 1 1.000.00 $ 3.00 1$ 3,000.00 $ 1.20 $ 1,200,00 $ 18.90 $ 18,900.- $ 3.85 1$ 3,850.00 $ 2.35 $ Z350.00 SUBTOTAL PART C-PRIORITY 2(its-Cl thru C5) $ 183,000.00 $ 142,800.00 $ 224,739.75 1 $ 200,51500 $ 207,670.00 TOTAL BASE BID $ 999,842.00 $ 1,022,900.00 $ 1,234,823.50 $ 1,235,235.00 $ 1,242,084.00 g"I s PROJECT LOCATION g N SCALE: N.T.S. d CORPUS CHWSTI BAY 4 C 4� x'We ws t VICINITY MAP NOT TO SCALE DEN, NAVAL AIR STATION _�`m � ?if�r,■ '`^ 4 r � — 1 Project Number: 23209 LOCATION J NOT TO SCALE PROJECT LOCATION DEAAG NASCC CITY COUNCIL EXHIBIT CITY OF CORPUS CHRISTI,TEXAS PERIMETER FENCE GRANT DEPARTMENT OF ENGINEERING SERVICES „sf Corpus Ghr sti Engineering Defense Economic Adjustment Assistance Grant - Naval Air Station Corpus Christi Perimeter Fence Grant Council Presentation September 2, 2025 Project Location iL Corpus Chr sti Engineering ® PROJECT LOCATION NF SCALE: N.T.S. s�as,w �a A. +� � ' VICoN oTY MAP s NAVAL AIR STATION -- ,j���� `;� �•'■. ,,`_` e ~I Project Number: 23209 LOCATION MAP ' NOT TO SCALE PROJECT LOCATION 2 Project Sco e p Carpus Chr sti Engineering A summary of proposed improvements is as follows: Replacement of approximately 13,500 linear feet of deteriorated perimeter fence and a gate to prevent unauthorized entry into protected areas and to modernize security fencing to comply with current U.S. Department of Defense Antiterrorism and Force Protection standards at the Naval Air Station Corpus Christi. Project is a grant awarded to City of Corpus Christi from the State of Texas to replace the deteriorated perimeter fencing at the NASCC. The Texas Legislature appropriated $30 million in the biennium to the Texas Military Preparedness Commission (TMPC) DEAAG fund to assist defense communities that a past or future Base Realignment and Closure action have impacted. Project Schedule Corpus Chr sti Engineering 2025 20251 1 • March - May J J A S October - May Design Bid/Award Construction Projected Schedule reflects City Council award in September 2025 with anticipated completion in May 2026. ORnFR FOR WORK AND_RFRVIrF/DIRFrT CITATION PR# 1401292822 1. THIS ORDER MUST BE ACCEPTED ON A REIMBURSABLE BASIS AND/OR DIRECT CITATION AND IS SUBJECT 2 DOCUMENT NUMBER TO THE CONDITIONS LISTED ON THE REVERSE SIDE. (Check applic boxes N0021625MD00410 WX PX ❑ DIRECT CITATION 3, REFERENCE NUMBER 4. FUNDS EXPIRE ON 5. WORK COMPLETION DATE 6, DATE PREPARED 1 7. AMENDMENT NO. 09/30/2025 09/30/2025 08/21/2025 0001 8. FROM NAVAL AIR STATION 9. FOR DETAILS 11001 D STREET SUITE 101 CONTACT: ISAAC.L.COLEMAN9.CIV@US.NAVY.M CORPUS CHRISTI TX 78419-5021 BRAN DON.V.WEBB2.CIV@US.NAVY.Ml 10. TO 11. MAIL BILLINGS TO: CITY OF CORPUS CHRISTI 1201 LEOPARD ST All conditions and limitations on attachment MUST CORPUS CHRISTI TX 78401-2120 be complied with 12. ACCOUNTING DATA TO BE CITED ON RESULTING BILLINGS A. B.APPROPRIA- C. SUB- D.OBJ. E. BU F. G. H. I. J. K. ACRN TION HEAD CLASS CONTROL SA AAA TT FAA COST CODE AMOUNT AA 1751804 52FM 254 09697 0 050120 2D 000000 A00009307130 $304,236.10- L. TOTAL THIS DOCUMENT $304,236.10- M. CUMULATIVE TOTAL 13. ORDER SELECTION 13A. THIS ORDER IS ISSUED AS A PROJECT ORDER ❑ AN ECONOMY ACT ORDER AND IS TO BE ACCOMPLISHED ON A [:]FIXED PRICE OR COST REIMBURSEMENT BASIS. WHEN THE FIRST BLOCK IS CHECKED, THE FOLLOWING ITEMS ON THE REVERSE SIDE APPLY. 13g ❑DIRECT CITATION PROCUREMENT BY CONTRACT OF THE FOLLOWING ITEMS IS REQUESTED: THESE ITEMS ❑ARE [?q ARE NOT-INCLUDED IN THE INTERSERVICE SUPPLY SUPPORT PROGRAM AND REQUIRED INTERS'ERVICE SCREENING HAS ®HAS NOT BEEN 13C. USE OF THE REVISED ACCEPTANCE PROCEDURE ❑ IS FN IS NOT AUTHORIZED. 14. DESCRIPTION OF WORK TO BE PERFORMED AND OTHER INSTRUCTIONS A. B.ITEM C. D. ACRN NO QUANTIT (Attach separate sheet-if more space is required) ESTIMATED AMOUNT SPECIAA 00010 1 AMD: 1 $304,236.10- DESCRIPTION OF SERVICE: FY25 FUNDS RECOUP FOR DEAAG:FENCE LINE REPLACEMENT, NAS CORPUS 15. PROVIDED THRU REIMBURSEMENT 16. PROCURED BY DIRECT CITATION 17. SUMMARY ESTIMATED AMOUNT A. B. ITEM C. ESTIMATED A. B. ITEM C. ESTIMATED ACRN NO. AMOUNT ACRN NO. AMOUNT A. TOTAL-BLOCK 14D= $304,236.10- AA 00010 $304,236.10- B. TOTAL-BLOCK 15C= - C. TOTAL-BLOCK 16C= $0.00 D. BLOCK 15C + 16C = 304 236.10- E. REIMBURSABL $718,663.90 O ~ F. DIRECT 2i CITATION U 18. 1 CERTIFY THAT THE AUTHORIZING OFFICIAL(NAME,TITLE AND SIGNATURE) DATE FUNDS CITED ARE KRIS S MELENDEZ LEAD FINANCIAL MANAGEMEN 08/21/2025 PROPERLY CHARGEABLE FOR ITEMS REQUESTED. //ELECTRONIC SIGNATURE APPROVALS USED// 19. THIS REQUEST IS AC- ACCEPTING OFFICIAL(NAME,TITLE AND SIGNATURE) DATE CEPTED AND THE ITEMS WILL BE PROVIDED IN ACCORDANCE HEREWITH, NAVCOMPT FORM 2276A (REV. 10-90)SiN D194-LF-01D-3790 ENTERPRISE STATEMENTS FOR ATTACHMENT TO THE NAVCOMPT 2276A DOCUMENT N0021625MD00410 AMENDMENT 0001 NOTE: UNILATERAL REALIGNMENT OF FUNDS BETWEEN REIMBURSABLE AND DIRECT-CITE IS PROHIBITED; THEREFORE A FORMAL AMENDMENT IS REQUIRED. The receiving activity must submit a request in writing for realignment of funds between direct-cite and reimbursable. If the realignment is acceptable to the issuing activity, a formal amendment reflecting the realignment will be issued. Revised acceptance is not authorized. Pen and ink changes are prohibited. 1. Submit acceptance copy to: PLEASE SEND ACCEPTANCES TO: CNRSE POC: BRAN DON.V.WEBB2.CIV@US.NAVY.MIL CNIC_SE_HQ_N8Contracts_Acceptances@us.navy.mil 2 In accordance with SECNAVINST 7000.2713 dated 12 October 2012,only commanding officers and comptroller personnel are authorized to accept funding documents. 3. In accordance with Treasury Financial Manual Volume I, Part 2,Chapter 4700,Appendix 10,and in support of Department of the Navy audit readiness requirements, by accepting this reimbursable funding action,the performing agency agrees to deliver, upon request,detailed documentation supporting amounts billed and actual performance of work. Submit reimbursable/FMS billings to: SPECIFIC AMD: 1 DESCRIPTION OF SERVICE: FY25 FUNDS RECOUP FOR DEAAG:FENCE LINE REPLACEMENT,NAS CORPUS RECOUP AMOUNT:$304,236.10 ------------------------------------------------------------- AMD:0 DESCRIPTION OF SERVICE: FY25 FUNDS PROVIDED FOR DEAAG: FENCE LINE REPLACEMENT,NAS CORPUS FUNDING AMOUNT:$1,022,900.00 CAGE CODE:8R255 IGSA#: N00216-IGSA-002 SDN#: N0021626MD00410 CNRSE POC: BRAN DON.V.WEBB2.CIV@US.NAVY.MIL FINANCIAL POC: Isaac.I.Coleman9.civ@us.navy.miI NON-SEVERABLE SERVICES(SPECIFIC): I CERTIFY THAT THE GOODS OR NON-SEVERABLE SERVICES TO BE ACQUIRED UNDER THIS AGREEMENT ARE NECESSARY EXPENSE OF THE APPROPRIATION CHARGED AND REPRESENT A BONA FIDE NEED OF THE FISCAL YEAR IN WHICH THESE FUNDS ARE OBLIGATED. 4. All excess reimbursable funds shall be identified to the issuing activity and the issuing activity shall prepare an amendment to withdraw excess funds. 5. Funds not actually obligated by the expiration date shall be identified for return to the requesting activity. An amendment shall be prepared by the requesting activity to withdraw excess funds. 6. For the portion of funds accepted on a direct citation basis,the Accounting Data(line of accounting)and Standard Document Number must be cited on all resulting contractual documents. 7. Direct citation of this funding on government travel orders is not authorized. 8. The office that incurs the obligation as a result of accepting this funding document shall forward the obligating document(i.e.,contract)within 6 calendar days to the office responsible for recording the obligation in compliance with DoD 7000.14-r,Volume 3, Chapter 8,§080302.Submit a copy of obligating document(s)to: 9. The work completion date for funds subject to the Economy Act may not be extended beyond the statutory expiration date of the appropriation funding the effort. 10. Project Order funds remain available until the order has been completed; however the work completion date may not be extended beyond the cancellation date of the appropriation funding the effort. 11. For Project Orders,the accepting activity must perform 51 percent of the work with in-house resources.The term in-house includes the cost of all direct labor for government employees and associated support(e.g., material and supplies,travel,and minor equipment).At a Navy Working Capital Fund (NWCF)activity, it also includes chargeable overhead costs. This 51 percent rule does not apply to Economy Act Orders. CONDITIONS/INSTRUCTIONS GOVERNING USE OF THIS FORM This form will only be used for requesting work and/or services, contractual procurement or local purchase of material or services. This form will not be used for requesting material from existing Government stocks. The purchse/procurement, or requisitioning from stock, of material incident to the performance of this order, however, is permissible. (Note: Requests for standard and/or non-standard stock available within the U.S. Government will be accomplished through the use of DOD single Line Item Requisition System Documents (DD Form 1348 and/or 1348-6, as appropriate). Supplementary Items: 1. Written acceptance of this order is required and will be accomplished by completing Block 19 on one copy of this order and returning it to the requiring activity cited in Block 8. Acceptance must be on a reimbursable basis and/or direct citation only. 2. Amounts authorized by this document have been reserved and/or committed by the requiring activity. Those amounts identified in Block 15 will be obligated upon receipt of the acceptance copy of this document, and those amounts identified in Block 16 will be obligated upon receipt of contracts or purchase or delivery orders awarded. 3. Amounts authorized in Block 15 are not subject to 31 USC 1517, unless specifically indicated on the face of the document. Additional funds, if required, will be requested from the activity cited in Bock 8. Approval of such requests will be accomplished by the requiring activity through the issuance of an amendment to this document, appropriately reflecting the amount of the additional funds being provided. The total of Block 17F constitutes a 31 USC 1517 limitation when the purchasing officer or contracting activity is a separate entity not under the immediate supervision of the commanding officer issuing the request. 4. The funds authorized by the document are available for obligation by the performing activity cited in Block 10 through the dates indicated in Block 4 or 5, as appropriate. Funds not actually obligated by the performing activity by that date will be returned to the requesting activity via Status of Reimbursable Orders or similar acceptable form. 5. Extension of the work completion date cited in Block 5 of this order, if required, must be requested in writing and is subject to the approval of the requiring activity cited in Block 8. Approval of such requests will be accomplished by the requesting activity through the issuance of an amendment to this document citing the work completion date. 6. Those items identified in Block 15 as a Project Order, as indicated in Block 13A, are placed in accordance with 41 USC 6307 and the DoD FMR 7000.14R, Vol. 11A, Ch 2. Performance of the work and/or services requested must be accomplished in accordance with these same statutes and regulations. 7. Billings will normally be submitted by the performing activity on a monthly basis unless specifically stated in Block 14. 8. Those items identified in Block 15 are placed pursuant to the Economy Act (31 U.S.C. 1535) and will be performed in accordance therewith. NAVCOMPT FORM 2276A(REV. 10-90) (REVERSE) S/N 01 04-LF01 0-3700 .�vs cr� 0 o� � v AGENDA MEMORANDUM NCORPOO It First Reading for the City Council Meeting of September 9, 2025 1852 Second Reading for the City Council Meeting of September 23, 2025 DATE: September 9, 2025 TO: Peter Zanoni, City Manager FROM: Robert Dodd, Director of Parks and Recreation RobertD4(a-)-cctexas.com (361) 826-3133 Amendment No. 1 to an Agreement with the Padre Isles Property Owners Association for the Lease, Construction of Improvements & Operation of Billish Park CAPTION: Ordinance authorizing Amendment No. 1 to the Agreement with Padre Isles Property Owners Association (PIPOA) for improvements and ongoing maintenance to Don & Sandy Billish Park to update the maintenance obligations by the City and to allow the PIPOA to drill and construct four water wells for irrigation purposes. SUMMARY: This ordinance approved proposed amendments to an agreement between the City and PIPOA for improvements and ongoing park maintenance. PIPOA is asking for permission to dig up to four wells to provide for irrigation for Billish Park. BACKGROUND AND FINDINGS: On June 20, 2017, City Council approved an agreement with PIPOA for the lease, construction of improvements, and maintenance of Billish Park. The Park was originally leased to PIPOA until it completed construction of improvements to the Park. Upon completion of the improvements, the improvements then became the property of the City. The Agreement identified turf/landscaping, and the installation of an irrigation system as required improvements to be executed by PIPOA. The Agreement also identified other elective improvements for PIPOA to execute, such as playground equipment. PIPOA completed these improvements, including the playground equipment, by 2020. As previously agreed, PIPOA has adopted Billish Park and are responsible for maintenance and repairs to the Park, including maintenance to all the improvements. In exchange for its ongoing maintenance of the Park, City pays PIPOA $14,700 annually to offset the costs associated with that maintenance. Since implementing these improvements, PIPOA has reevaluated their approach to the maintenance/landscaping of the Park and have requested to carry out further improvements. Therefore, amendments to the Agreement are proposed to construct up to four wells for an irrigation system for the maintenance of Billish Park grounds. PIPOA shall be solely responsible for the construction and maintenance of any well(s)/irrigation system. PIPOA shall not seek reimbursement from the City for those related costs. PIPOA shall ensure that all proper permits/approvals are obtained and provide copies of such to the City before beginning construction. These improvements shall be property of the City upon completion. Additional amendments to the Agreement are proposed regarding maintenance to be performed by the Parks & Recreation Department. The City, at its own cost/expense, shall: • Re-mulch the playground area at least once annually • Perform sanitation/trash pickup daily (excluding weekends, holidays, or weather-related events, such as hurricanes or other natural disasters). ALTERNATIVES: The Mayor and City Council may choose not to approve the amendment to the agreement and ask the Parks & Recreation Department to oversee maintenance and limited project improvements. FINANCIAL IMPACT: The fiscal impact for FY25 is $14,700 with funding available in the General Fund 1020 Parks and Recreation Department. FUNDING DETAIL: Fund: 1020 Organization/Activity: 12920 Department: 27 Project # (CIP Only): NA Account: 530225 Amount: $14,700.00 RECOMMENDATION: Staff recommend approving Amendment No. 1 to the Agreement with PIPOA for the lease, construction improvements and operation of Billish Park. LIST OF SUPPORTING DOCUMENTS: Agreement Ordinance Presentation Ordinance authorizing Amendment No. 1 to the Agreement with Padre Isles Property Owners Association for improvements and ongoing maintenance to Don & Sandy Billish Park to update the maintenance obligations by the City and to allow for drilling and construction of four wells for irrigation. BE IT ORDAINED BY THE CITY COUNCIL FOR THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. The City Manager is authorized to execute Amendment No. 1 to the Agreement with Padre Isles Property Owners Association for improvements and ongoing maintenance to Don & Sandy Billish Park to update the maintenance obligations by the City and to allow for drilling and construction of four wells for irrigation. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary AGREEMENT FOR THE LEASE,CONSTRUCTION OF IMPROVEMENTS AND OPERATION OF BILLISH PARK THIS AGREEMENT FOR THE LEASE, CONSTRUCTION OF IMPROVEMENTS AND OPERATION OF BILLISH PARK ("Agreement") is made and entered into by and between the CITY OF CORPUS CHRISTI, TEXAS, a home-rule municipal corporation ("City"). and PADRE ISLES PROPERTY OWNERS ASSOCIATION, INC., a Texas nonprofit corporation ("PIPOA"). I. Term This Agreement shall commence on the effective date described herein and continue in its first phase until improvements are accepted by the City as provided herein and thereafter on a year- to-year basis until terminated as provided herein. In the event that the parties do not reach agreement on the final plans and specifications for the improvements to Billish Park (the "Billish Park Improvements") within four (4) months from date of last signature, this Agreement shall be subject to termination by either party on thirty (30) days' written notice. Upon the completion of the Billish Park Improvements and acceptance by the City, this Agreement shall continue in effect on a year-to-year basis consistent with the City's fiscal year subject to termination by either party by written notice at least three (3) months prior to the commencement of any City fiscal year. II. Proiect Scope A. The City will provide the PIPOA with the plans and specifications for the Billish Park Improvements developed by the City's consultant, LMA Design, LLC. Billish Park is an approximately I 1 acre park located at 15601 Gypsy, Corpus Christi Texas. The PIPOA reserves the right to .work with its selected contractors to adjust the plans and specifications as needed to bring the cost of the Billish Park Improvements within the available budget. However, the PIPOA assumes any and all risks related to any adjustment to the plans and specifications developed by the City's consultant. In addition,the PIPOA recognizes that the City's consultant is not responsible to review nor approve any adjustments to the plans and specifications. All plans must be submitted to the City Director of Engineering and Director of Parks and Recreation and allow.for at least 30 days for final review and approval, which approval shall not be unreasonably denied. B. The Billish Park Improvements must include: 1. Installation of new irrigation; and 2. Improvement to the turf and landscaping. C. The Billish Park Improvements may include: 2017-192 6/20/17 Page 1 Ord. 031170 Padre Isles Property Owners N E / f 1. Excavation and grading of a pond, including placement of spoils throughout Billish Park in accordance with the plans and specifications; 2. Turf establishment on the pond slopes and embankments; 3. Suction pump at the pond for irrigation; 4. Concrete walkways adjacent to the pond; and/or 5. Playground equipment. D. Upon completion of the modifications to the plans and specifications for the Billish Park Improvements, the PIPOA shall submit the final terms of the construction contract and plans and specifications to the City Director of Parks and Recreation and the City Director of Engineering Services for review and approval, which approval shall be provided within thirty (30) days and which approval shall not be unreasonably denied. III. Construction of Improvements A. The PIPOA agrees to contract for the construction of the Billish Park Improvements as approved in the manner described above at its sole cost and expense. PIPOA shall ensure that the construction contract contains the insurance bond, and indemnification terms outlined on the attached Exhibits A and B. The PIPOA shall confirm with documentation to the City Director of Financial Services that it has sufficient funds to pay for the Billish Park Improvements prior to the commencement of any construction. B. Evidence of Contractor's insurance coverages in the amounts specified in Exhibit A and City building and construction permits shall be presented to the City Director of Engineering Services and City Director of Parks and Recreation prior to construction. C. The PIPOA agrees that all plans developed and all work performed shall be done in full compliance and in accordance with all federal, state and local laws, ordinances, codes and regulations, including but not limited to the Americans with Disabilities Act and the Americans with Disabilities Act Accessibility Guidelines and such work shall be subject to City inspection during the performance thereof and after it is completed. The PIPOA shall ensure that its contractor maintains Billish Park in a clean, safe, and sanitary condition during the construction activities. The PIPOA shall develop a process to address and respond to any neighborhood complaints regarding the construction activities. D. The PIPOA shall discharge all obligations to contractors, subcontractors, materialmen, workmen and/or other persons for all work performed and for materials furnished for or on account of PIPOA as such obligations mature. The PIPOA expressly agrees that it will neither give nor grant, nor purport to give or grant any mechanic's or materialmen's lien upon the City's property or upon any Billish Park Improvements thereupon in the process of construction or repair, nor allow any condition to exist or situation to develop whereby any party should be entitled, as a matter of law, to a mechanic's or materialmen's lien against the City's property or Billish Park Improvements thereon, and the PIPOA will discharge any such lien within thirty (30) days after notice of filing thereof. Page 2 E. The PIPOA shall conduct its operations under this Agreement in an orderly and proper manner, considering the nature of such operation, so as not to unreasonably annoy, disturb or endanger others. F. During the term of construction, Billish Park shall be leased to the PIPOA and the PIPOA shall have exclusive possession of the property for the duration of the construction project, which in no event shall exceed one year from the date of commencement except with written approval of the City Manager. However, Billish Park shall remain open to the public except for portions closed due to construction. This Agreement shall constitute the lease of Billish Park for such purposes for the consideration provided herein. The commencement date of construction and the lease of Billish Park shall be deemed to occur upon the issuance of a building permit by the City for the Billish Park Improvements. G. The City shall not be liable to PIPOA nor its contractor for any delay damages. IV. Transfer of Billish Park Improvements to City and Payment A. Upon the completion of the Billish Park Improvements, the PIPOA shall execute a special warranty deed conveying such improvements to the City for the purchase price of $400,000 to be paid by the City (the "City Purchase Price"), which is subject to further reduction as provided below. B. The City Purchase Price for the Billish Park Improvements shall be reduced from $400,000 if the actual costs of construction incurred by the PIPOA (the "Actual Costs of Construction"), including the costs of one or more construction contractors, design consultants, construction managers, materials, bonds, insurance, permit fees and all other out-of-pocket expenses incurred directly for the completion of the Billish Park Improvements, are less than the sum of $600,000.00. If the Actual Costs of Construction are less than $600,000,the City Purchase Price to be paid by the City shall be reduced from $400,000 by 2/3 of the difference between $600,000 and the Actual Costs of Construction. An example is set out as follows: Maximum Costs of Construction: $600,000.00 Actual Costs of Construction: $588,000.00 Savings Accomplished: $12,000.00 Savings to City: 2/3 of$12,000= $8,000.00 City Purchase Price: $400,000.00 - $8,000.00=$392,000.00 C. Upon completion of the Billish Park Improvements, the PIPOA shall deliver to the City Director of Engineering Services and City Director of Parks and Recreation a cost report itemizing the expenses incurred including copies of the invoices for each expense. The City shall have thirty (30) days to inspect the Billish Park Improvements and review such costs and present any objections to the same. If the parties cannot resolve all Page 13 objections within thirty (30) days after the making of any objection, the City shall proceed to pay the full amount of the Purchase Price not in dispute, and the PIPOA shall deliver the special warranty deed and reserve its rights to seek its remedies at law for the collection of the remainder of the Purchase Price claimed by the PIPOA. D. Within sixty (60) days following completion fo the Billish Park Improvements, the PIPOA shall deliver the special warranty deed to the Billish Park Improvements in exchange for the payment of the Purchase Price determined in the manner provided above. The City may retain such deed in its records or file such deed of record with the Nueces County Clerk, at the City's option. Upon the delivery of such special warranty deed, the lease provided in Section IV above shall terminate. E. All warranties provided to the PIPOA regarding the Billish Park Improvements as part of the construction of same shall be transferred and assigned to the City together with the special warranty deed. F. Nothing herein shall obligate the PIPOA to expend more than a total of$600,000.00, with $200,000.00 being the maximum net cost to the PIPOA, for the construction of the Billish Park Improvements. V. Maintenance and Operation of Billish Park A. The PIPOA agrees to adopt, maintain, and repair Billish Park, including the Billish Park Improvements upon completion of construction of the Billish Park Improvements, on a year-to-year basis in accordance with terms and conditions described herein and subject to adjustment from time to time based on agreement between the PIPOA and the City Manager or designee. B. The PIPOA agrees to maintain the multi-purpose sports field established at Billish Park according to the following standards: • Mow every 7 days during faster growing periods from March through October each year and every 14 days during the remainder of each year. • Aerate on an annual basis. • Fertilize on an annual basis. • Irrigate with an automated or manual irrigation system. • Apply pest control as needed. • Pick up litter and empty receptacles on a weekly basis or more frequently as needed. • Maintain all remaining improvements on an as-needed basis. C. For the remainder of Billish Park, the maintenance schedule shall be the same except the mowing schedule may be reduced to approximately 21 times per year mowing every 14 days during months of March through October and every 28 days during the remainder of the year. Page 4 D. The City agrees to trim the palm trees at Billish Park at least one time per year. E. Each year, the City agrees to provide to the PIPOA $14,700.00 to defray a portion of the costs of mowing and maintaining the landscaping associated with Billish Park and the Billish Park Improvements, such amount to be paid on or before December 1 (or other mutually acceptable date)during each fiscal year subject to appropriation of funding and the City's annual budget process. The PIPOA shall be responsible for all other costs of mowing and maintenance of Billish Park. The City agrees to provide three months' notice of termination as provided in Section XII below in the event that it elects not to appropriate such funds for the next fiscal year. F. If constructed, the PIPOA shall be solely responsible for the maintenance of the pond suction pump and related irrigation system in perpetuity until such system is removed or replaced. G. The PIPOA agrees to comply with the City's water conservation program. VI. Indemnification The PIPOA does hereby agree to indemnify and hold harmless the City and all of its officers,officials, agents, and employees, in both their public and private capacities, from any and all liability, claims, suits, demands, losses, damages, attorney's fees, including all expenses of litigation or settlement, or causes of action which may arise by out of or in connection with this Agreement, including injury to or death of any person or for loss of, damage to, or loss of use of any property, arising out of or in connection with this Agreement occasioned by error, omission or negligent act of the PIPOA, its officers, agents, employees, invitees or other person,for whom it is legally liable with regard to the performance of this Agreement. VII. Signage During the period of construction, the PIPOA may erect a sign reflecting the investment of City Bond funds and the investment of the PIPOA's funds for the Billish Park Improvements, which sign shall be subject to approval by the City Director of Parks and Recreation, which approval shall not be unreasonably withheld or delayed. Otherwise, during the term of this Agreement, the PIPOA may not place any signage at Billish Park except with prior written approval from the City Director of Parks and Recreation. VIII. Utilities If any utilities are required, needed or desired by the PIPOA during construction of the Billish Park Improvements, the PIPOA shall bear all costs, expenses and fees of extension connections or tapping charges for water and sanitary sewer facilities on the City's property, in accordance with the ordinances of the City, which expenses shall be includable as part of the Actual Costs of Construction provided above. Except for water used for irrigation purposes as provided below, PIPOA must pay for all utilities used by it or for any activity sponsored by PIPOA at Billish Park prior to the due date for payment. PIPOA must adhere to applicable water conservation Page 5 standards. In an effort to ensure that Billish Park is maintained in accordance with City standards, the City shall not charge PIPOA for water used by PIPOA to maintain and keep the Billish Park grounds in good condition. IX. Independent Contractor The PIPOA covenants and agrees that it is an independent contractor and not an officer, agent, servant or employee of City. In addition, the PIPOA covenants and agrees that the employees and volunteers of the PIPOA participating in the construction of the Billish Park Improvements, or participating in any other activity arising under or related to this Agreement, are solely employees and volunteers of the PIPOA and they are not employees or volunteers of the City nor are they under the control, supervision, or administration of the City. X. Assignment The PIPOA shall not assign this Agreement without the prior written consent of the City. XI. Entire Agreement This Agreement embodies the complete agreement of the parties hereto regarding the Billish Park Improvements superseding all oral or written previous and contemporary agreements between the parties relating to matters herein and, except as otherwise provided herein, cannot be modified without written agreement of the parties. XII. Notices All notices or communications required under this Agreement or desired to be given by the parties hereto shall be sent in writing, and shall be deemed sufficiently given when same is hand delivered or deposited in the United States mail, sufficient postage prepaid, registered or certified mail, return receipt requested, addressed to the recipient at the address set forth below: City of Corpus Christi Director of Parks and Recreation Post Office Box 9277 Corpus Christi, Texas 78469-9277 361-826-3464 PIPOA 14015 Fortuna Bay Drive Corpus Christi, TX 78418 361-949-7025 XIII. Non-Waiver It is further agreed that one (1) or more instances of forbearance by City in the exercise of its rights herein shall in no way constitute a waiver thereof. Page 6 IN WITNESS WHEREOF,the parties hereto have executed this Agreement to be effective as of 2017. City of Corpus Christi Padre Isles Property Owners Association, Inc. [17 Margie C. Rose (Date) Brent Moore (Date) City Manager President AiPPROVED AS TO LEGAL FORM: Assistant City orney (Date) RECO NDED: E. Jay E ' grs& (Date) Direct ParRecr on tiQ L'. ATTEST: 1„U ILL, RE Y SEGRE ARY GIT jv eouNC+i... s ECt2FT��" Page 17 EXHIBIT A INSURANCE REQUIREMENTS I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. B. Contractor must furnish to the City's Risk Manager and Director of Parks and Recreation Department, 2 copies of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE 30-written day notice of cancellation, Bodily Injury and Property Damage required on all certificates or by applicable Per occurrence- aggregate policy endorsements Commercial General Liability including: $1,000,000 Per Occurrence 1. Commercial Broad Form $2,000,000 Aggregate 2. Premises—Operations 3. Products/Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury-Advertising Injury AUTO LIABILITY(including) $1,000,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000/$500,000/$500,000 C. In the event of accidents of any kind related to this Agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Page 8 II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A-VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation, non-renewal or material change in coverage, and not less than ten(10)calendar days advance written notice for nonpayment of premium. E. Within five (5) calendar days of a suspension, cancellation, or non-renewal of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide Page 9 and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. Page 10 EXHIBIT B Terms regarding construction of improvements at Billish Park The contractors who are awarded contracts for construction of the Billish Park Improvements shall furnish the following bonds by surety companies authorized to do business in Texas: 1. Payment Bond - A payment bond in the amount of One Hundred Percent (100%) of the contract for construction of the Improvements shall be furnished for the protection of all persons, firms and corporations who may furnish materials or perform labor. The payment bond shall be made with PIPOA as an Obligee. 2. Performance Bond-A performance bond in the amount of One Hundred Percent (100%) of the contract for construction of the Improvements shall be furnished covering the faithful performance of the contract. The performance bond shall be made with PIPOA as an Obligee. All construction agreements for the Improvements shall include the following provisions in large, bold fact font: THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE CITY OF CORPUS CHRISTI AND ALL OF ITS OFFICIALS, AGENTS AND EMPLOYEES, FROM AND AGAINST ANY AND ALL LIABILITY, CLAIMS, LOSSES, DAMAGES, SUITS, DEMANDS OR CAUSES OF ACTION INCLUDING ALL EXPENSES OF LITIGATION AND/OR SETTLEMENT, COURT COSTS AND ATTORNEY FEES WHICH MAY ARISE BY REASON OF INJURY TO OR DEATH OF ANY PERSON OR FOR LOSS OF, DAMAGE TO, OR LOSS OF USE OF ANY PROPERTY OCCASIONED BY ERROR, OMISSION, OR NEGLIGENT ACT OF CONTRACTOR, ITS OFFICERS, AGENTS, EMPLOYEES, SUBCONTRACTORS, INVITEES OR ANY OTHER PERSON, ARISING OUT OF OR IN CONNECTION WITH THE PERFORMANCE OF THIS AGREEMENT, AND CONTRACTOR SHALL AT HIS OR HER OWN COST AND EXPENSE DEFEND AND PROTECT THE CITY OF CORPUS CHRISTI FROM ANY AND ALL SUCH CLAIMS AND DEMANDS. Page 11 A e CERTIFICATE OF INTERESTED PARTIES FORM 1295 1af1 Complete Nos.1-4 and 6'd there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parries. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-209403 Padre Isles Property Owners Association,Inc. Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party tot the contract for which the form is 05/17/2017 being filed. City of Corpus Christi Datj Ackno ledged: WY7 3 Provide the identification number used by the governmental entity or state agency to track or identify the c•ntract, d provide a description of the services,goods,or other property to be provided under the contract. Contract for Lease and Construction of Improvements to Billish Park 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Jones,Marvin Corpus Christi,TX United States X Tate,Carter Corpus Christi,TX United States X Tressa,Nancy Corpus Christi,TX United States X Shadow,John"Jack' Corpus Christi,TX United States X Scanlan,Darrell Corpus Christi,TX United States X Hess,Leslie Corpus Christi,TX United States X Moore,Brent Corpus Christi,TX United States X Wood,Boykin&Wolter,PC Corpus Chrsiti,TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. ot�r•as� VERONICA C SALAIS ID# 1207416-8 ` Notary Public STATE OF TEXAS My Comm.Exp.09-M..2020 tgna re of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said John D. Bell . this the day of May 20 17 ,to certify which,witness my hand and seal of office. C -,J[11.Veronica Salais Notary Public Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.883 AMENDMENT NO. 1 TO AGREEMENT FOR THE LEASE, CONSTRUCTION OF IMPROVEMENTS AND OPERATION OF BILLISH PARK This Amendment No. 1 amends the Lease, Construction of Improvements and Operation of Billish Park (Agreement) between the City of Corpus Christi (City) and Padre Isles Property Owners Association, Inc. (PIPOA), approved by City Council on June 20, 2017, Ordinance Number 031170. NOW, THEREFORE, THE PARTIES AGREE AS FOLLOWS: 1) Agreement is amended to add the following to Section IV.: "G. Parties acknowledge that PIPOA has been paid in full for the improvements installed at Billish Park, that such payment was issued by PO# 59761-0000, for$361,226.21, dated March 9, 2020." 2) Agreement is amended to add the following Section IV.: "H. The Parties acknowledge that the improvements are property of the City of Corpus Christi and title of improvements is vested to the City of Corpus Christi." 3) Section V.F. is amended to read as follows: "F. PIPOA may construct up to four wells and a related irrigation system for the maintenance of the grounds at Billish Park only. PIPOA shall be solely responsible for the construction, drilling, ongoing maintenance, and upkeep of any well and irrigation system and shall not seek reimbursement from City for those related costs. PIPOA shall follow all local, State, and Federal rules, regulations, and laws and shall insure all contractors hired for such work under this section shall follow said rules, regulations, and laws. All work constructed under this paragraph shall be properly insured and name the City as an additional insured. Certificate of insurance with proper coverage verified with City's Risk Department shall be provided and approved in writing before any such work shall begin. PIPOA shall ensure that all proper permits and approvals have been obtained in writing and shall provide copies of such approvals and permits to City before drilling wells. Parties acknowledge that the well(s) and irrigation system(s) constructed under this section shall be property of the City upon completion and title shall vest in City." 4) Agreement is amended to add the following to Section V.: "H. City, at its own cost and expense, agrees to perform the following maintenance: 1. City shall perform sanitation and trash pickup daily, excluding weekends, holidays, or weather-related events, such as hurricanes or other natural disasters. City's duties under this paragraph are subject to any emergency declarations by City, State, or Federal governments, and the availability of staff to perform daily sanitation and trash pickup. Nothing in this paragraph prevents PIPOA from contacting City through the 311 app,the City's website at www.corpuschristitx.gov/department-directory/communications/311-call- center, or by phone to 3-1-1 to report trash or other conditions at Billish Park. 2. City shall re-mulch playground at least once annually. 3. Nothing in this paragraph is to be interpreted that the annual subsidy provided to PIPOA under Section V.E. of this Agreement and any amendments thereto shall be offset or reduced by the maintenance performed by City or the value of the maintenance performed by the City." 5) Agreement is amended to add the following to Section V.: "H. PIPOA shall notify City by the 311 app, the City's website at www.corpuschristitx.gov/department-directory/communications/311-call-center, or by phone to 3-1-1 in the event that a special event permit holder does not properly collect trash following a special event at Billish Park. Such notice shall be made within 48 hours after the conclusion of the event." 6) Agreement is amended to add the following to Section V.: "I. City may notify PIPOA when Billish Park is rented for special events and may provide a copy of the special event permit upon written request by PIPOA. Notification under this section shall be by email to exdir@pipoa.net." 7) This Amendment shall be effective upon final signature by City. 8) All other terms and conditions of the previously executed Agreement between the parties which are not inconsistent herewith shall continue in full force and effect. Signatures on next page. City of Corpus Christi Padre Isles Property Owner Association, Inc. 7�r'cG�c��l Mc GinC2� By: By: Richard McGi.ky(A,g19,202515:-45CD Richard McGinley Name: Name: Executive Director Title: Title: O8/19/2025 Date: Date: Approved as to Legal Form on of , 20 Assistant City Attorney CORPUS 1~'' CHRISTI PARKS& ft RECREATION Amendment No. 1 to an Agreement with the Padre Isles Property Owners Association for the Lease, Construction of Improvements & Operation of Billish Park City Council Meeting September 9, 2025 Background CORPUS CHRISTI PARKSS. • On June 20, 2017, City Council approved an agreement with PIPOA for the lease, construction of improvements, and maintenance of Billish Park. • The Park was originally leased to PIPOA until it completed construction of improvements to the Park. • Upon completion of the improvements, the improvements then became the property of the City Agreement �- CORPUS CHR ISTI The Agreement identified turf/landscaping & the installation of an irrigation system as required improvements to be executed by PIPOA. • It also identified other elective improvements for PIPOA to execute, such as playground equipment. • PIPOA completed these improvements, including the playground equipment, by 2020. • PIPOA has adopted Billish Park & are responsible for maintenance/repairs, including maintenance to all improvements. • In exchange for ongoing maintenance, the City pays PIPOA $14,700 annually to offset the costs associated with that maintenance. ZL Proposed Amendments to the Agreement << CORPUS CHRISTI PARKSS. • PIPOA is asking for permission to dig up to four wells to provide for AE�AEAT,o� irrigation for Billish Park. • PIPOA shall be solely responsible for the construction/maintenance of any well(s)/irrigation system. • These improvements shall be property of the City upon completion. Maintenance to be performed by the Parks & Recreation Department at its own cost/expense: ➢ Re-mulch the playground area at least once annually. ➢ Perform sanitation/trash pickup daily (excluding weekends, holidays, or weather-related events, such as hurricanes or other natural disasters). Recommendation ''�. CORPUS CHRISTI PARK56. RECREATION Staff recommend approving Amendment No. 1 to the Agreement with PIPOA for the lease, construction improvements & operation of Billish Park. 5 ,gyUS C� 0 AGENDA MEMORANDUM yogP00.p£a First Reading Ordinance for the City Council Meeting September 09, 2025 I852 Second Reading Ordinance for the City Council Meeting September 23, 2025 DATE: September 09, 2025 TO: Peter Zanoni, City Manager FROM: Jeremy Valgardson, Interim Director of Aviation Jeremyv2P-cctexas.com (361) 826-1777 FAA Airport Grant No. CRP-SWG-3-48-0051-74-2025 Bipartisan Infrastructure Law (BIL) (Public Law 117-58) of 2021 AIG Airport Infrastructure FAA Reauthorization Act of 2024 (P.L. 118-63); Federal Aviation Administration Grant Program Corpus Christi International Airport (CCIA) CAPTION: Ordinance appropriating Airport Grant No. 74 in the amount of $557,814.00 from the Federal Aviation Administration for the Airport Improvement Program for the Terminal Access Road "International Drive Rehabilitation" Project in the Airport CIP Grants Fund; appropriating and transferring $29,359.00 from the Airport Operating Fund to the Airport Capital Reserve Fund; and amending the FY 2025 Capital Budget by increasing revenues and expenditures each by $587,173.00. SUMMARY: This ordinance authorizes the appropriation of Airport Grant No. 74 for $ 557,814 from the Federal Aviation Administration (FAA) Bipartisan Infrastructure Law (BIL) Airport Infrastructure Grant (AIG) with a 5% local match from Fund 3018 — Airport Capital Reserve. The grant supports the upcoming International Drive Rehabilitation Project and will replace aging pavement infrastructure. BACKGROUND AND FINDINGS: On July 7, 2022, President Biden signed the Infrastructure Investment and Jobs Act (Public Law 117-58) of 2021 referred to as the Bipartisan Infrastructure Law (BIL). The BIL includes multiple grant programs for airports to address aging infrastructure, terminal capacity, energy efficiency, and other improvements. One such grant program is the Airport Infrastructure Grant (AIG), which is an annual grant process for eligible projects. This grant will assist in funding the design of the International Drive Rehabilitation Project. The existing pavement is in poor condition and needs to be reconstructed. Design will include Full width reconstruction / rehabilitation of International Drive beginning at SH 44 and ending approximately 100 feet south of the turnaround near Glasson Drive (approximately 2,000 linear feet each direction). The design scope will also include curb and gutter for at least one side of the road from SH 44 to the existing terminal building, updated landscaping and roadway lighting and signage, improved pedestrian elements to meet current ADA, PROWAG, and City standards. The rehabilitation portion of the design will include mill and overlay of the existing asphalt pavement leaving in place existing curb and gutter. Design will also include an extension of the waterline main in the northbound lane corridor of International Drive to create a loop for the primary water feed for the terminal. PROJECT TIMELINE: September - May June -July August - December Design Bid/Award Construction Project schedule reflects City Council authorizing appropriating funds in September 2025 with anticipated completion of construction by December 2027. ALTERNATIVES: The alternative is to not accept the funding and pay the design in its entirety with city funds. City Staff is recommending approval to accept the grant and appropriate funds. FISCAL IMPACT: This is an approved CCIA Capital Improvement Project and ajoint Federal Aviation Administration (FAA)/City eligible project with a respective 95/5 percent design cost sharing. Funding is available through acceptance, appropriation and transfer of the grant to a capital fund, with the City's 5% match available from 3018 - Airport Capital Reserve fund. Funding Detail: Fund: 3020 - Airport CIP Grants Organization/Activity: 89 — Grants & Capital Project Funds / 250031743020 Department: 53 Project # (CIP Only): 25003 Account: 550950 —Outside Consultants Amount: $557,814.00 Fund: 3018 —Airport Capital Reserve Organization/Activity: 89 — Grants & Capital Project Funds / 250031743018 Department: 53 Project # (CIP Only): 25003 Account: 550950 —Outside Consultants Amount: $29,359.00 RECOMMENDATION: Staff recommends approval of this ordinance to appropriate FAA Grant No. 74 totaling $587,173.00. The Airport Board recommended approval at their regularly scheduled Board Meeting. LIST OF SUPPORTING DOCUMENTS: Ordinance Memo with Grant Agreement Ordinance appropriating Airport Grant No. 74 in the amount of $557,814.00 from the Federal Aviation Administration for the Airport Improvement Program for the Terminal Access Road "International Drive Rehabilitation" Project in the Airport CIP Grants Fund; appropriating and transferring $29,359.00 from the Airport Operating Fund to the Airport Capital Reserve Fund; and amending the FY 2025 Capital Budget by increasing revenues and expenditures each by $587,173.00. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. Funding in the amount of$557,814.00 is appropriated from FAA Grant No. 74 in the Airport Capital Improvement Program (CIP) Grants Fund. Additionally, funding in the amount of $29,359.00 is appropriated from the unreserved fund balance in the Airport Operating Fund and transferred to the Airport Capital Reserve Fund for the required match for the Terminal Access Road "International Drive Rehabilitation" Project. SECTION 2. The FY 2025 Capital Budget adopted by Ordinance No. 033468 is amended to increase revenues and expenditures each by $587,173.00. SECTION 3. The City Manager, or designee ("City Manager"), may reject or terminate this grant. Furthermore, the City Manager is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry-over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e)to comply with applicable State or federal laws and regulations; and f)for matters which do not change the essential purpose of the grant. SECTION 4. The Director of Aviation is designated as the City's authorized official to administer this grant. The authorized official is empowered to reject or terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 5. In the event of the loss or misuse of these grant funds, the City assures that any unallowed grant funds will be returned to the applicable grantor, in full, if so required by the terms of the grant. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary CIA Corpus Christi International Airport Federal Aviation Administration Airport Improvement Program - Grant No. 74 Ordinance Authorizing Acceptance of Grant Award Corpus Christi International Airport Interim Director of Aviation,Jeremy Valgardson \ September 2 2025 CCIA Background Information Corpus Christi International Airport Ordinance appropriating $557,814.00 from Federal Aviation Administration Grant No. 74 in the Airport CIP Grants - Fund 3020 for the design of the Terminal Access Road "International Drive Rehabilitation' Project with a 5% cash match provided from the Airport CIP Reserve - Fund 3018. This grant will provide funding for: This grant will assist in funding the design of the International Drive Rehabilitation Project. The existing pavement is in poor condition and needs to be reconstructed. CCIA Background Information Corpus Christi International Airport Design will include Full width reconstruction / rehabilitation of International Drive beginning at SH 44 and ending approximately 100 feet south of the turnaround near Glasson Drive (approximately 2,000 linear feet each direction). The design scope will also include curb and gutter for at least one side of the road from SH 44 to the existing terminal building, updated landscaping and roadway lighting and signage, improved pedestrian elements to meet current ADA, PROWAG, and City standards. CCIA Background Information Corpus Christi International Airport The rehabilitation portion of the design will include mill and overlay of the existing asphalt pavement leaving in place existing curb and gutter. Design will also include an extension of the waterline main in the northbound lane corridor of International Drive to create a loop for the primary water feed for the terminal. 4 3 t.ClIrl:I� : Corpus Christ International Airport d +� ~ . yGYS rtYf7'h 4,01 r — ,EaM,v - aio�a stre�gm 9ectlon of _ e m�er�a�co�s orN Federal Aviation Administration cCI� Airport Improvement Program - Grant No. 74 Corpus Christi International Airport Questions ? 6 se 0 0 U NCORPO0.1¢ AGENDA MEMORANDUM ss52 Action Item for the City Council Meeting of September 9, 2025 DATE: September 9, 2025 TO: Peter Zanoni, City Manager FROM: Randy Almaguer, Compliance Officer, CCREDC ralmaguer(a)-ccredc.com (361) 882-7448 Marriott— Dual Branded Hotels CAPTION: Ordinance approving an economic development incentive agreement project between the Corpus Christi B Corporation (Type B Corporation) and Padre Island North, LLC for a total amount not to exceed $2,000,000.00 for development of the Marriott Dual Branded Hotels, Courtyard & Residence Inn, Conference Center, Bar& Restaurant located at 15210— 15222 Windward Drive, Corpus Christi; as part of the project developer, Padre Island North, LLC, will create 73 primary jobs for the new or expanded business enterprise; and appropriating $2,000,000.00, in project funding to be reimbursed over a five-year period from the unreserved fund balance of the Corpus Christi B Corporation Economic Development fund. SUMMARY: This ordinance authorizes a reimbursement grant agreement with Padre Island North, LLC in the amount of$2,000,000 to support the development of the Marriott dual-branded hotels—Courtyard and Residence Inn, along with a beachfront conference center, full-service restaurant, and bar. BACKGROUND AND FINDINGS: Timeline On June 16, 2025, the Type B Corporation approved an incentive amount not to exceed $2,000,000 for the proposed Marriott Dual-Branded Hotels, Courtyard & Residence Inn, Conference Center, Bar, and Restaurant. On August 25, 2025, the Type B Corporation unanimously approved the final agreement with Padre Island North, LLC. The incentive will be provided in the form of a grant of up to $2,000,000, payable over a five-year period. Project Overview The North Padre Island Marriott Hotels & Conference Center is a proposed $34 million development located at 1 521 0-1 5222 Windward Drive in Corpus Christi, Texas.The development will include: • A 107-room Courtyard (Select Service brand) • A 98-room Residence Inn (Extended Stay brand) • A 9,186-square-foot beachfront conference center (including pre-function space) • A full-service restaurant and two bars Economic & Community Impact • Tourism & Event Capacity: Enhances the Island's ability to host conferences, meetings, and leisure visitors. • Economic Growth: Stimulates year-round tourism and supports local businesses through increased visitor spending. • Job Creation: Creates 73 new full-time jobs with an average annual salary of $30,665, resulting in an estimated annual payroll of$2.2 million. • Workforce Development: Offers opportunities in hospitality, event management, and culinary services, aligned with local workforce priorities. Incentive Framework The incentive is authorized under the Texas Local Government Code 501.103 and 505.152 and falls under the Type B Guidelines and Criteria for approving grant incentives. Grant funds will be disbursed over five years, contingent upon compliance with investment, construction, and job creation requirements. ALTERNATIVES: City Council may choose to fund at different amount or not at all. FINANCIAL IMPACT: The financial impact is an amount not to exceed to be funded with the Type B Economic Development Fund in FY 2028. Funding Detail: Fund: 1146 Economic Development Fund Organization/Activity: 15010 Large Business Projects Mission Element: Project # (CIP Only): Account: 530000 Professional Services Expense RECOMMENDATION: Staff recommend approval of the agreement in an amount not to exceed $2,000,000 to be funded by the Corpus Christi B Corporation. LIST OF SUPPORTING DOCUMENTS: PowerPoint Presentation Agreement Ordinance approving an economic development incentive agreement project between the Corpus Christi B Corporation (Type B Corporation) and Padre Island North, LLC for a total amount not to exceed $2,000,000.00 for development of the Marriott Dual Branded Hotels, Courtyard & Residence Inn, Conference Center, Bar & Restaurant located at 15210 — 15222 Windward Drive, Corpus Christi; as part of the project developer, Padre Island North, LLC, will create 73 primary jobs for the new or expanded business enterprise; and appropriating $2,000,000.00, in project funding to be reimbursed over a five-year period from the unreserved fund balance of the Corpus Christi B Corporation Economic Development fund. WHEREAS, the Texas Legislature in Section 501 of the Local Government Code (Development Corporation Act of 1979) empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, residents of the City of Corpus Christi have authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one- eighth of one percent to be imposed for 20 years; WHEREAS, on November 8, 2016, residents of the City passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for (1) 50% to the promotion and development of new and expanded business enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3)the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS, the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, on June 30, 2025, the B Corporation Board held a public hearing and authorized the Mariott Dual Branded Hotels project, finding that it is in the best interest of the residents of the City that up to $2,000,000.00 from the Corpus Christi B Corporation Economic Development Fund be reserved for a business incentive agreement project between the Corpus Christi B Corporation and Padre Island North, LLC; finding that the project promotes and develops new or expanded business enterprises; and finding that the project totals an estimated $34 million Marriot Dual Branded Hotels development Page 1 of 2 located at 15210— 15222 Windward Drive, Corpus Christi in accordance with Texas Local Government Code Sections 501 .103 and 505.152-1 WHEREAS, on August 25, 2025, the B Corporation Board approved the Business Incentive Agreement for the project; WHEREAS, the Mariott Dual Branded Hotels business incentive agreement project between the Corpus Christi B Corporation and Padre Island North, LLC will create 73 primary jobs within the City with an average annual salary of $30,665.00, resulting in an estimated annual payroll of $2.2. million; WHEREAS, the Mariott Dual Branded Hotels business incentive agreement project aligns with the City's economic development goals by enhancing economic development, stimulating year-round tourism, and offering opportunities in hospitality, event management, and culinary services, aligning with local workforce and economic development expansion; and WHEREAS, Texas Local Government Code Section 501.073 of the Act requires the City Council to approve all programs and expenditures of the Corporation. Be it ordained by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council approves an economic development incentive agreement project between the Corpus Christi B Corporation (Type B Corporation) and Padre Island North, LLC for a total incentive amount not to exceed $2,000,000.00, for development of the Marriott Dual Branded Hotels, Courtyard & Residence Inn, Conference Center, Bar & Restaurant located at 15210 — 15222 Windward Drive, Corpus Christi. Section 2. The recitals contained in the preamble hereof are hereby found to be true, and such recitals are hereby made a part of this ordinance for all purposes and are adopted as a part of the findings of the City Council. Section 3. The City Council appropriates the use of up to $2,000,000.00, in funding from the Corpus Christi B Corporation Economic Development Fund for the Mariott Dual Branded Hotels project between the Corpus Christi B Corporation and Padre Island North, LLC; and funding shall be reimbursed over a five-year period in accordance with the economic development incentive agreement for the project. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 2 of 2 i BUSINESS INCENTIVE AGREEMENT BETWEEN THE CORPUS CHRISTI B CORPORATION AND PADRE ISLAND NORTH, LLC FOR THE DEVELOPMENT OF A DUAL BRANDED HOTEL AND CONFERENCE CENTER PROJECT This Business Incentive Agreement for Capital Investments and the development of a Marriott Dual Branded Hotels; Courtyard & Residence Inn, Conference Center, Bar & Restaurant at 1 521 0— 1 52222 Windward Drive, Corpus Christi, Tx. 78418 ("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Padre Island North, LLC ("Company"), a Texas limited liability company. WHEREAS, the Texas Legislature in Chapter 501 et seq. of the Local Government Code (Development Corporation Act of 1979) (the "Act") empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for (1) 50% to the promotion and development of new and expanded business enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3) the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS, the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, the Company has proposed a North Padre Island Marriott Hotels & Conference Center development of an estimated $34 million investment located at 15210-15222 Windward Drive in Corpus Christi, which includes the creation of 73 new full-time jobs (the "Project") with an average annual salary of$30,665.00, resulting in an estimated annual payroll of approximately $2.2 million. The project will include two Marriott-branded hotels—a 107-room Courtyard (Select Service brand) and a 98-room Residence Inn (Extended Stay brand)—alongside a 9,186-square-foot beachfront conference center, a full-service restaurant, and two bars; Type B Business Incentive Agreement Padre Island North,LLC I i f i WHEREAS, Section 501.073 of the Act requires the City Council to approve all programs and expenditures of the Corporation; and WHEREAS, the Board determined that it is in the best interests of the citizens of Corpus Christi, Texas that business development funds be provided to Company, through this Agreement with Company, to be used by Company to develop the Project; In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and Company agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date that the Agreement has been approved by the City Council. Company understands and acknowledges that this Agreement is dependent upon the approval of City Council. 2. Term. The term of this Agreement is beginning on the Effective Date to December 31, 2033, the termination date. 3. Performance Requirements. a. Company agrees to use these funds to reimburse the cost of certain improvements allowed under Section 501.103 and 505.152 of the Texas Local Government Code needed for the Project. b. Company agrees to provide the Corporation with a sworn certificate by an authorized representative of the Company, certifying the amount expended for qualifying improvements. c. Company must provide the Corporation with a detailed list of expenditures each year within 30 days of the anniversary of the Effective Date until construction is complete. d. During the term of this Agreement, Company will invest an estimated $34,000,000 for construction of the Project, which must include at least 205 hotel rooms, 9,186 square foot conference center (inclusive of pre-function space), and indoor and outdoor dining & bar space. The dining, bar, and entertainment spaces must be available to the general public and not reserved for the exclusive use of hotel guests. e. Company must complete the above improvements on or before January 1, 2029. f. On or before January 1, 2029, Company must certify the creation of at least 65 new full-time jobs, with a minimum average salary of 30,665. Company shall, over the term of this Agreement, create 73 full-time jobs, no later than January 1, 2031, Type B Business Incentive Agreement Padre Island North,LLC i i with an average salary of $30,665, and certify the 73 jobs annually through December 31, 2033, as described in the schedule below. Year Number of Number of Average Salary Annual Payroll New Jobs Retained Jobs 2029 65 0 $28,852 1,875,380 2030 5 65 $29,745 2,082,150 2031 3 70 $30,665 2,200,000 2032 0 73 $31,585 2,305,705 2033 0 73 $32,533 2,374,909 The above jobs may be employees of Company or an affiliate of Company, such as a management company, or a lessee of a hotel or facility such as the conference center or restaurant, or an employee leasing and benefits company, but all jobs must be for persons working on site. g. Company must retain all jobs created in accordance with this Agreement for the full term of the Agreement. h. Company must retain ownership interest in the Project until December 31, 2033. 4. Grant Award. a. The Corporation will grant Company the amount not to exceed of $2,000,000, which will be paid in five annual payments not to exceed 400 000. Company can request payments annually following the Issuance of a permanent Certificate of Occupancy for the Project and proof of compliance with the requirements of Section 3 above until the termination date of this agreement on December 31, 2033. i. After completion of the Project (and verification of the required expenditures), should Company fail to meet all of the Performance Requirements in any one year, Company shall receive a reduced percentage of the Cash Incentive in effect that year. Such reduction will be in that percentage equal to the percentage that Company's performance falls below the Performance Requirements. However, if Company fails to meet at least 70% of any of the Performance Requirements in any one year, then Company is not entitled to any payment for that year. ii. In the event that Company fails to meet both the required number of jobs and the required payroll, Company will receive the lower prorated incentive. This requires a calculation of# of created jobs/# of required jobs * $400,000 and $ of actual payroll/$ of required payroll * $400,000. Whichever number is lower is the incentive to be paid. Type B Business Incentive Agreement Padre Island North,LLC iii. For purposes of example, if Company creates at least 65 full-time jobs in the first year, with the minimum payroll of$1,875,380, then Corporation will provide the full incentive for that year at $400,000. However, if Company creates only 60 new full-time jobs in the first year with a payroll of $1,775,000, then Company is entitled to 92.3% of the incentive amount, which is $369,231, based on the creation of only 92.3% of the required full- time jobs. If the Company creates only 45 new full-time jobs in the first year or has a payroll of less than $1,312,766, then Company is not entitled to any incentive payment in the first year. b. The Corporation will provide the funding within 60 days after receipt of a qualified annual reimbursement request for such funding from Company, but no earlier than the 61st day after the public hearing held at the Corporation's Special Meeting on June 30, 2025. All reimbursement funding under this agreement is subject to and contingent upon City Council approval of the project. In the event City Council does not approve the project, this agreement is automatically rendered null and void. c. The Company shall only receive reimbursements annually for the following infrastructure: concrete and rebar; structural steel and columns material; and roofing, as depicted in Exhibit A, Eligible Construction Costs, attached hereto. d. Along with any request for reimbursement, Company must submit certification that there are no mechanics, contractor's or materialman's liens against the property and provide documentation establishing that all other performance requirements, including the creation of jobs, have been met. If Company does not provide the required documentation prior to the end of the Term, this Agreement shall expire, and Company shall not be entitled to the grant funds. 5. Utilization of Local Contractors and Suppliers. Company agrees to exercise reasonable efforts in utilizing local contractors and suppliers in the construction of the Project, except where not reasonably possible to do so without added expense, substantial inconvenience, or sacrifice in operating efficiency in the normal course of business, with a goal of 50% of the total dollar amount of all construction contracts and supply agreements being paid to local contractors and suppliers. For the purposes of this section, the term "local" as used to describe manufacturers, suppliers, contractors, and labor includes firms, businesses, and persons who reside in or maintain an office within a 50-mile radius of Nueces County. Company agrees, during the construction of the Project and for four years after Completion, to maintain written records documenting the efforts of Company to comply with the Local Requirement, and to provide an annual report to the City Manager or designee, from which the City Manager or designee shall determine if Company is in compliance with this requirement. Failure to substantially comply with this requirement, in the sole determination of the City Manager or designee, shall be a default hereunder. Type B Business Incentive Agreement Padre Island North,LLC 6. Utilization of Disadvantaged Business Enterprises ("DBE'). Company agrees to exercise reasonable efforts in utilizing contractors and suppliers that are determined to be DBEs, including minority business enterprises, women-owned business enterprises and historically-underutilized business enterprises. In order to qualify as a business enterprise under this provision, the firm must be certified by the City, the Regional Transportation Authority or another governmental entity in the jurisdiction of the home office of the business as complying with state or federal standards for qualification as such an enterprise. Company agrees to a goal of 30% of the total dollar amount of all construction contracts and supply agreements being paid to DBEs, with a priority made for DBEs which are local. Company agrees, during the construction of the Project and for four years after Completion, to maintain written records documenting the efforts of Company to comply with the DBE Requirement, and to provide an annual report to the City Manager or designee, from which the City Manager or designee shall determine if Company is in compliance with this requirement. Failure to substantially comply with this requirement, in the sole determination of the City Manager or designee, shall be a default hereunder. For the purposes of this section, the term "local" as used to describe contractors and suppliers that are determined to be DBEs, including minority business enterprises, women-owned business enterprises and historically-underutilized business enterprises includes firms, businesses, and persons who reside in or maintain an office within a 50 mile radius of Nueces County. 7. Living Wage Requirement. In order to count as a permanent full-time job under this agreement, the job should provide a "living wage" for the employee. The target living wage under this agreement is that annual amount equal or greater than poverty level for a family of three, established by the U.S. Department of Health and Human Services Poverty Guidelines, divided by 2,080 hours per year for that year. 8. Health Insurance. To qualify for this incentive, an employer shall certify that it has offered a health insurance program for its employees during the term of the Agreement. The health insurance program must comply with all applicable laws. 9. Warranties. Company warrants and represents to Corporation the following: a. Company is a limited liability company duly organized, validly existing, and in good standing under the laws of the State of Texas, has all power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. Company has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. Type B Business Incentive Agreement Padre Island North,LLC c. Company has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all taxes, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid, during the term of this Agreement. d. Company has received a copy of the Act and acknowledges that the funds granted under this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. e. The person executing this Agreement on behalf of Company is duly authorized to execute this Agreement on behalf of Company. f. Company does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, Company is convicted of a violation under 8 U.S.C. Section 1324a(f), Company shall repay the payments received under this Agreement to the City, with interest at the Wall Street Journal Prime Rate, not later than the 120th day after the date Company has been notified of the violation. 10. Compliance with Laws. During the Term of this Agreement, Company shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 11. Non-Discrimination. Company covenants and agrees that Company will not discriminate nor permit discrimination against any person or group of persons,with regard to employment and the provision of services at, on, or in the Project, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 12. Force Majeure. If the Corporation or Company is prevented, wholly or in part, from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control, then the obligations of the Corporation or Company are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing, giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. Type B Business Incentive Agreement Padre Island North,LLC I E i 13. Assignment. Company may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void and constitutes a breach of this Agreement. 14. Indemnity. Company covenants to fully indemnify, save, and hold harmless the Corporation, the City, their respective officers, employees, and agents ("Indemnitees") against all liability, damage, loss, claims, demands, and actions of any kind on account of personal injuries (including, without limiting the foregoing, workers' compensation and death claims), or property loss or damage of any kind, which arise out of or are in any manner connected with, or are claimed to arise out of or be in any manner connected with Company's activities conducted under or incidental to this Agreement, including any injury, loss or damage caused by the sole or contributory negligence of any or all of the Indemnitees. Company must, at its own expense, investigate all those claims and demands, attend to their settlement or other disposition, defend all actions based on those claims and demands with counsel satisfactory to Indemnitees, and pay all charges of attorneys and all other costs and expenses of any kind arising from the liability, damage, loss, claims, demands, or actions. 15. Events of Default by Company. The following events constitute a default of this Agreement by Company: a. The Corporation or City determines that any representation or warranty on behalf of Company contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made; b. Any judgment is assessed against Company or any attachment or other levy against the property of Company with respect to a claim remains unpaid, undischarged, or not dismissed for a period of 120 days. c. Company makes an assignment for the benefit of creditors. d. Company files a petition in bankruptcy or is adjudicated insolvent or bankrupt. Type B Business Incentive Agreement Padre Island North,LLC e. If taxes owed by Company become delinquent, and Company fails to timely and properly follow the legal procedures for protest or contest. f. Company changes the general character of business as conducted as of the date this Agreement is approved by the Corporation. g. Company fails to complete all of the improvements listed in Exhibit A on or before January 1, 2029, or fails to comply with one or more terms of this Agreement. 16. Notice of Default. Should the Corporation or City determine that Company is in default according to the terms of this Agreement, the Corporation or City shall notify Company in writing of the event of default and provide 60 days from the date of the notice ("Cure Period") for Company to cure the event of default. 17. Results of Uncured Default by Company. The following actions must be taken for any default that remains uncured after the Cure Period. a. Company shall immediately repay all funds paid by Corporation to it under this Agreement. b. Company shall pay Corporation's reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by Company of all sums due, the Corporation and Company shall have no further obligations to one another under this Agreement. 18. No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement,justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. Type B Business Incentive Agreement Padre Island North,LLC i i c. Any waiver or indulgence of Company's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time Company is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. 19. Company specifically agrees that Corporation shall only be liable to Company for the actual amount of the money grants to be conveyed to Company, and shall not be liable to Company for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year, then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's customary and usual costs and expenses, as compared to each contracting parties' grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from Company to be accompanied by all necessary supporting documentation. 20. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council. 21. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: Company: Padre Island North, LLC Type B Business Incentive Agreement Padre Island North,LLC Attn: Raju Bhagat 3805 Castle Ridge Dr. Corpus Christi, Texas 78410 Corporation: Corpus Christi B Corporation Attn.: Executive Director 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 23. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign Agreements on behalf of each party. 24. Relationship of Parties. In performing this Agreement, both the Corporation and Company will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 25. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 26. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the Type B Business Incentive Agreement Padre Island North,LLC remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable,will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 27. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 28. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and Company. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 29. Survival of terms of Agreement and obligations of parties. The terms of this Agreement and the obligation of the parties relating to Section 14 shall survive the termination of this Agreement. Type B Business Incentive Agreement Padre Island North,LLC Corpus Christi B Corporation_ By: ( � L ) . Alan Wilson President Date: Attest: By: ne"-IMj Reb cca Huerta Assistant Secretary Padre Island North, LLC By: ---� =' Raju Bhagat Manager Date: $ -27 THE STATE OF TEXAS COUNTY OF NUECES This instrument was acknowledged before me on ��, M �7 , 2025, by Raju Bhagat, Manager of Padre Island North, LLC, a Texas limited liability company, on behalf of the company. +F��r' `E JOHN D BELL to*2790705 Notary Public Not jublic '��R, STATE OF TEXASMy Comm.EKp.06-17-2021StaTexas Type B Business Incentive Agreement Padre Island North,LLC EXHIBIT A ELIGIBLE CONSTRUCTION COSTS Concrete Slab, Parking, Sidewalks & Floors (inc. rebar) $4,600,000.00 Roofing 650,000.00 Structural Steel (Additional) 300,000.00 Total $5,550,000.00 Type B Business Incentive Agreement Padre Island North,LLC �'_! ` - r■ � � r IOU �w r r 1 in IM =C IW 1w' ' ■' a 1, ! IIT i i �IW"L /�� � II II rJ II II II � Ilr r� Kit w7jr Ell � FA Aff _ram .�` � �'1 �• ,-� i NEED FOR D-V--LOP-)M fT • Corpus Christi needs additional hotel room inventory to satisfy visitor demand. • Particular need exists for higher quality hotel room inventory. • Establishment of market for better room rates will lead to even higher-end hotel development. NEED FOR D-V--LOP-)M 1T • No new developments have been built on Seawall in nearly 50 years. • Type B Investment will be a catalyst to jump- start new development on the Seawall. • Over half of acreage on Seawall remains available for development. NEED FOR D-V--LOP-)M fT • Padre Island lacks sufficient meeting space for community events. • Conference Center will support both visitor development and local community needs. • Adequate parking will be available for all of the project needs with adjacent acreage available for overflow as market demand is determined. NEED FOR D-V--LOP-)M fT • Conference Center space, seawall beach and facilities will create a destination resort atmosphere. • Bar Louie restaurant/bar facility has proven to be very popular in South Padre and at other resorts. PRO JE CT DESCRIPTION Courtyard by Marriott® Hotel • 107 Rooms Residence Inn by Marriott® • 98 Rooms Conference Center • 9, 186 square feet + outdoor area Bar Louie Restaurant/Bar Facility PROJECT INVESTMENT • $34,000,000 investment for Marriott dual- branded hotels and Conference Center • 73 jobs with an average salary of $30,665 t ' 4 e 54 /f ' 79098 Project - near � ® center of Land is owned by . • re Island North .^ (adjacent acres to •Ir�rl�� 2 I f Parcels PADRE ISLAND NORTH LLC �f /I� � View More Proper Information south owned by affiliate) ♦ � w. -, Property Information ��y„ ,�r"' bI'I' Property ID:D9110 I(^rJ►,. V" r egalA eager 279110GEO ID:6165-0045-2000 '�ff�'/ �:` Legal Deuription:PADRE ISLAND SEC • Tractor Lot:A-18 e¢fj' 279093Abstracn Subdivision Code:56165 Block:45 279095 279094 Neighborhood Code:56165 School Dis[ricY.5J Ciry Limiss:CO3 6'14"N 9]^12'31"W Prooertv Location Zoom to Via. a� Construction will begin in third quarter 2025 Completion of entire development within two years PROVEN TRACK RECORD • Developer has over 20 other hotel developments • Developer owns additional acreage adjacent to site for further development se GO � O� A H NCORPORpEo AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Rebecca Castillo, Director of Human Resources Rebecca C(u-)cctexas.com (361) 826-3314 Sergio Villasana, Director of Finance & Procurement SergioV2�cctexas.com (361) 826-3227 Service Agreement for Stop Loss Insurance CAPTION: Motion authorizing a one-year service agreement with two one-year options, with Blue Cross Blue Shield of Texas, of Richardson, Texas, for stop loss coverage for the City's self-funded employee health benefit plans from October 1, 2025, through September 30, 2026, with funding from the proposed FY 2026 budget for an estimated amount of $2,695,429.44 payable from the Police, Fire, and Civilian health benefit funds. SUMMARY: This motion authorizes a one-year service agreement with two one-year options with Blue Cross Blue Shield of Texas, to provide stop loss insurance for the City of Corpus Christi for FY 2026. BACKGROUND AND FINDINGS: Under the Affordable Care Act, health plans hold unlimited claims liability. Stop loss coverage is reinsurance for the City's health plans to mitigate the City's claims risk by capping the City's maximum cost per claimant at $300,000 for the plan year. Once the City has paid a $300,000 deductible per claimant in the plan year, then the stop loss insurance begins reimbursing the City for claims over that deductible. Stop loss insurance is a premium-based, fully insured plan. Premiums are charged per employee per month (PEPM) for each month an employee is enrolled in the health plan. The current fiscal year premiums are $66.21 PEPM, for a Stop Loss Policy with a $300,000 deductible per member in the plan year. Once the City has paid more than$300,000 in medical, or pharmacy, or combined claims for a plan member, the City is then eligible to submit its own claim under the stop loss insurance policy. At that point we receive reimbursement for anything over $300,000 for the respective plan member. The stop loss provides the ceiling for the max amount the City will pay for claims in the plan year for any member. The five-year trend for claimants hitting stop loss on the City's health plans have averaged 10 high-cost claimants (HCC) per fiscal year. The total claims for those five years with stop loss were $14.6 million for the high-cost claimants. If the City did not carry stop loss in prior fiscal years, the total cost to the City would have been $27.5 million as shown below. With Stop Without Stop Loss Loss Fiscal Loss Gross Gross #of Year Deductible Carrier Premium Ratio Claims > Claims > HCC Deductible Deductible 2020 $250,000 SunLife $2,581,056 74% $2,000,001 $3,905,058 8 2021 $250,000 BCBS $2,422,857 97% $3,000,000 $5,346,999 12 2022 $250,000 BCBS $2,302,705 77% $4,473,055 $6,236,550 14 2023 $300,000 Granular $2,371,097 34% $3,205,559 $4,012,904 10 2024 $300,000 SunLife $2,505,254 243% $1,955,505 $8,034,415 9 $12,182,969 $14,634,120 $27,535,926 For fiscal year 2025, the City has nine high-cost claimants as of July 31, 2025. The total claims year to date with stop loss is $2.7 million for the nine high-cost claimants. If the City did not carry stop loss insurance the total claims amount that the City would have to pay for the nine high-cost claimants would roughly be $4.1 million through July 31, 2025 timeframe. The City is utilizing the stop loss insurance and has received $1,419,074 in claims reimbursements through July of the current plan year (August, and September are still outstanding on claims reimbursements for the current plan year). This mitigates the impact of medical and pharmacy expenditures for high-cost claimants that have exceeded the $300,000 deductible. The table below summarizes a comparison of stop loss versus no stop loss for the claims received by the City this year as of July 31, 2025. Type With Stop Loss Without Stop Loss Aggregate Claims > 300K $4,119,074 $4,119,074 Stop Loss Reimbursement ($1,419,074)Net Claims $2,700,000 $4,119,074 The City of Corpus Christi has retained HUB International to provide analysis and recommendations for its health and welfare benefit plans. After analysis of specific deductible alternatives, claims liability, and pricing the ultimate recommendation is for the specific deductible to remain at $300,000 and no carrier change. The current agreement for stop loss insurance is with Blue Cross Blue Shield of Texas, of Richardson, Texas. The current agreement is for one year for an estimated amount of $2,532,930.00. The current agreement will expire on September 30, 2025. PROCUREMENT DETAIL: A Request for Proposal was issued for a new stop loss reinsurance contract. The City received three proposals which were evaluated by the City's evaluation committee and health benefits consultant firm. The evaluation committee was comprised of scoring members, with representation from the Fire Department, Police Department, and Human Resources Department. The evaluation committee rated each responsive proposer and was scored according to 1) Cost 2) Financial Stability 3) Claims Processing 4) Past performance and Communication. Scores were tabulated for each firm to determine the highest-ranking firm offering the best value to the City for stop loss coverage. BCBSTX has consistently provided timely and effective claims processing, reporting, resolutions, and has developed a positive and beneficial working relationship with the City's benefits team and City employees. The City has conducted past and current business with BCBSTX in FY 2022 and current FY 2025. BCBSTX is also the City's Third-Party Administrator for medical and dental benefits. HUB International negotiated pricing for the renewal offer with BCBSTX on behalf of the City. The industry standard called for a 15% increase on the renewal offer, however, HUB International was able to negotiate a 5% increase renewal offer with BCBSTX. The 5% increase is $126,627.00 more than the current agreement with BCBSTX, and the $300,000 specific deductible level remains the same. This is the most financially suitable option for the City. The City is recommending Blue Cross Blue Shield of Texas for award. The recommended vendor submitted the most competitive and highest-ranking proposal with per employee per month (PEPM) of$69.52, offering the lowest cost to the City. BCBSTX BCBSTX Variance % Variance $ FY 2025 FY 2026 Annual Premium $2,532,930.00 $2,659,557.00 5.0% $126,627.00 Total ALTERNATIVES: The City may choose not to purchase Stop Loss Coverage. However, under the Affordable Care Act, health plans hold unlimited claims liability and that becomes the responsibility of the City to pay. Stop loss coverage is reinsurance for the City's health plans to mitigate the City's claims risk by capping the City's maximum cost per claimant at $300,000 for the plan year. FISCAL IMPACT: There will be no fiscal impact for the FY 2025 year for this agreement. The funding has been included in the proposed FY 2026 Operating Budget for an estimated amount of $2,695,429.44 through the various City employee health funds. FUNDING DETAIL: Fund Name Accounting Unit Accoount Amount 5608 — EmpHth Fire - Active 5608-16-40606 537222 $416,285.76 5608 — EmpHth Fire - Retiree 5608-16-40606 537223 $32,535.36 5609 — EmpHth Police - Active 5609-16-40605 537222 $417,954.24 5609 — EmpHth Police - Retiree 5609-16-40605 537223 $17,519.04 5610 — EmpHth Citicare - Active 5610-16-40600 537222 $425,462.40 5610 — EmpHth Citicare - Retiree 5610-16-40600 537223 $4,171.20 5610 — EmpHth Citicare - Active 5610-16-40601 537222 $1,373,993.28 5610 — EmpHth Citicare - Retiree 5610-16-40601 537223 $7,508.16 Total $2,695,429.44 RECOMMENDATION: Staff recommends the execution of a one-year service agreement, with two one-year options, with Blue Cross Blue Shield of Texas, of Richardson, Texas, for stop loss coverage, as presented. LIST OF SUPPORTING DOCUMENTS: Evaluation Matrix Service Agreement RFP No.6650 Stop Loss Insurance Summary Evaluation Matrix Sr. Buyer Marco Lozano Staff Recommends Blue Cross and SA Benefit Proposal Evaluation Score Blue Shield of Services Stealth Texas Richardson, Scottsdale, Scottsdale, Texas Arizona Arizona Minimum Qualifications Pass Pass Pass Required five years in business es/ a► , Licensing/Certification ` 41 No material lawsuits during last 5 years No material regulatory issues last 5 years f / ciP References Provided for firm 1issgl Minimum Qualifications Pass/Fail Pass Pass Pass Local Preference Points 10.0 0.0 0.0 0.0 Technical Proposal Cost 40.0 40.0 32.6 32.4 Financial Stability 15.0 15.0 15.0 15.0 Claims Processing 25.0 24.3 22.9 19.4 Past Performance &Communication 10.0 9.7 7.8 7.5 Subtotal Technical Proposal 90.0 89.0 78.3 74.3 Total 100.0 89.0 78.3 74.3 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O opus�yR O O O O O O O O O O O O O O O O O O O O O O O O O O O O O HUB O O O O O O O O O O O O O O O O O O O O O O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 �- m O O O O O O O O O O O O O O O O O O O O O O O O O O O O O * x O O O O O O O O O O O O O O O O O O O O O O O O O O O O O tas2 O O O O O O O O O O O O O O O O O O O O O O O O O O O O O City of Corpus Christi Stop Loss RFP 6 0 rIs �t Analysis ;} _ I, ' I � ' .�`6ri�a'sd Y •. .tom . ■ewssw Brent Weegar Charlotte Starks Senior Vice President, Public Sector Director, Public Sector Marketing Cory Hood Account Executive August 8, 2025 Agenda 1 � Overview 2 Stop Loss Responses and Comparison 3 Next Steps 2 ©2020 HUB International Limited. 40 V . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . � lQi . . . . . . . . . . . . . . . . . . . Overview W 1 x 3 Advocacy.Tailored Insurance Solutions.Peace of Mind Overview 0 HUB The City of Corpus Christi has retained HUB International to provide analysis and recommendations for its health and welfare benefits plans. The purpose of this presentation is to provide a summary of the Stop Loss Reinsurance Request for Proposal No. 6650 for the City's medical benefit plans effective 10/1/2025. RFP Summary The current stop loss reinsurance policy with BCBS has a premium to claims loss ratio of 55% through June 30, 2025. There are 4 claimants that have exceeded the City's $300,000 specific claim deductible this plan year with $1,050,260 in reimbursements. The final renewal offer from BCBS is +5%. In addition to BCBS's renewal, proposals were also received from AmWins/Stealth Partner Group, a Managing General Underwriter (MGU) submitting on behalf of Wellpoint and Symetra, and SA Benefits, an MGU submitting on behalf of SwissRe. The most competitive proposal has been received by BCBS with a 5% increase at the current deductible level. Specific stop loss deductible alternatives of$200,000, $250,000, $350,000 and $400,000 were requested for comparison to the current $300,000 deductible. Requests for $200,000 and $250,000 were declined by all respondents. 4 ©2020 HUB International Limited. r . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . Stop Loss Responses & Comparison 5 Advocacy.Tailored Insurance Solutions.Peace of Mind Vendor List 0 HUB Stop Loss Blue Cross Blue Shield — Incumbent - Finalist Pace — Declined/Percent of Police/Fire Amwins Accident & Health — Declined/TPA PartnerRe— Declined/Not Competitive Berkley— Declined/Not Competitive QBE North America — Declined/Large Ongoing Berkshire Hathaway— Declined/Not Claims Competitive Skyward — Declined/TPA HCC — Declined/Not Competitive Sun Life— Declined/Not Competitive HM — Declined/Not Competitive SwissRe/SA Benefits - Quoted Int'I Specialty Und. — Declined/Not Competitive Symetra — Quoted IOA— Declined/Large Ongoing Claims UME — Declined/Large Ongoing Claims ISLS - Declined/Not Competitive Voya — Declined/Not Competitive Liberty— Declined/Not Competitive Wellpoint— Quoted MRM/Zurich — Declined/Not Competitive Optum — Declined/Not Competitive 6 ©2020 HUB International Limited. Stop Loss RFP 6650 Proposal Comparison ($300k) 0 HUB Current Renewal Option Alternative 1 Alternative 2 Alternative 3 2024-2025 2025-2026 PROPOSED PROPOSED PROPOSED O•LOSS CARRIER: BCBS BCBS Wellpoint/AmWins Symetra/AmWins SWISS RE/SA Benefits SPECIFIC STOP LOSS DEDUCTIBLE: $300,000 $300,000 $300,000 $300,000 $300,000 SPECIFIC STOP LOSS LIFETIME MAXIMUM: Unlimited Unlimited Unlimited Unlimited Unlimited SPECIFIC STOP LOSS ANNUAL MAXIMUM: Unlimited Unlimited Unlimited Unlimited Unlimited SPECIFIC CONTRACT: Paid(M/Rx) Paid(M/Rx) Paid(M/Rx) 36/12(M/Rx) 24/12(M/Rx) SPECIFIC PREMIUM: Composite PEPM $66.21 $69.52 $82.76 $99.55 $82.3 MONTHLYTOTAL $211,077 $221,630 $263,839 $317,365 $262,37 N N UAL TOTAL $2,532,930 $2,659,557 $3,166,067 3 808 385 $3,148,469 ANNUAL TOTAL-STOP LOSS PREMIUM $2,532,930 2 659 557 $3,166,067 3 808 385 $3,148,469 DOLLAR A FROM PRIOR YEAR NA $126,627 $633,137 $1,275,455 $615,539 PERCENTAGE A FROM PRIOR YEAR NAT 5. 25.0091 50.35 24.305' Total 3188 Enrollment ••LOSS CARRIER: BCBS BCBS Wellpoint/AmWins Symetra/AmWins SWISS IRE/SA Benefits Carrier Financial Rating: A+ A+ A A A+ Laser Liability: $0 $0 $0 $0 $0 Specific Run In Limited To: NA NA NA NA N Claims Update Required Claims Update Required Claims Update Required Rates Locked in Date: Firm Firm through 6/30/25 through 6/30/25 through 6/30/25 Plan Document Mirroring included Included Included Not Included Not Included Advance Funding induded Included Included Not Included Not Included Stop Loss Carve Out Fee(Inc.in Stop Loss Rate) NA N $0.50 PEPM $0.50 PEPM $0.50 PEPM Gene Therapy Rider Included Included See Belo Notes: 45%renewal rate cap and no 45%renewal rate cap and no 50%renewal rate cap and no 50%renewal rate cap and no 50%renewal rate cap and no new lasers new lasers new lasers new lasers new lasers Onetime Credit of$30,OOC Gene Therapy Service-5 applied to the ASO invoice for Program($1.99 PEPM* 10/1/202 3,188=$76,129.44) Financial Scoring(40 Points): 40 33.6 28.9 33.8 7 0 2020 HUB International Limited_ Alternate Specific Deductible Analysis 0 HUB BCBSTX BCBSTX BCBSTX BCBSTX Illustrative Stop Loss Analysis Specific Deductible $300,000 $300,000 $350,000 $400,000 Contract 24/12 Paid Paid Paid Coverages Med/Rx Med/Rx Med/Rx Med/Rx Specific Composite $66.12 $69.52 $62.57 $56.31 Annual Stop Loss Premium $2,532,930 $2,659,557 $2,330,607 $2,154,195 Additional Claims Liability* (Current YTD) $0 $335,166 $558,269 Total $2,659,557 $2,665,773 $2,712,464 $Change from Current $126,627 $132,843 $179,534 %Change from Current 5.0% 5.2% 7.1% *Results based on using current 9 months of plan year(through June 2025) Historic Specific Stop Loss Contract Performance Plan Year Specific Deducitble Specific Reimbursements Stop Loss Carrier Stop Loss Premium Loss Ratio 2018-2019 $250,000 $1,114,435 PartnerRe $1,885,525 59% 2019-2020 $250,000 $1,905,057 SunUfe $2,581,056 74% 2020-2021 $250,000 $2,346,999 BCBS $2,422,857 97% 2021-2022 $250,000 $1,763,495 BCBS $2,302,705 77% 2022-2023 $300,000 $807,345 Granular $2,371,097 34% 2023-2024 $300,000 $5,066,008 Sun Life $2,505,254 202% 2024-2025* $300,000 $1,050,260 BCBS $1,902,213 55% *2024-2025 reported through June 30 10 ©2020 HUB International Limited. s . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 0 0 '1 ♦r CF, rl� lk t \Y 11 Advocacy.Tailored Insurance Solutions.Peace of Mind4 Next Steps HUB RFP No. 6650 Stop Loss Reinsurance ➢Final Analysis from HUB ➢ BCBS provided a competitive Best and Final offer and remaining with the incumbent is recommended for 2025- 2026 plan year. ➢ BCBS of Texas is offering the most competitively priced option at this time with a total cost at $126,627 over current. The offer matches key provisions within the current policy and includes a no new laser and a 45% maximum renewal rate increase. ➢ AmWins/Stealth's best quote came in from Wellpoint at a 25.00% increase. SA Benefits best quote came in from Swiss Re at 24.30% increase. Each of these quotes included a 50% renewal rate cap and no new lasers provision. ➢Stop Loss Deductible Recommendation ➢ With requests for $200,000 and $250,000 specific deductible levels declined by respondents, HUB's recommendation is to remain at the $300,000 specific deductible. ➢ Historical and current large claimant activity indicate that the City's total expenditures including premiums and claims liability would exceed the savings realized from proposed deductible adjustments. ➢City of Corpus Christi Final Scoring ➢ City of Corpus Christi provides final scoring 12 ©2020 HUB International Limited. Thank Cory Hood Account Executive HUB International Limited Dallas,TX Office: 214-979-6214 Cory.hood a-hubinternational.com hubinternational.com 13 ©2020 HUB International Limited. se o° a 0 A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Brandon Wade, Fire Chief BrandonW(c)cctexas.com (361) 826-3935 Peter Collins, Director, Information Technology Peterc�cctexas.com (361) 826-3735 Sergio Villasana, Director, Finance & Procurement SergioV2@cctexas.com (361) 826-3227 Three-year service agreement with Qwake Technologies' C-THRU System for the Corpus Christi Fire Department CAPTION: Resolution authorizing a three-year service agreement with Qwake Technologies, of Austin, Texas, for the purchase of Qwake Technologies' C-THRU system which includes hardware, software, mobile applications, cloud storage, and video and audio streaming services for real-time firefighting visualization and navigation for the Corpus Christi Fire Department in an amount up to $299,345.68, with FY 2025 funding of$171,745.68 from the General Fund. SUMMARY: This resolution authorizes the execution of a three-year service agreement with Quake Technologies, Inc. of Austin, Texas, to purchase Qwake Technologies' C-THRU system which includes web applications, mobile applications, software, cloud storage, and video and audio streaming services. This technology is for real-time firefighting visualization and navigation for the Corpus Christi Fire Department. BACKGROUND AND FINDINGS: The Corpus Christi Fire Department (CCFD) is dedicated to enhancing firefighter safety and operational efficiency amid increasingly hazardous fire conditions largely due to faster, hotter, and more toxic fires. These fires elevate occupational risks, including cancer, which is the leading cause of firefighter mortality. To address these challenges, CCFD attended a demonstration of Qwake Technology's C-THRU system at the 2024 Fire Department Instructors Conference. CCFD also met with Qwake Technology's Chief Executive Officer at the conference to gather more information on the C-THRU system. Subsequently, the Department of Homeland Security (DHS) announced that it would be conducting a study of the C-THRU system and released an application for fire departments across the nation to apply to in order to be part of the DHS study. CCFD was one of 80 fire departments nationwide that was selected to participate in the 2025 DHS Science and Technology Directorate study that evaluated Qwake Technologies' C-THRU system. As part of the study, Qwake Technology provided CCFD with the C-THRU system as well as a training team so that CCFD could use the equipment on-site. CCFD's testing iteration demonstrated C-THRU's ability to reduce primary search times by up to 50%, enhance navigation through hands-free operation and exit navigation, and minimize exposure to carcinogenic environments. Firefighters reported improved coordination and decision-making, supported by real-time video streaming to incident commanders via Qwake's proprietary web and mobile applications, embedded device software, and cloud infrastructure. These findings align with positive feedback from fire departments like the San Diego Fire Department and the Boston Fire Department, which both noted C- THRU's potential to revolutionize firefighting operations. The C-THRU system is a helmet-mounted augmented reality device that integrates thermal imaging, computer vision, edge detection, and cloud-based connectivity to provide real-time visualization and navigation in fire and smoke-filled environments. This technology is worn by firefighters and significantly improves their situational awareness and safety. The real-time video streaming from the helmet-mounted augmented reality vehicle is streamed to incident commanders on scene which allows further situational awareness and safety. The proposed three-year service agreement with Qwake Technologies, Inc., will enable CCFD to join Qwake's Pioneer Program as one of 10 initial adopter fire departments. This program includes access to sixteen C-THRU devices, four Command Consoles, web and mobile applications, embedded software, cloud software and storage, and integrated video streaming capabilities. The C-THRU technology comes with a one-year warranty through the proposed three-year service agreement with Qwake Technologies, I nc. Participation in this agreement ensures CCFD's input shapes final refinements for Qwake's Pioneer Program and also secures priority access for CCFD upon commercial release on the C-THRU technology (anticipated by mid-2026). Additionally, it positions the City and CCFD as a leader in adopting innovative firefighting technology. The investment supports CCFD's mission to protect lives and property and aligns with DHS's $8.4 million investment in C-THRU's development to address critical safety needs. By adopting C-THRU, CCFD will enhance operational outcomes, reduce health risks, and set a precedent for modern firefighting innovation. Waiting for general availability would result in significantly higher retail costs for the devices and associated services, which would lead to a greater budget impact in the future. Additionally, delaying adoption would limit CCFD's ability to influence final refinements, forgo priority access, and delay the implementation of a proven safety and operational tool, increasing firefighters' exposure to hazardous conditions and hindering the CCFD's mission to protect lives and property. PROCUREMENT DETAIL: This procurement is a direct purchase with Quake Technologies, Inc. of Austin, Texas, for Qwake's web applications, mobile applications, embedded device software, cloud software and cloud storage, and interactions among each of these and video and audio streaming from Qwake Devices or Qwake software for the Fire Department. This procurement falls under a statutory exception within Local Government Code 252.022(a)(7)(A) procurement of items that are available from only one source, including: items that are available from only one source because of patents, copyrights, secret processes, or natural monopolies. ALTERNATIVES: The alternative to approving the three-year service agreement with Qwake Technologies, Inc. is to forgo participation in the C-THRU Pioneer Program and wait for the C-THRU system to become available to the general fire service upon commercial release (anticipated by mid-2026).As a Pioneer Program participant, CCFD secures C-THRU devices at cost, along with access to web and mobile applications, embedded software, cloud services, and integrated video/audio streaming. Waiting for general availability would result in significantly higher retail costs for the devices and associated services, which would lead to a greater budget impact in the future. Additionally, delaying adoption would limit CCFD's ability to influence final refinements, forgo priority access, and delay the implementation of a proven safety and operational tool, increasing firefighters' exposure to hazardous conditions and hindering the department's mission to protect lives and property. FISCAL IMPACT: The fiscal impact for CCFD in FY 2025 is an amount of $171,745.68 from the FY 2025 General Fund for the first year of the three-year service agreement. The remaining amount will be funded through the annual budget process. FUNDING DETAIL: Fund: 1020 General Fund Organization/Activity: 12010 Fire Stations Department: 10 Fire Department Project # (CIP Only): N/A Account: 520090 Minor Tools & Equipment Amount: $171,745.68 RECOMMENDATION: Staff recommends approval of the Resolution authorizing the execution of a three-year service agreement with Quake Technologies, Inc. of Austin, Texas for the Fire Department, as presented. LIST OF SUPPORTING DOCUMENTS: Service Agreement Price Sheet Resolution Resolution authorizing a three-year service agreement with Qwake Technologies, Inc., of Austin, for the purchase of Qwake hardware, software, mobile applications, cloud storage, and video and audio streaming for real-time visualization and navigation equipment for Fire Department personnel in an amount not to exceed $299,345.68, with FY 2025 funding of$171,745.68 from the General Fund. WHEREAS, the Fire Department's personnel have a need for the use of enhanced, helmet-mounted augmented reality devices to integrate thermal imaging, computer vision, edge detection, and cloud-based connectivity that will provide real-time visualization and navigation in smoke-filled environments, significantly improving situational awareness and safety; WHEREAS, State law provides that such procurements, as outlined above, are subject to statutory procurement requirements, including competitive bids, unless an exception applies; and WHEREAS, there is a statutory exception for this procurement in Local Government Code, Section 252.022(a)(7), as this is a procurement of items that are available from only one source because of patents, copyrights, secret processes, or natural monopolies; and WHEREAS, there is a second statutory exception for this procurement in Local Government Code, Section 252.022(a)(2), as this procurement is necessary to preserve or protect the public health or safety of the municipality's residents. Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this procurement. Section 2. The City Manager, or his designee, is authorized to execute all documents necessary to obtain a three-year service agreement with Qwake Technologies, Inc., for Qwake devices, software, storage, and peripherals in an amount not to exceed $299,345.68, with FY 2025 funding of $171,745.68 from the General Fund. PASSED AND APPROVED on the day of , 2025 ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency This Master Services and Purchasing Agreement ("Agreement") is entered into between Qwake Technologies, Inc. ("Qwake") and City of Corpus Christi ("Agency"). This Agreement is effective as of the last signature date on this Agreement ("Effective Date"). Qwake and Agency are each a "Party" and collectively "Parties". This Agreement governs Agency's purchase and use of the Qwake Devices and Services detailed in the Quote (as defined herein). It is the intent of the Parties that this Agreement will govern all subsequent purchases by Agency for the same Qwake Devices and Services in the Quote, and all such subsequent quotes accepted by Agency shall also be incorporated into this Agreement by reference as a Quote. The Parties agree as follows: 1. Definitions 1.1. "Qwake Software Services" refers to Qwake's web applications, mobile applications, embedded device software, cloud software and cloud storage, and interactions among each of these and video and audio streaming from Qwake Devices or Qwake software. This excludes third-party applications, hardware warranties, and Agency's technology. 1.2. "Qwake Device" encompasses all hardware provided by Qwake under this Agreement. Devices manufactured by Qwake are a subset of Qwake Devices. 1.3. "Quote" means a quote provided to Agency by Qwake, which is only valid for the Qwake Software Services and Qwake Devices specified in the quote at the stated prices, and which quote incorporates this Agreement by reference. Any inconsistent or supplemental terms within the Agency's purchase order in response to a Quote will be void. Orders are subject to prior credit approval. Changes in the estimated ship date for deployment may affect charges in the Quote. Shipping dates are estimates only. Qwake is not responsible for typographical errors in any Quote and reserves the right to cancel any orders resulting from such errors. 1.4. "Services" includes all services provided by Qwake under this Agreement, including training, onboarding, support, Qwake Software Services, and other services as may be introduced during the Subscription Term (as defined below). Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 1 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency 2. Services 2.1. License Grant. Subject to and conditioned upon Agency's compliance with the terms and conditions of this Agreement and any terms of use governing the Qwake Software Services (which may be updated by Qwake from time to time without notice to Agency and which are currently provided at https://www.gwake.tech/terms) (the "TOS"), Qwake hereby grants to Agency a non-exclusive, non-sublicensable, non-transferable, revocable, limited license during the Subscription Term to use the Services and the Qwake Devices for all lawful fire department purposes, including but not limited to training (in each case in compliance with the NFPA 1403 Standard on Live Fire Training Evolutions), emergency response, and operational use, subject to the terms and conditions of this Agreement and any Qwake-provided user instructions or guidelines.. Qwake will ensure that each of its personnel using the Services and/or Qwake Devices is compliant with the TOS and this Agreement and follows Qwake's instructions provided from time to time, and the Agency shall be responsible for the usage of its personnel thereof. Any reliance on any Qwake-provided instructions is at Agency's own discretion and risk and Qwake does not guarantee any results thereof. The Agency acknowledges and agrees that operational use of Qwake Devices and Services in emergency response or other real-world scenarios may involve risks, including but not limited to user health and safety, property damage, and equipment malfunction. The Agency represents that it has reviewed and understands the limitations and appropriate applications of the Products and assumes full responsibility for assessing fitness for its operational purposes. 2.2. Restrictions. Except as expressly authorized in this Agreement or by Qwake, Agency will not, and will not permit any third party to: (i) access or use the Services or Qwake Devices for any other purposes (including for any competitive analysis, commercial, professional, or other for-profit purposes); (ii) copy the Services or Qwake Devices; (iii) modify, adapt, or create derivative works of the Services or Qwake Devices; (iv) rent, lease, loan, resell, transfer, sublicense, display or distribute the Services or Qwake Devices to any third party; (v) use or offer any functionality of the Services or Qwake Devices on a service provider, service bureau, hosted, software as a service, or time sharing basis, provide or permit other individuals or entities to create Internet "links" to the Services, or "frame" or "mirror" the Services on any other server, or wireless or Internet-based device; (vi) decompile, disassemble, translate or reverse-engineer the Services or Qwake Devices or otherwise attempt to derive the Services source code, Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 2 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency algorithms, methods or techniques used or embodied in the Services or Qwake Devices; (vii) disclose to any third party the results of any benchmark tests or other evaluation of the Services or Qwake Devices, (viii) remove, alter, obscure, cover or change any trademark, copyright or other proprietary notices, labels or markings from or on the Services or Qwake Devices; (ix) interfere with or disrupt servers or networks connected to any website through which the Services or Qwake Devices are provided; (x) use the Services or Qwake Devices to collect or store personal data about any person or entity; (xi) use the Services or Qwake Devices to build a similar or competitive product or service; (xii) use the Services or Qwake Devices to transmit code, files, scripts, agents or programs intended to do harm, including without limitation viruses, worms, time bombs and trojan horses; or (xiii) use the Services or Qwake Devices for any illegal, unauthorized or otherwise improper purposes. Qwake reserves the right to suspend the Agency's account and/or access to the Services or Qwake Devices if it knows of or has reason to suspect any violation of the TOS or this Agreement. 3. Term - This Agreement begins on the Effective Date and continues until all Subscription Terms have expired or have been terminated ("Term"). 3.1. Subscription Term - All subscriptions, including C-THRU Operations Center, and QwakeConnect, begin on the date stated in the Quote. Each subscription term begins and ends as stated in the Quote (the "Subscription Term"). 3.2. General Payment Terms- Agency agrees to pay all fees set forth in the Quote. Except as otherwise set forth below or in the Quote, all payments are due within thirty (30) days of the invoice date ("Net 30"), must be made in accordance with Qwake's approved payment methods and, unless indicated otherwise, and are non-cancelable. Unless otherwise prohibited by law, overdue invoices shall accrue interest at the lesser of 1.5% per month (18% per annum) or the maximum rate permitted by law. Payments must be made in full, without setoff, deduction, or withholding. In the event of non-payment, Agency's account may be referred to collections, and Agency shall be responsible for all reasonable collection costs, attorney's fees, and any other expenses incurred in enforcing payment obligations. 3.3. Post-Beta Terms — The Agency acknowledges and agrees that the Services provided under this Agreement are in beta and that the Subscription Term only applies to the beta Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 3 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency version of the Services. Notwithstanding anything herein to the contrary, Qwake may notify the Agency during the Subscription Term that the non-beta version of the Services (the "Production Services") is available. The Agency may elect to enter into a new Quote to purchase, and a new definitive agreement to govern, such Production Services moving forward (with such new definitive agreement to supersede this Agreement and terminate the Subscription Term). The Parties agree that: (i) Qwake shall not provide such Production Services unless and until a new Quote and definitive agreement are mutually agreed to and executed by Qwake and the Agency; and (ii) such Quote and definitive agreement will honor the pricing of Qwake Software Services for the duration of the original Subscription Term, and (iii) such definitive agreement shall include an option for a one-time upgrade of Agency's beta version Qwake Devices covered by QwakeConnect to production versions, if available. Total value (MSRP) of upgrades shall not exceed the total Hardware Charges (described in the Quote) made under this Agreement. Upgrades may take the form of device replacements, partial replacements, repairs, or refurbishments, in Qwake's sole discretion. 4. Taxes - The Agency is responsible for sales and other taxes associated with the order unless Agency provides Qwake with a valid tax exemption certificate. 5. Shipping - Qwake may make partial shipments and ship Qwake Devices from multiple locations. All shipments are EXW (Incoterms 2020) via a common carrier. Title and risk of loss pass to Agency upon Qwake's delivery to the common carrier. The Agency is responsible for paying any shipping charges specified in the Quote. 6. Pioneer Program Specific Terms- This Section 6 applies specifically to Agency as a participant in Qwake's Pioneer paid beta program under this Agreement. 6.1. Hardware Pricing Assurance During Subscription Term - During the Subscription Term of this Agreement, Qwake agrees to offer any additional Qwake Devices purchased by Agency via subsequent Quotes at the same unit price for such devices as specified in the initial Quote referencing this Agreement, provided such additional devices are the same model and configuration as those purchased in the initial Quote and are subject to availability. 6.2. Software Charges Protection During Extended Beta - The initial paid Subscription Term for Qwake Software Services (including C-THRU Operations Center and QwakeConnect), as specified in the initial Quote, is for one (1) year commencing on the date specified in that Quote. If the Production Services, as described in Section 3.3 (Post-Beta Terms), have not been made generally available by the date that is twelve (12) months after the Effective Date of this Agreement, the start date for subsequent paid Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 4 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency Subscription Term(s) for Qwake Software Services under this Agreement shall be delayed month-for-month for each full month that the general availability of Production Services is delayed beyond such twelve (12) month anniversary. This delay mechanism shall cease immediately upon Agency entering into a new definitive agreement for Production Services or upon Qwake making the Production Services generally available, whichever occurs first. This provision applies only to recurring Software Services fees and not to any Hardware Charges or other fees. 6.3. Post-Beta Subsequent Purchase Pricing Assurance - If Agency remains a continuous customer of Qwake Software Services without a material lapse in service coverage immediately following the end of the original Subscription Term under this Agreement by entering into a new definitive agreement for Production Services as contemplated in Section 3.3 (Post-Beta Terms), then for a period of three (3) years following the effective date of such new definitive agreement, for each subsequent quote which incorporates such definitive agreement and is issued by Qwake to Agency for additional Qwake Devices or line items, Qwake shall ensure that the unit price quoted for each specific Qwake Device or Production Service line item is no higher than the lowest unit price at which Qwake has sold the identical Qwake Device or Production Service line item to any other United States government agency customer in a transaction with a comparable volume (defined as within twenty percent (20%) of the quantity for that specific line item in the subsequent quote) within the preceding twelve (12) months. This assurance applies only to subsequent purchases and not to the pricing in the initial Quote under this Agreement, unless otherwise specified therein. 7. Returns - All sales are final. Qwake does not allow refunds or exchanges, except for warranty returns as set forth herein or as required by state or federal law. 8. QwakeConnect and Qwake Device Warranty 8.1. QwakeConnect - The C-THRU device, which is a Qwake Device, delivers mission-critical situational awareness to frontline teams. To ensure uninterrupted connectivity, ongoing software evolution, and predictable support costs, each C-THRU device requires Agency to subscribe to QwakeConnect, an all-in-one, and mandatory annual subscription that is a component of the Qwake Software Services hereunder and that provides first-responder-grade data, continuous firmware updates, and streamlined return merchandise authorization (RMA) support, and that is further described in Exhibit A. Agency agrees to comply with its obligations set forth in Exhibit A. Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 5 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency 8.2. Limited Warranty - Qwake warrants that Qwake-manufactured Qwake Devices and accessories are free from defects in workmanship and materials under normal application, use and conditions for one (1) year from the date of the Agency's receipt (the "Warranty Period"). During the Warranty Period and provided Qwake has verified the performance failure of the Qwake-manufactured Qwake Device or accessory, Qwake agrees that it will, at its option: (a) replace the defective Qwake-manufactured Qwake Device or accessory with a new or remanufactured equivalent at no additional charge; (b) repair the defect with new and/or reconditioned parts at no additional charge; or (c) refund a Prorated Amount (defined below) of the Purchase Price (defined below). For any replacement devices or accessories, the limited warranty shall apply for the longer of the remaining Warranty Period of the original Qwake-manufactured Qwake Device or accessory, or ninety (90) days from the date of repair or replacement. For the purposes of this limited warranty, the "Purchase Price" shall be deemed to be the actual purchase price paid by the Agency as shown on the proof of purchase. The "Prorated Amount" shall be the product of (x) the Purchase Price and (y) the percentage obtain by dividing the remaining months left in the Warranty Period by the total one (1) year Warranty Period. In order to submit a warranty claim, Agency must provide Qwake with written notice of the issue, including the device or accessory serial number, proof of purchase, the date the defect was discovered and a detailed description of the defect. Devices and accessories that are found to be in good working condition are subject to a restocking fee of ten percent (10%) of the Purchase Price. No claim under this limited warranty may be brought after the Warranty Period. THE LIMITED WARRANTY DESCRIBED HEREIN SHALL BE THE SOLE AND EXCLUSIVE WARRANTY GRANTED BY QWAKE WITH RESPECT TO ANY AWAKE-MANUFACTURED QWAKE DEVICES OR ACCESSORIES AND SHALL BE THE SOLE AND EXCLUSIVE REMEDY AVAILABLE TO THE AGENCY. 8.3. Limited Warranty Limitations — In no event shall limited warranty provided in Section 7.2 cover defects and/or failures related to: 8.3.1. Failure to follow Qwake Device or accessory use instructions; 8.3.2. Qwake Devices or accessories used with equipment not manufactured or recommended by Qwake; 8.3.3. Intentional damage, misuse, abuse, accident, negligence or use not in accordance with applicable laws and regulations ; Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 6 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency 8.3.4. fire, water generalized corrosion, biological infestations, natural forces, acts of God or animals, civil disorder, or other force majeure events, including high input voltage from generators or lightning strikes; 8.3.5. Improper handling during transportation or storage or damage during shipping; 8.3.6. Qwake Devices or accessories repaired or modified by persons other than Qwake without Qwake's written permission; 8.3.7. Normal wear and tear; or 8.3.8. Qwake Devices or accessories with a defaced or removed serial number. Qwake's warranty will be void if the Agency resells Qwake Devices. 8.4. Service for Qwake-Manufactured Devices. Before delivering a Qwake-manufactured Qwake Device for service, the Agency must request a Return Materials Authorization from Qwake Support, via Qwake's support contacts at https:Hgwake.tech, or via email to supportngwake.tech. Qwake is not responsible for any loss of software, data, or other information contained on any part of the Qwake-manufactured Qwake Device sent to Qwake for service. 8.5. Exclusive Warranties and Remedies; Disclaimer - To the extent permitted by law, the above warranties and remedies are exclusive. EXCEPT FOR SECTION 7.2, TO THE MAXIMUM EXTENT PERMITTED BY APPLICABLE LAW, THE SERVICES AND QWAKE DEVICES ARE PROVIDED "AS IS" AND "AS AVAILABLE", WITH ALL FAULTS AND WITHOUT WARRANTY OF ANY KIND QWAKE DISCLAIMS ALL OTHER WARRANTIES, REMEDIES, AND CONDITIONS, WHETHER ORAL, WRITTEN, STATUTORY, OR IMPLIED, INCLUDING WITHOUT LIMITATION THE IMPLIED WARRANTIES OF FITNESS FOR A PARTICULAR PURPOSE, MERCHANTABILITY, NON-INFRINGEMENT, ACCURACY, AND TITLE, AND ALL WARRANTIES ARISING FROM COURSE OF DEALING, USAGE, OR TRADE PRACTICE. AGENCY UNDERSTANDS THAT THE SERVICES AND QWAKE DEVICES ARE IN BETA AND ANY EXPECTATIONS AND ESTIMATES REGARDING THE SERVICES AND QWAKE DEVICES ARE BASED ON FACTORS CURRENTLY KNOWN AND ACTUAL EVENTS OR RESULTS COULD DIFFER MATERIALLY. In addition, any information about Qwake's roadmap outlines Qwake's general product direction and is subject to change at any time without notice. Such information is for informational purposes only and shall not be incorporated into this Agreement or any contract or other commitment. Qwake undertakes no obligation either to develop the features or functionality provided in the Services or Qwake Devices, or to include any such feature or functionality in a future release of the Services or Qwake Devices. Agency expressly acknowledges that the Services and Qwake Devices have not been fully tested, and may contain defects or deficiencies which may not be corrected by Qwake. The Services and Qwake Devices may undergo significant changes prior to release of the corresponding generally available Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 7 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency final version. If statutory or implied warranties cannot be lawfully disclaimed, then such warranties are limited to the duration of the warranty described above and by the provisions in this Agreement. The Agency confirms and agrees that, in deciding whether to sign this Agreement, it has not relied on any statement or representation by Qwake or anyone acting on behalf of Qwake related to the subject matter of this Agreement that is not in this Agreement. Qwake makes no representation or warranty that use of the Qwake Devices or Services in operational environments will prevent injury, loss of life, or property damage, or achieve any specific outcome. The Agency is solely responsible for determining the suitability of the Qwake Devices or Services for its specific needs and operational environment. 8.6. Limitation of Liability - QWAKE'S CUMULATIVE LIABILITY TO ANY PARTY FOR ANY LOSS OR DAMAGE RESULTING FROM ANY CLAIM, DEMAND, OR ACTION ARISING OUT OF OR RELATING TO ANY QWAKE DEVICE OR SERVICE WILL NOT EXCEED THE PURCHASE PRICE PAID TO QWAKE FOR THE QWAKE DEVICE, OR IF FOR SERVICES, THE AMOUNT RECEIVED BY QWAKE FROM AGENCY FOR SUCH SERVICES OVER THE TWELVE (12) MONTHS PRECEDING THE CLAIM. NEITHER PARTY WILL BE LIABLE FOR DIRECT, SPECIAL, INDIRECT, INCIDENTAL, PUNITIVE OR CONSEQUENTIAL DAMAGES, HOWEVER CAUSED, WHETHER FOR BREACH OF WARRANTY OR CONTRACT, NEGLIGENCE, STRICT LIABILITY, TORT OR ANY OTHER LEGAL THEORY For operational or emergency response use, Agency acknowledges that Qwake Devices and Services are intended as supplemental tools and are not a substitute for standard firefighting protocols, personal judgment, or regulatory requirements. Qwake shall not be liable for any damages, injuries, losses, or claims arising from the use of its Qwake Devices or Services in operational contexts outside of Qwake's express written instructions or documentation, except to the extent caused by Qwake's gross negligence or willful misconduct. 8.7. Third-Party Software and Services - Use of software or services other than those provided by Qwake is governed by the terms, if any, entered into between Agency and the respective third-party provider, including, without limitation, the terms applicable to such software or services located at www.qwake.tech/terms, if any. 9. Qwake Device Warnings - See https://www.gwake.tech/terms for the most current Qwake Device warnings. Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 8 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency 10. Design Changes - Qwake may make design changes to any Qwake Device or Service without notifying the Agency or making the same change to Qwake Devices and Services previously purchased by the Agency. 11. Bundled Offerings- Some offerings in bundled offerings may not be generally available at the time of Agency's purchase. Qwake will not provide a refund, credit, or additional discount beyond what is in the Quote due to a delay of availability or Agency's election not to utilize any portion of an Qwake bundle. 12. Insurance - Qwake will maintain General Liability and Workers' Compensation insurance. Upon request, Qwake will supply certificates of insurance. 13. IP Rights - Qwake owns and reserves all right, title, and interest in and to all Qwake-manufactured Qwake Devices and the Services, including all related intellectual property rights. Agency will not cause any Qwake proprietary rights to be violated. Agency hereby assigns to Qwake, at no charge, all right title and interest in and to all feedback and suggestions Agency provides to Qwake related to the Services or any Qwake Devices. 14. IP Indemnification - Qwake will indemnify the Agency against all losses and reasonable attorneys' fees from any third party claim alleging that the use of Qwake-manufactured Qwake Devices or Services infringes or misappropriates the third party's intellectual property rights. Agency must promptly provide Qwake with written notice of such claim, tender to Qwake the defense or settlement of such claim at Qwake's expense and cooperate fully with Qwake in the defense or settlement of such claim. Qwake's IP indemnification obligations do not apply to claims based on: (a) modification of Qwake-manufactured Qwake Devices or Services by Agency or a third-party not approved by Qwake; (b) use of Qwake manufactured Devices and Services in combination with hardware or services not approved by Qwake; (c) use of Qwake Devices and Services other than as permitted in this Agreement; or (d) use of Qwake software that is not the most current release provided by Qwake. 15. Agency Responsibilities - Agency is responsible for: (a) Agency's use of Qwake Devices; (b) breach of this Agreement or violation of applicable law by Agency or an Agency end user; (c) disputes between Agency and a third-party over Agency's use of Qwake Devices; (d) ensuring Qwake Devices are destroyed and disposed of securely and Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 9 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency sustainably at Agency's cost; and (e) any regulatory violations or fines, as a result of improper destruction or disposal of Qwake Devices. 16. Termination 16.1. For Breach - A Party may terminate this Agreement for cause if it provides thirty (30) days written notice of the breach to the other Party, and the breach remains uncured at the end of thirty (30) days. If the Agency terminates this Agreement due to Qwake uncured breach, Qwake will refund prepaid amounts on a prorated basis based on the effective date of termination. 16.2. For Convenience - A Party terminates this Agreement for convenience if it provides thirty (30) days written notice to the other Party. No refunds shall be provided in the event of a termination for convenience by Agency. 16.3. By Agency - If sufficient funds are not appropriated or otherwise legally available to pay the fees, the Agency may terminate this Agreement. Agency will deliver notice of termination under this section as soon as reasonably practicable. 16.4. Early Termination - In the event that Agency exercises its right to terminate this Agreement under Section 16.2 or Section 16.3 before all scheduled payments have been made, Agency must promptly return all Qwake Devices delivered under this Agreement in good working condition (normal wear and tear excepted). 16.5. Effect of Termination - Upon termination of this Agreement, Agency's rights and licenses immediately terminate. Agency remains responsible for all fees incurred before the effective date of termination. 17. Confidentiality - "Confidential Information" means nonpublic information of Qwake that is clearly marked on the document as "Confidential". Pricing information marked by Qwake as "Confidential" is declared by Qwake to be competition-sensitive. Unless required by the Texas Public Information Act, court order, or subpoena, Agency will not disclose the Confidential Information. If Agency receives a request for the Confidential Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 10 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency Information under the Texas Public Information Act, or a court order, or a subpoena, Agency will promptly notify Qwake so that Qwake may pursue any lawful efforts it deems necessary to protect the confidentiality of its Confidential Information. 18. General 18.1. Force Majeure — Except for a Party's payment obligations, neither Party will be liable for any delay or failure to perform due to a cause beyond a Party's reasonable control. 18.2. Independent Contractors - The Parties are independent contractors. Neither Party has the authority to bind the other. This Agreement does not create a partnership, franchise, joint venture, agency, fiduciary, or employment relationship between the Parties. 18.3. Third-Party Beneficiaries - There are no third-party beneficiaries under this Agreement. 18.4. Non-Discrimination - Neither Party nor its employees will discriminate against any person based on race, religion, creed, color, sex, gender identity and expression, pregnancy, childbirth, breastfeeding, medical conditions related to pregnancy, childbirth, or breastfeeding, sexual orientation, marital status, age, national origin, ancestry, genetic information, disability, veteran status, or any class protected by local, state, or federal law. 18.5. Export Compliance - Each Party will comply with all import and export control laws and regulations. 18.6. Assignment - Neither Party may assign this Agreement without the other Party's prior written consent. Qwake may assign this Agreement, its rights, or obligations without consent: (a) to an affiliate or subsidiary; or (b) for purposes of financing, merger, acquisition, corporate reorganization, or sale of all or substantially all its assets. This Agreement is binding upon the Parties' respective successors and assigns. Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 11 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency 18.7. Waiver - No waiver or delay by either Party in exercising any right under this Agreement constitutes a waiver of that right. 18.8. Severability - If a court of competent jurisdiction holds any portion of this Agreement invalid or unenforceable, the remaining portions of this Agreement will remain in effect. 18.9. Survival - The following sections will survive termination: Sections 1, 3.2, 6, 13, 14, 15, 16.4, 17, and 18. 18.10. Governing Law - The laws of the state of Texas, without reference to conflict of law rules, govern this Agreement and any dispute arising from it. The United Nations Convention for the International Sale of Goods does not apply to this Agreement. In accordance with Chapter 2271, Texas Government Code, if this contract has a value of $100,000 or more paid wholly or partly from public funds and Qwake has 10 or more full-time employees, Qwake verifies that Qwake does not boycott Israel and will not boycott Israel during the term of this Agreement. In accordance with Chapter 2274, Texas Government Code, Qwake verifies that Qwake does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the Agreement against a firearm entity or fire trade association. In accordance with Chapter 2276, Texas Government Code, Qwake verifies that Qwake does not boycott energy companies and will not boycott energy companies during the term of this Agreement. 18.11. Notices - All notices must be in English. Notices posted on the Agency's Qwake Evidence site are effective upon posting. Notices by email are effective on the sent date of the email. Notices by personal delivery are effective immediately. Notices to the Agency shall be provided to the address on file with Qwake. Notices to Qwake shall be provided to: Qwake Technologies 14205 N Mo Pac Expy Ste 570 PMB 691758 Austin, Texas 78728-6529 Email: Iegal(cDgwake.tech Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 12 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency 18.12. Entire Agreement - This Agreement, including any Quote(s), represents the entire agreement between the Parties. This Agreement supersedes all prior agreements or understandings, whether written or verbal, regarding the subject matter of this Agreement. This Agreement may only be modified or amended in a writing signed by the Parties. Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 13 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency Each Party, by and through its respective representative authorized to execute this Agreement, has duly executed and delivered this Agreement as of the date of signature. For Agency: For Qwake Technologies, Inc. By: By: Name: Name: Title: Title: Date Signed: Date Signed: Reviewed by: Purchasing Manager: Date: APPROVED AS TO LEGAL FORM: Assistant City Attorney: Date: Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 14 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency QwakeConnect Description 1. High-QoS 4G LTE Connection 1.1. 4G LTE network: Connectivity delivered via Qwake's authorized reseller partnerships, currently leveraging Verizon's nationwide coverage for reliable services, subject to change from time to time. 1.2. Agency understands and agrees that wireless services use radio technologies and are subject to transmission and service area limitations, interruptions and dropped calls caused by atmospheric, topographical or environmental conditions, cell site availability, governmental regulations, system limitations, maintenance or other conditions or activities affecting wireless service operation. Qwake is not responsible for any such transmission and service are limitations, interruptions and dropped calls. Qwake does not make any representations or guarantees regarding the accuracy, completeness or timeliness of any Location Information or location capabilities of the Services or any network provided in connection therewith. 1.3. Agency hereby consents to, and shall ensure that each of its users authorized to access the Services and use any C-THRU device affirmatively consents in writing to, Qwake and its third party providers (including Verizon and any other carrier) accessing, using, copying, storing, collecting and disclosing data that can be used to describe, determine or identify the location of any C-THRU or Qwake Device (or any other device connected to the applicable 4G LTE network provided by QwakeConnect), including without limitation latitude/longitude data, cell sites/sector data, WiFi SSID, device signal strength or other format regardless of accuracy, type or source ("Location Information"). Agency agrees to provide Qwake with evidence of such consents upon Qwake's request and to retain such evidence for a period of five (5) years after the termination of this Agreement. Furthermore, Agency agrees to immediately notify Qwake of any denial, revocation of withdrawal of any such consent and to ensure that such user does not access or otherwise use any C-THRU device after such denial, revocation or withdrawal. 1.4. 4G LTE network with priority access and application-aware Quality of Service (QoS) enabled through Private Network Traffic Management (PNTM) 2. Software Updates & Upgrades 2.1. Automatic OTA updates for security patches, stability fixes, and UX improvements. 2.2. Major version upgrades included—no per-release fees. Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 15 of 16 CL "� K E T E I H 11 0 1 13 G I E Qwake Technologies Master Services and Purchasing Agreement for Agency 2.3. Optional beta channel for early access to new features. 3. Subsidized RMA & Out-of-Warranty Support 3.1. Fast turnaround: devices are repaired or replaced and shipped within 1 week of receipt at our facility. 3.2. Round-trip ground shipping included for qualified RMAs. 3.3. Out-of-warranty incidents not covered by manufacturing defects or device warranty, such as accidental damage, or misuse shall be billed at $120/hour for labor plus parts, up to a maximum of$3,500 per incident. 3.4. Agency will receive transparent cost estimates before any non-warranty work begins, allowing Agency to approve or decline service. Title: Master Services and Purchasing Agreement between Qwake Technologies, Inc. and Agency Version: 1.6v2 16 of 16 ■ 9M1ip[o me CV of Coryus Chhstl FBI CCFD e Agd,W C"',Chart Flre Department AgencyN Coryus ChrlstlnFla Department zz 2406 Leopartl,Bulte ,Corpus Chhstl,TX 78408 zz Leopartl,Sulu ,Corpus Chastl,TX]B40B 361'26 all Add rezz P.d.- crip[lon UnIE Email Atltlrezz Total Commerrtz Augmentdd Reality ry tem mat attaches to a helmet Box cha -THRU Navigator rger 1 Islon Motlule,1 Power Motlule,1 UBB-C 6 erMotlule Only - charger w - ming vltleo—C THRU Navigators,w - ayvlsualsammunlcatl0n,vl ect Box do-111 -HRU Commantl Console M1aark9911 - eddy Calms ddo helm ets,stodge antl chargingPoldd, 4 RU r - ssory Ktt supportfor3 teams antlileatler 16 al Hardware CM1argez $171,000.00 Full payment tlue on protluct di.1—ry)N-5) rst year of C THRU Old—t—s Center tree,wlet your3 THhU Old—t—s Center Yearl year Ploneertenn 1 rstyearoflwakeConnectfU,e,wlet your 3year Pmneer akeConneRVeari 26 In-person tl l ning with lwake personnel on me safe opeatl0n antl best p—t ter using your new C TH RU nest n oaNing antl T2lning Day Platlonn 1 are u z.hp0onCharge.Inclutletl Tear One al Contract CM1argez Tear One Hartlware Pluz Shipping&H-dill $171,745.68 Payment Due NM 45 b appllatlon for revl ewing vltleo hom previous Inclden6, anagingtlevlces,appaatus,m acassmeC" -HR Operdt—,Center THRU Platform-for Metllum Departmenters tivlty,updtes,an s,pportfo,edth annetBd ure,hlgYloB cell -ded—tedto public safety et - 26 n-"ACnTkeCRecu Ong CM1argez T.r Two caption 963,600.00 Due Annualy After Effective Date bzappll at on to'revl ewlsg vltleo f"m previous Incidents, anaging devices,appaatus,us across theC -HR Opeatlons Center THRU PIattonn-for Metllum Depallmentea tivlty,updates,an support for each um hlgYloB cell network ded—ted to publlcszfety ec 26 cllpc.n Tear Three $63,800.00 Due Annualy After Effective Date $429,400.00 bawren Dxalre antl the neenry on or aboutthe ame herein she••nereerrem••).nil etl Total 929 swam terms usm in this oma form haiethe m®nines maea inthenerremen,unless maea mherwise $17 eypslenlne this oume®m Party remgemsana warmnma:)atnlme r®aana unaamamsthe nereenemt0m1s1ncorpormm by rsereire 1. C.I.anaaereg m be bound bythe terms mthe v $63 errem,am)b)nhafull P..',a wd—A.—amthls C— tee Total $6300.00 C.I.ha been.main W—paees•adhmtrsa rmresertnvesaialsmrearvx as mthe aae orizm serrature 690 0 xinay-xine Thousand Tmre Nunarea forts--o'1lareana sixt cAl cems)Sx9A�5.®Imrthetmre-y®r Pionrer 9hlpping 974 $29 For Agency: For Q.Ak Technologic;Inc. : BY. Name. _Name. Title Date Signed._ Date Signed. NAICS Code. APPROVEDA5TO LEGAL FORM: Assistant City Atlomey so 00 � w o F U NOORPORpS Ea AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Mike Markle, Chief of Police mikema(a)-cctexas.com (361) 886-2603 Juan Rivera, Interim Director of Asset Management JuanR7(a)-cctexas.com (361) 826-1674 Sergio Villasana, Director of Finance & Procurement SergioV2a-cctexas.com (361) 826-3227 Purchase of one Chevy Tahoe for Activities Related to the Operation Stonegarden Program for the Corpus Christi Police Department CAPTION: Motion authorizing the purchase of one replacement Chevy Tahoe from Lake Country Chevrolet of Jasper, Texas, through the TIPS Cooperative, for a total amount of $76,269.79 ($53,335.50 for the vehicle cost and $22,934.29 for the upfitting cost) to be used by the Corpus Christi Police Department for the Operation Stonegarden Program (drug and human trafficking), with FY 2025 funding of $75,000.00 from the Police Grants Fund and $1,269.79 from the General Fund. SUMMARY: This motion authorizes the purchase of one replacement Chevy Tahoe from Lake Country Chevrolet through the TIPS Cooperative. The replacement Chevy Tahoe will be used by the Corpus Christi Police Department for law enforcement operations related to the Operation Stonegarden Program, which focuses on drug and human trafficking. BACKGROUND AND FINDINGS: Each year the City applies for and receives grant funds from the Texas Governor's Homeland Security Grant's Division for the Corpus Christi Police Department's (CCPD) participation in the Operation Stonegarden Program. The Operation Stonegarden Program focuses on law enforcement operations relating to drug and human trafficking. For FY 2025, the City received $247,669.00 in grant funding for the Operation Stonegarden Program. As specified in the grant application and grant award, CCPD is using $75,000 of the FY 2025 Operation Stonegarden Program grant funding for the purchase of one replacement Chevy Tahoe for law enforcement activities relating to the Operation Stonegarden Program. The Chevy Tahoe will replace the a previous unit that was used for law enforcement activities relating to the Operation Stonegarden Program. The previous unit was a 2018 Ford Explorer that exceeded its useful service life and will be sent to auction. Specifically, CCPD will use the replacement vehicle to conduct interdiction operations individually and in conjunction with federal, state, and local partners as part of the Operation Stonegarden Program. The operations will be focused along routes of ingress and egress, both on state and local highways, to include SH44, SH77, SH181. This replacement Chevy Tahoe is not part of the 75 police vehicles purchase that was approved as part of the FY 2025 Budget. Instead, the funds to purchase the replacement Chevy Tahoe are coming from grant funds that were awarded by the FY 2025 Operation Stonegarden Program grant. The grant funding from the FY 2025 Operation Stonegarden Program grant included $75,000.00 to be specifically used for the purchase of this replacement vehicle. The remaining $1,269.79 will come from the General Fund. PROCUREMENT DETAIL: This procurement is through the TIPS Cooperative. Contracts awarded through the cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. Procurement has modified their business practices for a proactive approach to the City's vehicle procurement process. The modified business practice uses all resources available to ensure that vehicles and equipment are sourced and delivered in a timely manner while using economically favorable methods. Both TIPS Cooperative and the BuyBoard Cooperative provided quotes for the replacement Chevy Tahoe. The TIPS Cooperative pricing is $53,335.50, while the BuyBoard Cooperative pricing is $53,735.00. Below is a table that provides the cost comparison between the TIPS Cooperative and the BuyBoard Cooperative. Cooperative Price Variance $ Variance % TI PS $53,335.50 -$399.50 -1 BuyBoard $53,735.00 In addition to better pricing, the TIPS Cooperative currently has the Chevy Tahoe unit available and will deliver it to the City within 90 days of purchase. The BuyBoard Cooperative does not currently have the Chevy Tahoe available and would have to submit an order to Chevrolet once a purchase is made. Once the purchase is made, the vehicle will then have to be built, with an estimated delivery timeline of four to six months. ALTERNATIVES: The alternative is not to approve this purchase and instead continue to have one less officer able to conduct law enforcement activities relating to the Operation Stonegarden Program. However, this will affect CCPD's ability to meet required metrics under the program which will negatively impact the City's ability to continue received funding from the annual Operation Stonegarden Program Grant. FISCAL IMPACT: The FY 2025 fiscal impact of this purchase totals $76,269.79, with $75,000 coming from the FY 2025 Police Grants Fund and $1,269.79 coming from the FY 2025 General Fund. FUNDING DETAIL: Fund: 1020 General Fund Organization/Activity: 11740 Uniform Division Department: 29 Police Account: 550020 Vehicles & Machinery Amount: $1,269.79 Fund: 1061 Police Grants Organization/Activity: 89/822725F Grants/Operation Stonegarden 2024 Department: 29 Police Account: 550020 Vehicles & Machinery Amount: $75,000 RECOMMENDATION: Staff recommends approval of the purchase of one replacement Chevy Tahoe from Lake Country Chevrolet of Jasper, Texas through the TIPS Cooperative, for a total amount of $76,269.79 to be used by the Corpus Christi Police Department for the Operation Stonegarden Program, as presented. LIST OF SUPPORTING DOCUMENTS: Price Sheet City of Corpus Christi Price Sheet Finance& Procurement TAHOE PPV 2WD Sr. Buyer:Marco Lozano LAKE COUNTRY CHEVROLET, Jasper,TX TIPS USA 240901 Transportation Vehicles ITEM DESCRIPTION QTY UNIT EXTENDED TOTAL 1 2026 TAHOE PPV 2WD 1 $51,909.00 $51,909.00 2 5.3L V8 W/AUTOMATIC 1 $- $- 3 10 SPEED TRANS 1 $- $- 4 KEY FOBS 1 $75.00 $75.00 5 FLASHER SYSTEM, HEAD &TAIL LAMP 1 $50.00 $50.00 6 1 FL SAFTEY PACKAGE 1 $895.00 $895.00 Published Options Discount 1 5% $(51.00) 7 Emergency Equipment 1 $22,934.29 $22,934.29 8 Floor Plan Interest 1 $450.00 $450.00 Additional Delivery Charge @ 290 miles 1 $507.50 $507.50 10 PREFFERED CUSTOMER DISCOUNT 1 ($500.00) ($500.00) TOTAL PURCHASE PRICE $76,269.79 se o� H v /NCORPOR 110 AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Peter Collins, Director, Information Technology Peterc@cctexas.com (361) 826-3735 Sergio Villasana, Director, Finance & Procurement Sergiov2@cctexas.com (361) 826-3227 Network, Phone, Wireless Hardware and software and support licenses CAPTION: Motion authorizing the purchase of Cisco network and phone hardware and related SmartNet software licenses from Great South Texas Corp, dba Computer Solutions, of San Antonio, with an office in Corpus Christi, through the DIR Cooperative, for a total amount of$336,684.87, with FY 2025 funding from the Information Technology Fund. SUMMARY: Motion authorizes the purchase from Great South Texas Corp, dba Computer Solutions, for the City's standardized hardware and licenses. This hardware purchase will provide the necessary upgrades for the City's critical network equipment. BACKGROUND AND FINDINGS: The Information Technology department has identified voice, wired and wireless network hardware is nearing the end of its useful life. This equipment will no longer be supported by the vendor, making it difficult to maintain and posing security risks. Outdated network equipment can also lead to performance issues, hindering the efficiency of City operations and limiting the delivery of services to employees and patrons. Replacement of the aging network equipment is necessary to ensure the continued stability, security, and efficiency of the City's network infrastructure. This will allow for improved performance, enhanced security measures against cyber threats, and the ability to support current and future technology needs. Upgrading to supported equipment also ensures vendor support and reduces the risk of system failures. IT is purchasing 732 desk and 90 conference room phones, 22 switches, and two controllers, which are at end-of-life. The cost also includes maintenance and support. PROCUREMENT DETAIL: Computer Solutions has a local office in the City of Corpus Christi, is a woman-owned business, and is a HUB vendor. This purchase has a 55% discount for a total cost savings of $422,183.54. Information Technology, in conjunction with the Procurement Division of Finance, examined other cooperative contracts and service offerings to find the most cost-effective option for the City. Contracts awarded through the Cooperatives have been competitively procured in compliance with Texas Local and State procurement requirements. Prices were checked with TIPS, DIR and OMNIA Partners. TIPS returned a quote with the greater discount, making the Great South Texas Corp dba Computer Solutions bid the best value. Unit Computer Solutions Insight Public Sector CDW-G Cost DIR Omnia Partners DIR Savings Hardware $336,684.87 $410,642.32 $452,439.99 $115,755.12 and Licenses ALTERNATIVES: Continue using end-of-life equipment could result in negative impacts to the City of Corpus Christi network and exposing security risks. FISCAL IMPACT: The fiscal impact to the Information Technology Fund in FY 2025 is $336,684.87. FUNDING DETAIL: Fund: 5210 Information Technology Fund Organization/Activity: 40480 IT End User Support Department: 23 Information Technology Project # (CIP Only): n/a Account: 520100 Minor Computer Equipment Amount: $336,684.87 RECOMMENDATION: Staff recommends approval of this procurement with Great South Texas Corp, dba Computer Solutions, as presented. LIST OF SUPPORTING DOCUMENTS: Quote Great South Texas Corp dba Computer Solutions r�■ 14410 Wurzbach Parkway,Suite 175 Date Expiration Date 0 San Antonio,Texas 78216 Aug 05,2025 04:32 PM CDT 1 09/03/2025 �/A United States Modified Date compud�er I www.comsoltx.com O�l1�rf��'1�+ (P)210-369-0300 Aug 25,2025 11:26 AM CDT [ ..77 Quote# 1051923 -rev 1 of 1 Description 8.5.25 Cisco Phones,WLC,&Switches SalesRep Jones, David (P)210-369-0318 (F)210-369-0389 Customer Contact Wilburn, Jennifer (P)361-826-3512 JenniferW4@cctexas.com Customer Bill To Ship To Contract Programs:DIRCIS5347- City of Corpus Christi(16975) City of Corpus Christi City of Corpus Christi CISCO DIR-CPO-5347 EXP 1/7/30 Wilburn,Jennifer Accounts,Payables Data Center,MIS Certifications:WBE/SBE/HUB# 1201 Leopard Street 1201 Leopard Street 1201 Leopard Street,City Hall 1942650013800 Exp:06/28/2025 Corpus Christi,TX 78401 Corpus Christi,TX 78401 Basement Sales Order Type:Drop Ship-Ship United States United States Corpus Christi,TX 78401 to customers location (P)361-826-3740 (P)361-826-4091 United States (F)361-826-4551 Customer PO: Terms: Ship Via: Purchase Order(Net 30 Days) Fed Ex Ground Special Instructions: Carrier Account#: Description# Image 9800 Phones 1 & Cisco Desk Phone 9841 DP-9841-K9= $396.98 735 $144.89 $106,494.15 VoIP phone-with Trusted Platform Module(TPM)2.0 with caller ID/call waiting-SIP,SDP,RTCP, RTP,SRTP-4 lines-carbon black Note: DIR-CPO-5347-63.5%Discount-Volume Discount 2 ffCisco Desk Phone 9861 DP-9861-K9= $678.38 90 $247.60 $22,284.00 VoIP phone-with Trusted Platform Module(TPM)2.0 with caller ID/call waiting-IEEE 802.11a/b/g/n/ac(Wi-Fi)/Bluetooth 5.2 LE-SIP,SDP,RTCP,RTP,SRTP-130 lines-carbon black Note: DIR-CPO-5347-63.5%Discount-Volume Discount CH C980OL-F Controllers 3 e Cisco Catalyst 9800-L Wireless Controller C9800-L-F- $11,828.85 2 $5,618.70 $11,237.40 Network management device-10GbE-Wi-Fi 6-1 U-rack-mountable K9 4 to Cisco Smart Net Total Care CON-SNT- $1,607.00 6 $1,285.60 $7,713.60 Extended service agreement-replacement-8x5-response time:NBD-for P/N:C9800-L-F-K9 C980OLFL Note: 3 Year SNT 8x5xNBD Smartnet 5 Cisco LIC-C9800L- $11,828.85 2 $5,736.99 $11,473.98 Upgrade license-for Catalyst 9800-L Wireless Controller PERF 6 Cisco 9800-L Performance License C9800L- $266.15 2 $129.08 $258.16 Network device mounting kit-for Catalyst 9800-L Wireless Controller RMNT 7 Cisco SFP+Copper Twinax Cable SFP-H10GB- $128.88 4 $62.50 $250.00 Direct attach cable-SFP+to SFP+-3.3 ft-twinaxial-for 250 Series;Catalyst 2960,2960G,2960S, CU 1 M= ESS9300;Nexus 93180,9336,9372;UCS 6140,C4200 x7 C9200CX-8P 8 Cisco Catalyst9200CX C9200CX-8P- $2,373.81 7 $1,151.29 $8,059.03 Network Advantage-switch-compact-L3-managed-8 x 10/100/1000(PoE+)+2 x 1000Base-T+ 2X2G-A 2 x 10 Gigabit SFP+(uplink)-rack-mountable-PoE+(240 W) 9 Cisco Smart Net Total Care CON-SNT- $170.00 21 $136.00 $2,856.00 Extended service agreement-replacement-8x5-response time:NBD-for P/N:C9200CX-8P- C920CXYZ 2X2G-A Note: 3 Year SNT 8x5xNBD Smartnet 10 Cisco Digital Network Architecture Advantage C9200CX- $244.32 7 $0.00 $0.00 Term License(3 years)-1 switch(8 ports) DNAA8-3Y Note: Add to DNA-EA->License Term will be Start from Hardware Ship Date thru 2/24/2026(End of EAAgreement Term) 11 Cisco RACKMNT- $88.72 7 $43.02 $301.14 Rack mounting kit-19"-for Catalyst 9200CX 19-CMPACT x3 C9300-24U 12 _ _ Cisco Catalyst 9300 C9300-24U-A $7,698.42 3 $3,733.73 $11,201.19 Network Advantage-switch-L3-managed-24 x 10/100/1000(UPOE)-rack-mountable-UPOE (830 W) 13 a Cisco SMARTnet CON-SNT- $551.36 9 $441.08 $3,969.72 _ Extended service agreement-replacement-8x5-response time:NBD-for P/N:C9300-24U-A, C93002UA C9300-24U-A=,C9300-24U-A-RF Note: 3 Year SNT 8x5xNBD Smartnet 14 Cisco Digital Network Architecture Advantage C9300-DNA- $449.46 3 $0.00 $0.00 Term License(5 years)-24 ports-for P/N:C9300-24H-A,C9300-24UB-A,C9300-24UX-A-WS, A-24-5Y C9300-24UXB-A,C9300-DNA-A-24= Note: Add to DNA-EA->License Term will be Start from Hardware Ship Date thru 2/24/2026(End of EAAgreement Term) x6 C9300-48U 15 Cisco Catalyst 9300 C9300-48U-A $13,192.04 6 $6,398.13 $38,388.78 Network Advantage-switch-L3-managed-48 x 10/100/1000(UPOE)-rack-mountable-UPOE (822 W) 16 Cisco SMARTnet CON-SNT- $945.19 18 $756.15 $13,610.70 Extended service agreement-replacement-8x5-response time:NBD-for P/N:C9300-48U-A, C93004UA C9300-48U-A=,C9300-48U-A-RF,C9300-48U-A-WS Note: 3 Year SNT 8x5xNBD Smartnet 17 = Cisco Digital Network Architecture Advantage C9300-DNA- $842.58 6 $0.00 $0.00 m Term License(5 years)-48 ports-for P/N:C9300-48H-A,C9300-48U-A-WS,C9300-48UB-A, A-48-5Y C9300-48UN-A,C9300-48UXM-A Note: Add to DNA-EA->License Term will be Start from Hardware Ship Date thru 2/24/2026(End of EAAgreement Term) 18 Cisco Catalyst 9300 Series Network Module C9300-NM- $3,016.36 6 $1,462.93 $8,777.58 Expansion module-10 Gigabit SFP+x 8-for P/N:C9300-24U-10E,C9300-48H-1 E,C9300-48UB-A, 8X C9300-48UB-E 19 Cisco PWR-C1- $2,247.48 6 $1,090.02 $6,540.12 Power supply-hot-plug(plug-in module)-80 PLUS Platinum-AC 115-240 V-1100 Watt-for 1100WAC-P= Catalyst 9300(Higher Scale)(1100 Watt),9300L(1100 Watt) x6 C9300X-48HX 20 Cisco Catalyst 9300X C9300X- $17,660.36 6 $8,565.27 $51,391.62 Network Advantage-switch-L3-managed-48 x 100/1000/2.5G/5G/10GBase-T(UPOE+)-rack- 48HX-A mountable-UPOE+(1690 W) 21 Cisco Smart Net Total Care CON-SNT- $1,150.00 18 $920.00 $16,560.00 Extended service agreement-replacement-8x5-response time:NBD-for P/N:C9300X-48HX-A, C9300XY4 C9300X-48HX-A= Note: 3 Year SNT 8x5xNBD Smartnet 22 Cisco Digital Network Architecture Advantage C9300-DNA- $842.58 6 $0.00 $0.00 Term License(5 years)-48 ports-for P/N:C9300-48H-A,C9300-48U-A-WS,C9300-48UB-A, A-48-5Y C9300-48UN-A,C9300-48UXM-A Note: Add to DNA-EA->License Term will be Start from Hardware Ship Date thru 2/24/2026(End of EAAgreement Term) 23 Cisco Catalyst 9300 Series Network Module C9300X-NM- $3,016.36 6 $1,462.93 $8,777.58 Expansion module-1 Gb Ethernet/10Gb Ethernet/25Gb Ethernet SFP x 8 8Y= 24 m Cisco PWR-C1- $2,247.48 6 $1,090.02 $6,540.12 _.._ Power supply-hot-plug(plug-in module)-80 PLUS Platinum-AC 115-240 V-1100 Watt-for 1100WAC-P= Catalyst 9300(Higher Scale)(1100 Watt),9300L(1100 Watt) Invoicing and Partial Invoice Policy:Computer Solutions will invoice or partial Subtotal: $336,684.87 invoice products and/or services when they have shipped or rendered complete(or Tax(.0000%): $0.00 Milestone Complete).By ordering or releasing a PO for this order,you agree to pay Shipping: $0.00 for the items that have shipped or delivered as part of the whole order. Total: $336,684.87 Subscriptions/Enterprise Agreements Cancellation Policy-Computer Solutions (List Price: $758,868.41) requires a forty-five(45)day written notification from the customer based on the renewal/anniversary date in order to process the cancellation with the applicable manufacturer(s). Cisco Purchases:By purchasing Cisco hardware,software,and/or subscriptions, you agree to be bound by the terms and conditions available at Cisco Software Terms. The relevant documents are attached here.--> https://www.cisco.com/c/en/us/about/legal/cloud-and-software/software-terms.htm I Freight charges are estimates only.Returns are subject to approval and may include a restocking fee. Tariff Disclaimer: All prices quoted are subject to change based on fluctuations in government tariffs,taxes,and duties. Computer Solutions reserves the right to adjust the final price to reflect any such changes that may occur between the date of the quote and the delivery of goods or services. se owe H v HVORPORPt EO AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Peter Collins, Director of Information Technology P eterC(o)cctexas.com (361) 826-3735 Sergio Villasana Serg ioV2(d)-cctexas.com (361) 826-3227 Adobe Subscription Renewals CAPTION: Motion authorizing execution of a one-year cooperative agreement with Insight Public Sector, Inc., of Chandler, Arizona, through the Omnia Cooperative, in an amount not to exceed $129,064.41, for renewal of Adobe licenses for use of Acrobat, Captivate, Creative Cloud, Illustrator, InDesign, Photoshop, and Sign for City departments, with FY 2025 funding from various funds and continuing one-year renewals, subject to sufficient future appropriations. SUMMARY: This one-year renewal ensures our continued access to these essential software tools, which are critical for various functions across our organization, including document management, content creation, graphic design, and digital signatures. BACKGROUND AND FINDINGS: The City utilizes a wide variety of Adobe products throughout our organization. Our Adobe software licenses include 732 Acrobat licenses, 32 Creative Cloud licenses, 13 Photoshop licenses, 10,000 Adobe Sign documents, and one of Captivate, Illustrator, and InDesign licenses. These digital tools are essential for our teams every day. This is for a one-year renewal. Acrobat is vital for handling PDFs, allowing us to create, edit, and share important documents reliably. Adobe Sign simplifies the process of obtaining digital signatures, making it quick and secure, which saves us both time and paper. For visual projects, our creative teams depend on Photoshop for photo editing and Illustrator for designing graphics, such as logos and flyers, that maintain high quality at any size. InDesign assists us in assembling professional-looking documents and brochures. Finally, Creative Cloud serves as our all-access pass, providing the latest versions of these programs and seamless integration to help our teams collaborate efficiently from anywhere. PROCUREMENT DETAIL: Information Technology in conjunction with the Procurement Division of Finance, examined other cooperative contracts and service offerings to find the most cost-effective option for the City. Contracts awarded through the Cooperatives have been competitively procured in compliance with Texas Local and State procurement requirements. Prices were checked DIR, Sourcewell, and Omnia Partners. Unit Omnia Partners Sourcewell DIR Adobe Subscription $129,064.41 $129,967.35 $150,663.38 ALTERNATIVES: No alternatives. FISCAL IMPACT: The fiscal impact in FY 2025 is $129,064.41. Each department is responsible for budgeting these licenses within their operating budgets each year. FUNDING DETAIL: Fund: Various Organization/Activity: Various Department: Various Project # (CIP Only): N/A Account: 520105 Computer Software Amount: $129,064.41 RECOMMENDATION: Staff recommends approval of this motion authorizing a service agreement with Insight Public Sector, Inc. as presented. LIST OF SUPPORTING DOCUMENTS: Purchase Agreement Co-op Price Sheet Funding Detail City of Corpus Christi Pricing Sheet Sr. Buyer: Minerva Alvarado Adobe Subscription Omnia Partners #23-6692-04 Insight Public Sector, Inc. Chandler, AZ Item Descciption Qty Cost Total 1 Adobe Acrobate Pro for Enterprise 732 $97.68 $71 ,501 .76 2 Adooe Captivate for Enterprise 1 $365.76 $365.76 3 Adobe Creative Cloud All Apps for Enterprise 32 $881 .03 $28,192.96 4 Adobe Illustrator for Enterprise 1 $395.13 $395.13 5 Adobe InDesign for Enterprise 1 $395.13 $395.13 6 Adobe Photoshop for Enterprise 13 $457.37 $5,945.81 7 Adobe Sign for Enterprise 1 $22,267.86 $22,267.86 $129,064.41 .Q,yus c� GO � O� H COOPERATIVE PURCHASE AGREEMENT NO. 6719 U Adobe License Subscriptions NORPORPS EO 1852 THIS Adobe License Subscriptions Cooperative Purchase Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home- rule municipal corporation ("City") and Insight Public Sector, Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). 1. Cooperative Agreement. Contractor shall provide Adobe License Subscriptions in accordance with its agreement Omnia 23-6692-03 (the "Cooperative Agreement"), which is incorporated by reference herein as if set out here in its entirety. In the event of a conflict between this Agreement and the Cooperative Agreement, this Agreement shall govern to the extent allowed by the Co- operative Agreement. 2. Scope. Contractor shall provide Adobe License Subscriptions in accordance with the attached Bid/Pricing Schedule, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 3. Term. The initial term of this Agreement is one year, beginning September 4, 2025, and continuing through September 3, 2026. The parties may mutually agree to auto-renew this Cooperative Agreement for continuing one-year periods (each, an "Option Period"), provided: (i) the underlying Cooperative Agreement either continues in full force and effect or, alternately, has been replaced by a successor Omnia-approved co-op agreement providing the same software and such replacement co-op agreement is valid on the beginning date of each Option Period; (ii) the same software product and services continue in active use by the City and have not been replaced by a different product and/or services; (iii) the pricing for each Option Period conforms to the language in section 4 below; and (iv) sufficient current funding has been appropriated by the City to provide for the continuation of this Agreement. Furthermore, following the conclusion of any one-year Option Period, the parties may agree to auto-renew this Agreement so long as the conditions required above in subparts (i) - (iv) are met and neither party has terminated this Agreement. 4. Compensation and Payment. This Agreement is for $129,064.41 , subject to execution of one or more written amendments executed by the parties. All pricing for the initial term must be in accordance with Attachment A. The pricing for each Option Period must conform to (i) the amount shown in Attachment A, (ii) the amount stated in an eligible renewal of Omnia 23-6692-03, or (iii) the amount stated in a successor Omnia-approved co-op agreement, whichever amount of subparts (i), (ii), or (iii) is lowest. Pricing for every continuing one-year Cooperative Purchase Agreement-Insight Public Sector (Adobe) Page 1 of 3 auto-renewal of this Agreement must also be in accordance with the pricing condition stated in the foregoing sentence. Invoices must be mailed to the following address: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 5. Budgetary Appropriation. The continuation of this Agreement (and every optional renewal, if any) after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 6. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Information Technology Dept. Attn: Holly Houghton, Asst. Director 1201 Leopard St., Corpus Christi, TX 78401 Phone: (361 ) 826-3753 Fax: n/a IF TO CONTRACTOR: Insight Public Sector, Inc. Attn: Nelly Cipriano, Acct. Rep. 2701 E. Insight Way Chandler, AZ 85286-1930 Phone: (800) 467-4448 Fax: n/a 7. Entire Agreement. This Agreement, along with the Co-operative Agreement, constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. Cooperative Purchase Agreement-Insight Public Sector (Adobe) Page 2 of 3 CONTRACTOR, erg Signature. Erica Falchetti(Sep 9,2025 12:10:48 EDT) Printed Name: Erica Falchetti Title: Director, Public Sector Date: 09/09/2025 CITY OF CORPUS CHRISTI Rachel Erben Date Assistant Director of Finance — Procurement Approved as to form: Assistant City Attorney Date Revieweld/by- NoYa V a I of 08/18/2025 Nora Vargas(Aug 18,2IT25 16:47:17 CDT) Nora Vargas Date Attached and Incorporated by Reference: Attachment A: Bid/Pricing Schedule Incorporated by Reference Only: Cooperative Agreement: Omnia 23-6692-03 Cooperative Purchase Agreement-Insight Public Sector (Adobe) Page 3 of 3 Attachment A: Bid/Pricing Schedule INSIGHT PUBLIC SECTOR, INC. 2701 E INSIGHT WAY CHANDLER AZ 85286-1930 In5ftoght .0 Tel:800-467-4448 PLALK SICT(W Quotation Account name: 10655448 Quotation 0228538385 CITY OF CORPUS CHRISTI Number: PO BOX 9277 CORPUS CHRISTI TX78469-9277 Document Date: 1-AUG-2025 PO Number: SHIP-TO PO Release: CITY OF CORPUS CHRISTI Sales Rep: Nelly Cipriano PO BOX 9277 Email: NELLY.CIPRIANO(o)INSIGHT.COM CORPUS CHRISTI TX 78469-9277 Phone: +15143738513 We deliver according to the following terms: Payment Terms: Net 30 days Ship Via: Electronic Delivery Terms of Delivery: FOB DESTINATION Currency: USD Material DescriptionUnit Price Extended Price 65324170BC09Al2 Adobe Acrobat Pro for enterprise-Subscription 732 97.68 71,501.76 Renewal- 1 user Coverage Dates: 9/4/25 to 9/3/26 LICENSE 0526BEDCE204C862624A OMNIA PARTNERS (COBB COUNTY) IT PRODUCTS AND SERVICES(#23-6692-03) List Price: 114.99 Discount: 15.053% 65297383BC091312 Adobe Captivate for Enterprise-Subscription Renewal 1 365.76 365.76 - 1 user Coverage Dates: 9/4/25 to 9/3/26 LICENSE 0526BEDCE204C862624A OMNIA PARTNERS (COBB COUNTY) IT PRODUCTS AND SERVICES(#23-6692-03) List Price: 423.99 Discount: 13.734% 65310105BC09E12 Adobe Creative Cloud All Apps for Enterprise- 32 881.03 28,192.96 subscription renewal(1 year) - 1 user- Level 9(10000+) Coverage Dates: 9/4/25 to 9/3/26 LICENSE 0526BEDCE204C862624A OMNIA PARTNERS (COBB COUNTY) IT PRODUCTS AND SERVICES(#23-6692-03) List Price: 1029.99 Discount: 14.462% 65308964BC09E12 Adobe Illustrator for Enterprise-subscription renewal 1 395.13 395.13 (1 year) - 1 user- Level 9(10000+) Coverage Dates: 9/4/25 to 9/3/26 LICENSE 0526BEDCE204C862624A OMNIA PARTNERS (COBB COUNTY) IT PRODUCTS AND SERVICES(#23-6692-03) List Price: 461.99 Discount: 14.472% 65309723BC09E12 Adobe InDesign for Enterprise- subscription renewal(1 1 395.13 395.13 year) - 1 user- Level (10000+) Coverage Dates: 9/4/25 to 9/3/26 LICENSE 0526BEDCE204C862624A OMNIA PARTNERS (COBB COUNTY) IT PRODUCTS AND SERVICES(#23-6692-03) List Price: 461.99 Discount: 14.472% 65308637BC09E12 Adobe Photoshop for Enterprise- subscription renewal 13 457.37 5,945.81 (1 year)- 1 user- Level 9(10000+) Coverage Dates: 9/4/25 to 9/3/26 LICENSE 0526BEDCE204C862624A OMNIA PARTNERS (COBB COUNTY) IT PRODUCTS AND SERVICES(#23-6692-03) List Price:461.99 Discount: 1.000% 65320941 BC09Al2 Adobe Sign for enterprise-Subscription New- 10000 1 22,267.86 22,267.86 transactions Coverage Dates: 9/4/25 to 9/3/26 LICENSE 0526BEDCE204C862624A OMNIA PARTNERS (COBB COUNTY) IT PRODUCTS AND SERVICES(#23-6692-03) List Price: 3941.98 Discount: 5.852% Product Subtotal 129,064.41 TAX 0.00 Total 129,064.41 Thank you for choosing Insight. Please contact us with any questions or for additional information about Insight's complete IT solution offering. Sincerely, Nelly Cipriano +15143738513 NELLY.CIPRIANO(s-i)INSIGHT.COM To purchase under this contract,your agency must be registered with OMNIA Partners Public Sector. Insight Global Finance has a wide variety of flexible financing options and technology refresh solutions. Contact your Insight representative for an innovative approach to maximizing your technology and developing a strategy to manage your financial options. This purchase is subject to Insight's online Terms of Sale unless you are purchasing under an Insight Public Sector, Inc. contract vehicle, in which case,that agreement will govern. SOFTWARE AND CLOUD SERVICES PURCHASES: If your purchase contains any software or cloud computing offerings("Software and Cloud Offerings"), each offering will be subject to the applicable supplier's end user license and use terms ("Supplier Terms") made available by the supplier or which can be found at the"terms-and-policies"link below. By ordering, paying for, receiving or using Software and Cloud Offerings,you agree to be bound by and accept the Supplier Terms unless you and the applicable supplier have a separate agreement which governs. Insight's online Terms of Sale can be found at the"terms-and-policies"link below. https://www.insight.com/terms-and-policies E jInsight" • Quotation Sales Doc :0228538385 Document Date : 1-AUG-2025 se 0 H U NOORPOR I AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeremy Valgardson, Interim Director of Aviation JeremyV2@cctexas.com (361) 826-1777 Peter Collins, Director of Information Technology PeterC@cctexas.com (361) 826-3735 Sergio Villasana, Director, Finance & Procurement SergioV2@cctexas.com (361) 826-3227 Amendment to Service Agreement for Integration and Installation of Flight Information System (FIDS) at Corpus Christi International Airport CAPTION: Motion to execute Amendment #1 to the five-year agreement, with five one-year options, with Infax, Inc., of Alpharetta, Georgia, to add four workstations, licenses, and support totaling $60,790.00 to the Flight Information Display System upgrade project, for a revised total amount of $459,997.00 and up to $757,507.89 if all options are exercised, with FY 2025 funding of $45,593.00 from the Airport Fund. SUMMARY: Frontier Airlines' new nonstop service from Corpus Christi to Denver requires the Corpus Christi International Airport (CCIA) to invest in additional Common Use Passenger Processing System (CUPPS) stations. This ensures the airport can efficiently manage the increased passenger volume while providing passengers with convenient self-service options for check-in and baggage tagging. BACKGROUND AND FINDINGS: In preparation for the launch of Frontier Airlines' new nonstop service to Denver in October 2025, CCIA will be adding additional CUPPS stations. This proactive measure is intended to enhance operational efficiency and overall passenger experience. By increasing the number of these shared workstations, the airport can effectively manage the increased passenger volume from Frontier's new twice-weekly flights. The new CUPPS stations will not only facilitate more efficient check-in and self-service options for Frontier's passengers but will also provide the necessary infrastructure to accommodate future airline growth, ensuring the airport's ability to handle larger passenger counts and maintain a seamless travel process. ALTERNATIVES: Not purchasing the additional workstations would negatively impact the airport's ability to efficiently process the increased passenger growth. FISCAL IMPACT: The fiscal impact in FY 2025 to the Airport Operating Budget is $45,593.00. FUNDING DETAIL: Fund: 4610 —Airport Organization/Activity: 35045 —Airport IT Department: 53 —Airport Project # (CIP Only): N/A Account: 550050 — Computer Equipment Amount: $45,593.00 RECOMMENDATION: Staff recommends approval of this motion as presented. LIST OF SUPPORTING DOCUMENTS: Amendment No. 1 SC Go O �� Amendment#1 Finance & Procurement 1N a POB 0 185`Z Date: Auqust 22, 2025 Agreement#: 6017 — Integration and Installation of Flight Information Display System Contractor/Consultant: Infax, Inc. Current Amount: $399,207.00 I. Section 3, Compensation and Payment, of the Agreement is amended by increasing the amount $60,790.00; therefore, the revised total amount of the Agreement is $459,997.00. II. Attachment A, Scope of Work, to the Agreement is supplemented by adding Attachment A-1, which is attached to this Amendment #1 and incorporated by reference into the Agreement as if fully set out here in its entirety. III. Attachment B, Bid/Pricing Schedule, to the Agreement is supplemented by adding Attachment B- 1, which is attached to this Amendment#1 and incorporated by reference into the Agreement as if fully set out here in its entirety. IV. This Amendment#1 is effective upon the date of final execution by the parties, unless an earlier date is expressly stated within this document. To the extent that the provisions of this Amendment conflict with any provisions of the Agreement and prior amendments, if any, the provisions of this Amendment shall prevail and govern for all purposes and in all respects. 8�ya v t)at"w 08/27/202E Bryan D-is(Aug 27,2025 09:29:26 EDT) Rachel Erben Date Infax, Inc. Date Assistant Director, Contracts & Procurement Reviewed by: Nom Vows 08/22/202E Va,F,a=(A,,g22,2o�1565 115 CDT) Purchasing Manager Date APPROVED AS TO LEGAL FORM: Assistant City Attorney ,' Dat ATTACHMENT A-1 Scope of Work Embross, via Infax will deliver Odyssey CUPPS, Licensed Software and Enhanced Program Support('CEPS"), as indicated below: CUPPS Equipment Positions Required 2 x Check-in positions, each with: • PC, Monitor, USB Mouse, including cables and power supplies • MSR/OCR Keyboard • Handheld Barcode Scanner(BCR) • Boarding Pass Printer(BPP) • Bag Tag Printer with roll holder(BTP) 2 x Gate positions,each with: • PC, Monitor, USB Mouse, including cables and power supplies o MSR/OCR Keyboard • Handheld Barcode Scanner(BCR) • Boarding Pass Printer(BPP) • Bag Tag Printer with roll holder(BTP) Note the additional gate positions are the second position at each of the 2 gate counters included in the original response.The BGR will be connected to the primary position and the laser printer is shared by both the primary and secondary positions. Equipment types • PC, Intel 12th Generation 15-12400 Six-Core processor, 8GB RAM, 265GB SSD, WinlOpro license andOdyssey CUPPS workstation license • USB Mouse • 20" Monitor&Mouse • MSR/OCR Keyboard • Handheld Barcode Scanner(BCR) with stand • Boarding Pass Printer(BPP) -One direct thermal, configured to print 3.25" wide boarding passes • Bag Tag Printer with roll holder(BTP) -One direct thermal, configured to print bag tags o Supports 8"roll 200 tags) 21"bag tags with 0.003"/0.076mm thick stock) Services Phased Installation, and Commissioning • Staging of the new equipment • Deployment of new equipment • Initial setup and deployment of Frontier Airlines • Secondary deployment for AA, UA and SWA-Subject to Airline participation • Verification of functionality at the new positions Assumptions • Infax PM to be POC for coordination with airport staff • Secure work and storage area available onsite for new equipment • Removal of existing airline equipment and cleaning of counters prior to installation of new equipment to be completed by others. Licensed Software One Odyssey CUPPS License is included with each production positions. Spare PCs do not include Odyssey CUPPS License and are only to be used for the replacement of licensed positions Odyssey CUPPS software is a Pre-Existing Work, the copyright and other intellectual property rights in such materials or software (whether written or machine- readable) created by or licensed to Embross/Infax prior to this Agreement or outside this engagement and any subsequent modifications to same will remain vested in Embross. Customer will have a perpetual non-exclusive, non- transferable license to use these Pre-Existing Works for internal use and only with the Embross/Infax supplied PCs for which such was delivered, Customer may not provide Pre-Existing Works, or copies of them,to any third party unless specifically authorized by Embross/Infax. Page 1 of 2 Enhance Program Support Under the Enhanced Program Support("EPS") program Embross will provide 3rd level defect support for the licensed software Odyssey CUPPS,Third level support assumes that problem diagnosis at the application level has been performed by the customer's IT group, and that the investigation points to an underlying software platform issue. Customer Responsibilities • Conduct Ist and 2nd level problem diagnosis and conclude that the investigation points to an underlying software platform issue,document the problem so that It may be reproduced by Embross; • Notify Embross of the problem using the EPS Problem Reporting Template that can be found in the Appendix of this document; and • Assist Embross in performing problem determination, including documenting the problem in sufficient detail as to allow the problem to be recreated. During Business Hours, Embross will respond to customer within eight(8) hours of notification by customer IT of a problem to record basic information about the issue and will provide a status report within twenty-four(24) hours that sets forth: (a) a fix to the problem; (b) a statement that the problem is not caused by the kiosk software or hardware; or(c)an estimate, using commercially reasonable efforts, of the time needed to determine the cause of and fix the problem. Embross will proceed diligently to resolve the problem. Under the EPS program customer will also be provided with new releases and updates to the licensed software programs.Version changes and/or patches will be released to customer for testing. Once customer has performed adequate testing, customer may, at its discretion, deploy the version updates or patches into the customer environment. The EPS program requires continuous support, should coverage lapse customer will need to purchase new software licenses to reinitiate coverage. Warranty info available on file. Page 2 of 2 ATTACHMENT B-1 Infax CRP22377073221 Additional CUPPS Workstations V2 The City of Corpus Christi-Corpus Christi International Airport Infax Inc. 1201 Leopard Street 1235 Old Alpharetta Road Corpus Christi, TX 78401 Suite 120 Alpharetta, GA 30005 Corey Minor Prepared by: System Administrator coreym@cctexas.com Steve Moody Director of Business Development Quote number: CRP22377073221 smoody@infax.com Quote created: July 23, 2025 Quote expires: September 30, 2025 DESCRIPTION QUANTITY PRIC 4x CUPPS Software License 1 $6,826.00 4x CUPPS Workstation Hardware - 2x Check-in, 2x gate 1 $16,659.00 Installation, Commissioning, Configuration 1 $12,789.00 Spectrum Training and Airline Commissioning 1 $5,082.00 Shipping to CRP 1 $666.00 SUMMARY One-time subtotal $42,022.00 Total $42,022.00 Page 1 of 2 Quote Terms and Conditions: Software Licenses (CUPPS&CUSS) and remote support(service Desk 24x7x365, 3rd level support, Annual software License) Additional Recurring fees per year,for 5 Years Term • Year 1- $3,571 • Year 2- $3,660 • Year 3-$3,751 • Year 4-$3,845 • Year 5-$3,941 • *Year 6-$4,078 • *Year 7-$4,220 • *Year 8-$4,357 • *Year 9-$4,510 • *Year 10-$4,668 *Option years Standard Terms&Conditions: • Quotation valid for 30 days • Quotation is subject to change based on any modifications to the scope of work. • Payment terms Net 30 day upon software delivery • Unless a tax-exempt certificate is provided to Infax, sales tax will be added to final invoice if not listed on original quote. Thank you, 5 /1//&d Steve Moody Director of Business Development-Transportation Page 2of2 se o° a o� A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeremy Valgardson, Interim Director of Aviation JeremyV2Ca-)cctexas.com (361) 826-1777 Peter Collins, Chief Information Officer of Information Technology Pete rc(a)cctexas.com (361) 826-3735 Sergio Villasana, Director, Finance & Procurement Sergiov2�cctexas.com (361) 826-3227 Upgrade and Replacement of Software and Hardware at Corpus Christi International Airport (CCIA) CAPTION: Motion authorizing execution of a five-year service agreement with FlashParking, Inc., of Austin, for the upgrade and replacement of hardware and software for parking lot system improvements at Corpus Christi International Airport, for an amount not to exceed $538,019.00, with $460,019.00 due in year one, with a potential up to $658,008.00 if five additional one-year software renewal options are exercised, with FY 2025 funding of $460,019.00 from the Airport Operating Fund. SUMMARY: The current parking solution will be replaced with completely new hardware and software. Six entrance lanes, one commercial lane, and three exit lanes will be completely upgraded with current technology. BACKGROUND AND FINDINGS: Our current parking solution is end of life with our current vendor. Parts availability has made keeping the system running both difficult and expensive. By replacing our current parking system, we will be able to enhance the passenger experience with quicker, smoother entrance and exit from our parking lots. With more emphasis on License Plate Reader technology, we will be able to more accurately inventory vehicles and minimize billing errors. With enhanced reporting we will be able to better predict and track trends in parking. PROCUREMENT DETAIL: Procurement conducted a competitive Request for Proposal (RFP) to obtain qualified firms to provide the upgrade and replacement of software and hardware at the airport and received four responsive, responsible proposals, which the City's evaluation committee evaluated. The four firms were interviewed according to the technical and evaluation criteria of the RFP. The evaluation committee was comprised of three members from Information Technology and Aviation. During the interview process, the evaluation committee rated each firm and scored according to the demonstration of all required systems and equipment presented. Final scores were tabulated for each firm to determine the highest-ranking firm. The best and final offer was requested from each firm, with each firm responding to the City with a final price. The City recommends the award to FlashParking, Inc. They are the vendor that submitted the most competitive proposal and received the highest overall score of 87.46 out of 100 points. ALTERNATIVES: No alternatives, the current parking solution can no longer be supported. FISCAL IMPACT: The fiscal impact on the Airport Operating Fund budget in FY 2025 is $460,019.00. Future year support and maintenance will be budgeted through the annual budget process. FUNDING DETAIL: Fund: 4610 Organization/Activity: 35030 Department: 53 Project # (CIP Only): N/A Account: 550050 Amount: $460,019.00 RECOMMENDATION: City staff recommends approval of a five-year service agreement with five one-year options with FlashParking, Inc., of Austin as presented. LIST OF SUPPORTING DOCUMENTS: Evaluation Matrix Service Agreement RFP No. 6420 Upgrade and Replacement of Software and Hardware at Airport Parking Lot Sr. Buyer: Cynthia Perez Proposal Evaluation Score Flash Skidata PSX Metropolis Austin,TX Phoenix,AZ Houston,TX San Antonio,TX Minimum Qualifications Required five years in business Pcf .;,..... No material lawsuits during last five years PYtt No outstanding regulatory issues last five years ,;..... References Provided for firmtSG1j„{,,,,, Local Preference 10.00 Technical Proposal Firms'Experience 15.0 15.00 15.00 12.66 12.66 Team Experience 10.0 10.00 10.00 10.00 9.33 Understanding of Project Scope 15.0 15.00 11.66 14.00 11.66 Subtotal Technical Proposal 40.0 40.00 36.66 36.66 33.65 Interview Main Server(either hosted or on Premises acceptable) 10.0 10.00 10.00 8.33 9.67 Payment Methods 10.0 9.67 9.33 9.33 4.33 Parking Lot Entrance Gates 5.0 5.00 4.67 3.67 4.00 Commercial Lane Entrance Gate 5.0 4.33 3.67 4.33 3.67 Crossover Gates(between short term and long term 5.0 4.33 4.33 4.33 4.67 Pay Station Exits 5.0 4.33 4.67 4.67 4.00 Subtotal Interview 40.0 37.66 36.67 34.66 30.34 Price Subtotal Pricing 10.0 9.80 8.63 9.01 10.00 Total 100.0 87.46 81.96 80.33 73.99 M SERVICE AGREEMENT NO. 6420 Airport Parking Lot Hardware & Software Upgrades THIS Airport Parking Lot Hardware & Software Upgrades Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and FlashParking, Inc. ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Airport Parking Lot Hardware & Software Upgrades in response to Request for Bid/Proposal No. 6420 ("RFB/RFP"), which RFB/RFP includes the required scope of work and all specifications and which RFB/RFP and the Contractor's bid or proposal response, as applicable, are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor shall provide Airport Parking Lot Hardware & Software Upgrades ("Services") in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety, and in accordance with Exhibit 2. 2. Term. The term of this Agreement is five years beginning on the date provided in the Notice to Proceed from the Contract Administrator or the City's Procurement Division. The parties may mutually agree to renew the software support and maintenance portion of this Agreement (following the initial five-year term) for up to five additional one-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. 3. Compensation and Payment. This Agreement is for an amount not to exceed $538,019.00, subject to approved extensions and changes. Excluding the portions of the payments due in accordance with the dates and at the percentage amounts set out in Attachment A, all other payments will be made for Services performed and accepted by the City within 30 days of the invoice date, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Quote/Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: Service Agreement-Airport Parking Lot IT Improvements Page 1 of 9 City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Holly Houghton IT Department Phone: 361-826-3753 Email: hollyhCcctexas.com 5. Insurance; Bonds. (A) Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. (B) In the event a payment bond, a performance bond, or both, are required of the Contractor to be provided to the City under this Agreement before performance can commence, the terms, conditions, and amounts required in the bonds and appropriate surety information are as included in the RFB/RFP or as may be added to Attachment C, and such content is incorporated here in this Agreement by reference as if each bond's terms, conditions, and amounts were fully set out here in their entireties. 6. Purchase Release Order. For multiple-release purchases of Services to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of Services to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized employee of the department or division. The purchase release order must refer to this Agreement, and Services will not be rendered until the Contractor receives the signed purchase release order. 7. Inspection and Acceptance. Any Services that are provided but not accepted by the City must be corrected or re-worked immediately at no charge to the City. Service Agreement-Airport Parking Lot IT Improvements Page 2 of 9 If immediate correction or re-working at no charge cannot be made by the Contractor, a replacement service may be procured by the City on the open market and any costs incurred, including additional costs over the item's bid/proposal price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. (C) Contractor warrants that all Services will be performed in accordance with the standard of care used by similarly situated contractors performing similar services. 9. Quality/Quantity Adjustments. Any Service quantities indicated on Attachment B are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator. 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. 12. Subcontractors. In performing the Services, Contractor may use subcontractors in connection with the work performed under this Agreement. When using Service Agreement-Airport Parking Lot IT Improvements Page 3 of 9 subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator unless the subcontractors were named in the bid or proposal or in an Attachment to this Agreement, as applicable. In using subcontractors, the Contractor is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement, including the necessity of providing a COI in advance to the City, are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the work. The City may, at the City's sole discretion, choose not to accept Services performed by a subcontractor that were not approved in accordance with this paragraph. 13. Amendments and Changes. This Agreement may be amended or modified only by written change order signed by both parties. Change orders may be used to modify quantities as deemed necessary by the City. Any changes that alter the method, price, or schedule of work must be allowable, allocable, within the scope of any federal grant or cooperative agreement, and reasonable for the completion of the project scope. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. Reserved. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Holly Houghton, Assistant Director Information Technology Dept. 1201 Leopard St., Corpus Christi, TX 78401 Phone: 361-826-3753 Fax: N/A IF TO CONTRACTOR: FlashParking, Inc. Attn: Jim Dufon, VP Airport 2500 Bee Caves Rd. Bldg. III, Ste. 400, Austin, TX 78746 Phone: (512) 547-9998 Fax: N/A Service Agreement-Airport Parking Lot IT Improvements Page 4 of 9 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS, AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL THIRD PARTY LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, REASONABLE ATTORNEYS' FEES AND EXPERT WITNESS FEES, WHICH ARISE DIRECTLY FROM AND ARE CAUSED BY NEGLIGENT ACT OR OMISSION OR WILLFUL MISCONDUCT OF CONTRACTOR OR ITS EMPLOYEES OR AGENTS IN THE PERFORMANCE OF THIS AGREEMENT. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) Termination for Cause. The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Termination for Non-Appropriation. After the first year of the Agreement and provided that the City has paid in full for the first year of Services, the City may terminate this Agreement due to non-appropriation of funds upon 30 days' advance written notice to the Contractor. In the event of such termination, the Contractor will be compensated for all Services performed prior to and through the date of termination, and the City shall have no further obligations to the Contractor. 19. Effect of Breach. In addition to the remedy of termination, if the Contractor violates or breaches any provision of the Agreement, the City may pursue any other claims or causes of action available under the law. No specific sanctions or penalties apply to this Agreement except those that are otherwise available under the law. Service Agreement-Airport Parking Lot IT Improvements Page 5 of 9 20. Limitation of Liability. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL, EXEMPLARY OR PUNITIVE DAMAGES OF THE OTHER OR FOR ANY FORM OF DAMAGES (EVEN IF ADVISED OF THE POSSIBILITY THEREOF) OTHER THAN DIRECT DAMAGES ARISING OUT OF, OR IN CONNECTION WITH THIS AGREEMENT OR THE SUBJECT MATTER HEREOF. CONTRACTOR'S TOTAL AGGREGATE LIABILITY SHALL BE LIMITED TO THE TOTAL AMOUNTS PAID BY THE CITY TO CONTRACTOR UNDER THIS AGREEMENT IN THE TWELVE (12) MONTHS IMMEDIATELY PRECEDING THE INCIDENT GIVING RISE TO THE CLAIM. THE CITY'S INDEMNIFICATION OBLIGATIONS SHALL BE LIMITED TO THE EXTENT PERMITTED BY APPLICABLE LAW. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment, with such consent not to be unreasonably withheld. The performance of this Agreement by the Contractor is the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. Notwithstanding the foregoing, Contractor may assign this Agreement (a) by operation of law, (b) pursuant to a merger or acquisition of all or substantially all of its stock or assets, or (c) to its subsidiaries or affiliates, in each case, without the consent of the City, however subject to Contractor's prior written notice of assignment to City and subject to assignee's written agreement to comply with terms of this Agreement. Provided, however, that no such assignment shall be made to any person or entity that appears on the Specially Designated Nationals and Blocked Persons List maintained by the U.S. Department of Treasury's Office or Foreign Assets Control ("OFAC") or is otherwise subject to OFAC sanctions or embargo programs. The City shall have the right to terminate this Agreement upon written notice if an assignment is made in violation of the foregoing conditions. 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies, solely as they relate to the provisioning and installation of the equipment, will be resolved by reference to the documents in the following order of priority: Service Agreement-Airport Parking Lot IT Improvements Page 6 of 9 A. this Agreement (excluding attachments and exhibits), B. its attachments, C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). For the avoidance of doubt, the parties acknowledge and agree that the ongoing provision of the software as a service ("SaaS") required to operate the equipment after it's installed will be governed exclusively by the terms set forth in Attachment F (the "SAAS Agreement"), and nothing in this Agreement shall be construed to govern or supersede the terms of such SaaS Agreement. 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such forum and venue for such disputes is in the district or county court in Nueces County, Texas. In accordance with Chapter 2271 , Texas Government Code, if this contract has a value of $100,000 or more paid wholly or partly from public funds and the Contractor has 10 or more full-time employees, Contractor verifies that the Contractor does not boycott Israel and will not boycott Israel during the term of this Agreement. In accordance with Chapter 2274, Texas Government Code, Contractor verifies that the Contractor does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of the Agreement against a firearm entity or fire trade association. In accordance with Chapter 2276, Texas Government Code, Contractor verifies that the Contractor does not boycott energy companies and will not boycott energy companies during the term of this Agreement. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1,000,000 or that result in the expenditure of at least $1,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. 28. Federal Funding Requirements. This project is subject to requirements provided for the Federal Aviation Administration (FAA) and/or other federal agencies. A set of Service Agreement-Airport Parking Lot IT Improvements Page 7 of 9 Federal Requirements has been attached as Attachment E, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. The Contractor must comply with Attachment E while performing the Services. The Contractor will insert in any subcontracts all Federal Provisions/Requirements contained in the Agreement, such other clauses as the FAA, or its designee may by appropriate instructions require, and a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses. [Signature Page Follows] Service Agreement-Airport Parking Lot IT Improvements Page 8 of 9 CONTRACTOR Signature: Printed Name: Title: Date: CITY OF CORPUS CHRISTI Rachel Erben Date Assistant Director— Contracts & Procurement Reviewed by: Purchasing Manager Date Approved as to legal form: Assistant City Attorney Date Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment A-1 : Technical Proposal Scoring Matrix Attachment B: Quote/Bid/Pricing Schedule Attachment C: Insurance and Bond Requirements Attachment D: Warranty Requirements Attachment E: Federal Requirements Attachment F: Flash OS License, Service, and Terms & Conditions Attachment G: Flash Digital Products Addendum Attachment H: Flash Digital Products Pricing Addendum Attachment I: Payment Services Sub-Merchant Agreement Incorporated by Reference Only: Exhibit 1 : RFB/RFP No. 6420 Exhibit 2: Contractor's Bid/Proposal Response Service Agreement-Airport Parking Lot IT Improvements Page 9 of 9 Attachment A - Scope of Work 1.1. General Requirements A. The Contractor shall install six weatherproof and wind-resistant parking lot entrance kiosks at the parking lot entrance gates. Proper-height kiosks must accommodate larger vehicles while being ADA-compliant. They must also have a rear-facing license plate reader (LPR) that has a 100% capture rate and a very high conversion rate. The gate arms and inground loops must be replaced. The kiosks must be equipped with a call button that allows users to contact airport staff. B. The Contractor shall install a weatherproof and wind-resistant kiosk at the commercial lane entrance gate for the commercial parking lane with a rear- facing license plate reader (LPR) and recognition that has a 100% capture rate and a very high conversion rate. Access to the commercial gate must be available through a proxy card, license plate recognition (LPR), or by using the call button to contact airport staff. Automated access must be recorded for monthly billing. This lane lacks an exit control device that must require the installation of a new gate arm and inground loops. C. The Contractor shall install two crossover lane gates between the short-term and long-term parking areas, requiring no user interaction. Replace the existing gate arms with high-speed gate arms and install in-ground loops as needed. These gates must manage vehicle inventory between the short-term and long-term lots. D. The Contractor shall install four parking lot exit kiosks at the pay station exits that are weatherproof, wind-resistant, user-friendly, and easy for customers to navigate. Each kiosk must have an intercom/help button that, when pressed, must connect users to landside agents through a landline, cell phone, or by sending an alert notification via the application. The gate arms must need to be replaced, and in-ground loops must need to be installed. The kiosks must be designed at the proper height to accommodate larger vehicles and adhere to ADA compliance standards. E. The pay station exit kiosks must include payment methods such as credit cards (magnetic strip, chip, or tap options), debit cards, and the capability to collect and dispense US currency. Online payment options must include a feature to pay through the CCIA app. The City uses Govolution as the Merchant Provider. If the Contractor does not allow the City to use its own merchant provider, then Page 1 of 2 the Contractor's merchant provider must meet the following requirements: fund payment deposits within two business days, deposit gross funds into the City's bank account, process chargebacks as individual transactions, and invoice fees on a monthly basis. Cash deposits must be deposited directly to the City's bank account. 1.2 Minimum Development Requirements Hardware requirements: 1 . Ability to efficiently manage any features and functions of the parking lot system. 2. The project must be a turn-key installation that utilizes the current parking lot fiber and network for data. 3. The system must be able to operate stand-alone or batch mode to handle internet outages as well as secondary data source ex: cellular failover. 4. PCI DSS compliant for credit card processing. 5. Credit card processing must be by Ayden, the Contractor's payment processor. If the Contractor does not allow the City to bring its own merchant provider, then the Contractor's merchant provider must fund payment deposits within two business days, process chargebacks as individual transactions, and invoice fees monthly. Cash deposits must be deposited into the City's bank account. 6. The system payments will not be integrated with the City's general ledger software, Infor. Page 2 of 2 Attachment A-1 1-Technical Proposal 2- 56 of 62 Scoring Matrix # Requirements Priority Vendor Response Comments M/E/N Y/M/N (Meets/Exceeds/ Needs) MAIN SERVER(either hosted or on premises acceptable) 1. Interface must be intuitive and user friendly. M Y 2. Abilityto easily change rates and system messages on kiosks. M CCIA will be able to enable and disable rates, however,any rate reprogramming will need to go through Flash support.Additionally,system messaging changes will need to go through Flash Y support. 3. Abilityto easily manage any feature and function of the parking lot system. M Y 4. Easily enter and manage monthly and employee accounts. M Y 5. Easy report creation/generation. M Flash has over 200 preformatted reports that a user can generate.Additionally,Flash has a data sharing Y integration that CCIA can tie into. 6. Reports must be approved by City's Finance Director. M Flash has over 200 preformatted reports that a user can generate.Additionally,Flash has a data sharing Y integration that CCIA can tie into. 7. The system should be able to operate in stand alone or batch mode in case of M internet outage. Y S. Instant cellular internet failover. M Y 9. 24/7 customer support for emergencies. M Y 10. Full user training on the new system,provide documentation for all common M Y processes and tasks. 11. Any system needs to be secure and use current antivirus and security software. M Y 12. The vendor will apply regularly scheduled software patches,including those for zero-day exploits.Notifications M Flash patches and updates are done automatically must be sent prior to these scheduled patches. N and do not effect the operations of the PARCS. Therefore,Flash does not notify customers ahead 13. PCI DSS compliant for credit card processing. M Y 14. Stock of recommended spare parts. M Y 15. Onsite technical support available,if needed. M Y 16. This should be a turn-key installation and will utilize current parking lot fiber and M network for data. Y 17. We are an operating business and will need to be up and running throughout the M Committing to this is dependent on existing site conversion. Y conditions,infastmture,and existing physical 18. Abilityto send notifications for alarms M Y 19. Hosted software solutions is SOC2 compliant M Flash PARCS&Flash Valet are hosted with a Platform-as-a-Service(PaaS) environment within Microsoft Azure. Microsoft has a SOC 2 and many other compliance certifications.Flash can provide our PCI DSS Level 1 certification or HITRUST el certification in lieu on a SOC 2.Flash has implemented a cybersecurity and compliance program to develop strong internal controls to protect the sensitive data entrusted to our care. Y 20. Abilityto manage data retention(Example:How many customers,payment types, M etc) Data is retained for the life of the contract.If other Y data retention policies need to be applied,further discussion will be needed between CCIA and Flash. 21. FIPS 140-2 compliance for data in-transit and at-rest M Flash has not formally validated its systems against FIPS 140-2 standards. However,Flash has implemented cryptographic modules that adhere to industry best practices for data encryption. N 22. Training must be onsite,and a Webex for fut ure training. M Y 23. We must have technical training before go-live. M Y 24. On-site support for P1 calls within 48 hours of call placement. M Y 25. Must have 24/7 on-shore support for P1 calls. M Y 26. Must be able to provide any reports requested.(CCIA will give a list of reports) M Flash has over 200 preformatted reports that a user can generate.Additionally,Flash has a data sharing M I integration that CCIA can tie into. 57 of 62 27. Must produce daily,weekly,monthly,and quarterly reports. M Flash has over 200 preformatted reports that a user can generate.The majority of these preformatted reports will either be able to be pulled for a week,a day,or a month depending on the report. Additionally,Flash has a data sharing integration M that CCIA can tie into. PAYMENT METHODS 1. Credit cards(magnetic strip,chip,and tap) M y 2. Debit cards M y 3. Accepts US currency and dispenses US currency as required for change M y 4. Apple pay M y 5. Google pay M y 6. Pay online or in app M y This can be accomplished via Flash DTC S. Credit card processor via Govolution Merchant Provider services only. M Flash is proposing Adyen,in wMch Flash would be the merchant of record.Revenue settlement will be M every two business days after the transaction date. PARKING LOT ENTRANCE GATES 1. Six parking lot entrance kiosks. M y 2. Weatherproof,outdoor-rated equipment for use in inclement weather. Designed to M be wind resistant. y 3. Proper height pay stations to accommodate larger vehicles and remain ADA M compliant. y 4. Display screen provides parking lot information and parking fee pricing. M Flash can show rates on the kiosk screen that will require a parker to accept the rates before they can pull a ticket.Altematively,Flash has integrations into different sign companies that can show rates as y well 5. Display screen allows user to interact with kiosk. M y 6. Kiosk language can be changed by individual customer to their preferred language M by selecting a single button. y 7. Entrance kiosk will print tickets with thermal printing process.(No proprietary ticket M or magnetic stripe ticket will be printed.) y S. Parking availability to include capacity information and lot full message. M Current car counts can be shown in the iOS app and Flash admin portal.Flash also has integrations with different sign providers that show this information and an open API for CCIA to be able to pull this y information if desired. 9. Intercom/help button that when activated will contact Landside Agent by landline, M cell phone,or send an alert notification through the application. y 10. Card reader(proxy card)that recognizes airport SIDA badges.Ability to input City of Corpus Christi employee M badge numbers to allow access for scheduled time period y Badges must be tested by Flash to confirm or allow to be entered,deleted,or edited as needed. comparability. System will be able to track card swipe history for 12 months.26bit Weigand cards. y 11. Rear facing License Plate Reader(LPR)and recognition. M y Flash will need to verify that all lanes can be LPR with 100%ca pture and exceptional conversion percentage. We have over a 99%capture rate at sites that are installed according to our installation specs.Flash will need to verify that all lanes can be installed M according to ourspecifications. 12. Replace gate arms with high-speed gate arms. Install inground loops as required. M y 13. Notification by email or text when ticket spitter supplies are low. M y Flash can send out email alerts when paper is low and out. COMMERCIAL LANE ENTRANCE GATE 1. One commercial parking lot entrance kiosk. M y 2. Proper height pay stations to accommodate largervehicles and remain ADA M compliant. y 3. Proper height pay stations to accommodate largervehicles and remain ADA M compliant. y 4. Card reader(proxy card)that recognizes airport SIDA badges.Abilityto input City of M Corpus Christi employee badge numbers to allow access for scheduled time period or allow to be entered, y Badges must be tested by Flash to confirm deleted,or edited as needed. comparability. 5. Rearfacing License Plate Reader(LPR)and recognition. M y 6. LPR with 100%capture and exceptional conversion percentage. M We have over a 99%capture rate at sites that are installed according to our installation specs.Flash will need to verify that all lanes can be installed M according to ourspecifications. 7. Replace gate arms with high-speed gate arms. Install inground loops as required. M y 58 of 62 8. Intercom/help button that when activated will contact Landside Agent by landline, M cell phone,or send an alert notification through the application. Y 9. Ability to view customers and interact with them verbally.Ability to remotely open M gate arm through application or by phone. The Flash pinhole cameras are available for HMP Y which will allow the call center to view the parker and the parker to view the agent. 10. Allow access through gate with LPR,proxy card and AVI/RFID tag. M Y 11. All automated access will be recorded for monthly billing purposes. M Y 13. Ability to log and track entries for all non-automatic entry. M Y CROSSOVER GATES(between short term and long term) 1. Two Crossover Lane Gates between short term and longterm. M Y 2. No user interaction needed. M Y 3. Gates should open automatically when a vehicle is at the gate to allow access from M short term to long term parking area. Y 4. Gates should not allow access to short term from long term parking area. M Y 5. Along with a physical barrier gate arm,the function of the gates is to count cars out M of short term and into long term for inventory purposes. Y 6. Replace gate arms with high-speed gate arms. Install inground loops as required. M Y PAY STATION EXITS 1. Four parking lot exit kiosks. (There are currently three. One is forfuture expansion.) M Y 2. Weatherproof,outdoor-rated equipment for use in inclement weather. Designed to M be wind resistant. Y 3. Proper height pay stations to accommodate largervehicles and remain ADA M compliant. Y 4. 1 User friendly and easy to navigate by customer. M Y 5. Display screen allows userto interact with kiosk. M Y 6. Display screen reflects current date and time. M Y 7. Intercom/help button that when activated will contact Landside Agent by landline, M cell phone,or send an alert notification through the application. Y 8. Ability to view customers and interact with them verbally.Ability to remotely open M The Flash pinhole cameras are available for HMP gate arm through application or by phone. Y which will allow the call center to view the parker and the parker to view the agent. 9. System will be able to track card swipe history for 12 months.26bit Weigand cards. M Y 10. System will be able to track card swipe history for 12 months.26bit Weigand cards. M Y 11. Rear facing License Plate Reader(LPR)and recognition. M Y 12. LPR with 100%capture and exceptional conversion percentage. M We have over a 99%capture rate at sites that are installed according to our installation specs.Flash will need to verify that all lanes can be installed M according to ourspecifications. 13. Ability to enter employee,commuter,and official vehicle license plates.Airport customers can pre-pay for M parking,enter their license plate and be granted exit Y without additional steps. 14. Abilityto automatically bill monthly customers and automatically disable unpaid M accounts when defaulted. Flash has integrations with differentAR providers N such as Parkchirp,Zephire,and ParkingBase that can be used. 15. Ability to send validation code,barcode,or OR code via app or email for use to exit the parking lot.This could M be used by disabled veterans or City of Corpus Christi employees. Y 16. A printed receipt will be provided for each payment transaction. M Y 17. Kiosk language can be changed by individual customer to their preferred language M by selecting a single button. Y 18. Require reason and track employee badge that is used to open exit gate that allows M customer to exit without making a payment. Y 19. Automated reporting for daily sales totals and breakdown by tender type and M validation transactions. Y 20. Replace gate arms with high-speed gate arms. Install inground loops as required. M Y 21. Install new inground loops for any new device that needs a loop. M Y 22. Track customer entrance and associated payments. Require payment report by M tendertype. Y AIR or.- CITY OF CORPUS CHRISTI Pricing Form v CONTRACTS AND PROCUREMENT cORPORPlEO 1852 RFP No. 6420 Upgrade and Replacement of Software and Hardware at Airport Parking Lot PAGE 1 OF 2 DATE: 8/19/2025 FlashParking, Inc. ins Munoz(MrT9,202517:10:57CDT) PROPOSER AUTHORIZED SIGNATURE 1. Refer to "Instructions to Proposers" and Contract Terms and Conditions before completing the proposal. 2. Provide your best price for each item. 3. In submitting this proposal, the Proposer certifies that: a. The prices in this proposal have been arrived at independently, without consultation, communication, or agreement with any other Proposer or competitor, for the purpose of restricting competition with regard to prices; b. Proposer is an Equal Opportunity Employer; and the Disclosure of Interest information on file with the City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Proposer has incorporated any changes issued through Addenda to the RFP in this pricing. Best and Final Offer Item Description Cost Total 1 Equipment and Hardware: Four exit pay stations with LPR, and new gate arms and loops. Six entry lanes with kiosks, LPR, and new gate arms and loops. One commercial lane with entry kiosk, LPR, and $360,164 $360,164 new gate arms and loop. 2 Implementation $79,155 $79,155 3 Software - Support and Maintenance- Year 1 $1,625/month $19,500 4 Software - Support and Maintenance- Year 2 $1,625/month $19,500 5 Software - Support and Maintenance - Year 3 $1,625/month $19,500 6 Software - Support and Maintenance - Year 4 $1,625/month $19,500 7 Software - Support and Maintenance - Year 5 $1,625/month $19,500 8 Training $1,200 $1,200 9 Contingency Total j $538,019 Option Years Item Description Cost Total 1 Software - Support and Maintenance- Year 6 $1,738.75/montr $20,865 2 Software - Support and Maintenance- Year 7 $1,860.46/month $22,325.52 3 Software - Support and Maintenance- Year 8 $1,990.69/month $23,888.28 4 Software - Support and Maintenance- Year 9 $2,130.04/month $25,560.48 5 Software - Support and Maintenance- Year 10 $2,279.15/month $27,349.80 Total - Option Years $119,989.08 Attachment C - Insurance Requirements I. CONTRACTOR'S LIABILITY INSURANCE A. Contractor must not commence work under this agreement until all insurance required has been obtained and such insurance has been approved by the City. Contractor must not allow any subcontractor Agency to commence work until all similar insurance required of any subcontractor Agency has been obtained. B. Contractor must furnish to the City's Risk Manager and Contract Administer one (1 ) copy of Certificates of Insurance (COI) with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation is required on all applicable policies. Endorsements must be provided with COI. Project name and or number must be listed in Description Box of COI. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE Commercial General Liability Including: $1 ,000,000 Per Occurrence 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $500,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS' COMPENSATION Statutory EMPLOYER'S LIABILITY $500,000 /$500,000 /$500,000 CRIME/EMPLOYEE DISHONESTY $1 ,000,000 Per Occurrence Lessee shall name the City of Corpus Christi, Texas as Loss Payee (Insurance Limit Subject to Change Based on Risk Review of Actual Receipts) ERRORS & OMMISSIONS $1 ,000,000 Per Occurrence Must include payment processing and money handling CYBER LIABILITY $1 ,000,000 Per Occurrence C. In the event of accidents of any kind related to this agreement, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. II. ADDITIONAL REQUIREMENTS A. Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in an amount sufficient to assure that all workers' compensation obligations incurred by the Contractor will be promptly met. B. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis, by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. C. Contractor shall be required to submit a copy of the replacement certificate of insurance to City at the address provided below within 10 days of the requested change. Contractor shall pay any costs incurred resulting from said changes. All notices under this Article shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 D. Contractor agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, volunteers, and elected representatives as additional insured by endorsement, as respects operations, completed operation and activities of, or on behalf of, the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the "other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. E. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. F. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. G. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this agreement. H. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self insurance carried by the City of Corpus Christi for liability arising out of operations under this agreement. I. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 2025 Insurance Requirements Exhibit Contracts for General Services - Services Performed Onsite-Offsite CCIA Parking Lot Operations - Parking Fee Collections and Payment Processing 03/31 /2025 Risk Management- Legal Dept. Attachment D: Warranty Requirements The Contractor must provide a 2-year warranty on parts and labor. Page 1 of 1 i i Attachment E: Federal Requirements Al BUY AMERICAN PREFERENCE A1.1 SOURCE Title 49 USC§ 50101 A1.2 APPLICABILITY The Buy American Preference requirement in 49 USC § 50101 requires that all steel and manufactured goods used on AIP projects be produced in the United States. The statute gives the FAA the ability to issue a waiver to a sponsor to use non-domestic material on an AIP funded project subject to meeting certain conditions. A sponsor may request that the FAA issue a waiver from the Buy American Preference requirements if the FAA finds that: 1) Applying the provision is not in the public interest; 2) The steel or manufactured goods are not available in sufficient quantity or quality in the United States; 3) The cost of components and subcomponents produced in the United States is more than 60 percent of the total components of a facility or equipment,and final assembly has taken place in the United States. Items that have an FAA standard specification item number(such as specific airport lighting equipment) are considered the equipment. 4) Applying this provision would increase the cost of the overall project by more than 25 percent. Timing of Waiver Requests. Sponsors desiring a Type 1 or Type 2 waiver must submit their waiver requests before issuing a solicitation for bids or a request for proposal for a project. The sponsor must submit Type 3 or Type 4 waiver requests prior to executing the contract. The FAA will generally not consider waiver requests after execution of the contract except where extraordinary and extenuating circumstances exist. The FAA cannot review waiver requests with incomplete information. Sponsors must assess the adequacy of the waiver request and associated information prior to forwarding a waiver request to the FAA for action. Buy American Conformance List. The FAA Office of Airports maintains a listing of equipment that has received a nationwide waiver from the Buy American Preference requirements or that fully meet the Buy American requirements. The Nationwide Buy American Waiver List is available online at www.faa.gov/airports/aip/buy american/. Products listed on the Buy American Conformance list do not require additional submittal of domestic content information under a project specific Buy American Preference waiver. Facility Waiver Requests. For construction of a facility,the sponsor may submit the waiver request after bid opening, but prior to contract execution. Examples of facility construction include terminal buildings, terminal renovation, and snow removal equipment buildings. Contract Types— Construction and Equipment—The sponsor must meet the Buy American Preference requirements of 49 USC§50101 for all AIP funded projects that require steel or manufactured goods. The Buy America requirements flow down from the sponsor to first tier contractors,who are responsible for ensuring that lower tier contractors and subcontractors are also in compliance. Page 1 of 15 i i Note:The Buy American Preference does not apply to equipment a contractor uses as a tool of its trade and which does not remain as part of the project. Professional Services — Professional service agreements (PSAs) do not normally result in a deliverable that meets the definition of a manufactured product. However, the emergence of various project delivery methods has created situations where task deliverables under a PSA may include a manufactured product. If a PSA includes providing a manufactured good as a deliverable under the contract, the sponsor must include the Buy American Preference provision in the agreement. Property—Most land transactions do not involve acquiring a manufactured product. However, under certain circumstances, a property acquisition project could result in the installation of a manufactured product. For example,the installation of property fencing, gates,doors and locks, etc. represent manufactured products acquired under an AIP funded land project that must comply with Buy American Preferences. Use of Provision — No mandatory language provided. The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language,the sponsor's revised language must fully comply with 49 USC§50101. There are two types of Buy American certifications. The sponsor must incorporate the appropriate "Certificate of Buy America Compliance" in the solicitation: • Projects for a facility (buildings such as terminals, snow removal equipment (SRE) buildings, aircraft rescue and firefighting(ARFF) buildings,etc.)—Insert the Certificate of Compliance Based on Total Facility. • Projects for non-facility development (non-building construction projects such as runway or roadway construction or equipment acquisition projects) — Insert the Certificate of Compliance Based on Equipment and Materials Used on the Project. Page 2 of 15 I E I A1.3 SOLICITATION CLAUSE i The sponsor must include this clause in: 1) All AIP funded solicitations for bids, requests for proposals, or any work subject to Title A regulations; and 2) All sponsor proposals for negotiated agreements regardless of funding source. A1.3.1 Title VI Solicitation Notice Title VI Solicitation Notice: The City of Corpus Christi, in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat.252,42 USC§§2000d to 2000d-4)and the Regulations,hereby notifies all bidders or offerors that it will affirmatively ensure that any contract entered into pursuant to this advertisement, [select disadvantaged business enterprises or airport concession disadvantaged business enterprises] will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. Page 3 of 15 A2 DEBARMENT AND SUSPENSION A2.1 SOURCE 2 CFR part 180 (Subpart C) 2 CFR part 1200 DOT Order 4200.5 A2.2 APPLICABILITY The sponsor must verify that the firm or individual that it is entering into a contract with is not presently suspended, excluded, or debarred by any Federal department or agency from participating in federally assisted projects.The sponsor accomplishes this by: 1) Checking the System for Award Management(SAM.gov)to verify that the firm or individual is not listed in SAM.gov as being suspended, debarred,or excluded; 2) Collecting a certification from the firm or individual that it is not suspended, debarred, or excluded; and 3) Incorporating a clause in the contract that requires lower tier contracts to verify that no suspended,debarred, or excluded firm or individual is included in the project. Contract Types—This requirement applies to covered transactions, which are defined in 2 CFR part 180. AIP funded contracts are non-procurement transactions, as defined by §180.970. Covered transactions include any AIP-funded contract, regardless of tier, that is awarded by a contractor, subcontractor, supplier, consultant, or its agent or representative in any transaction, if the amount of the contract is expected to equal or exceed $25,000. This includes contracts associated with land acquisition projects. Use of Provision—No mandatory language provided. The following language is acceptable to the FAA in meeting the intent of this requirement. If the sponsor uses different language, the sponsor's language must fully satisfy the requirements of 2 CFR part 180. For professional service agreements,sponsor may substitute bidder/offeror with consultant. A2.3 SOLICITATION CLAUSE A2.3.1 Bidder or Offeror Certification CERTIFICATION OF OFFERER/BIDDER REGARDING DEBARMENT By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. A2.3.2 Lower Tier Contract Certification CERTIFICATION OF LOWER TIER CONTRACTORS REGARDING DEBARMENT The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a "covered transaction", must verify each lower tier participant of a "covered transaction" under the project is not Page 4 of 15 presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov. 2. Collecting a certification statement similar to the Certification of Offerer /Bidder Regarding Debarment, above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract. If the Federal Aviation Administration later determines that a lower tier participant failed to disclose to a higher tier participant that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedies, including suspension and debarment of the non-compliant participant. Page 5 of 15 i 4 C j A3TRADE RESTRICTION CERTIFICATION A3.1 SOURCE I 49 USC§50104 49 CFR part 30 A3.2 APPLICABILITY Unless waived by the Secretary of Transportation,sponsors may not use AIP funds on a product or service from a foreign country included in the current list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative (USTR). Contract Types—The trade restriction certification and clause applies to all AIP funded projects. Use of Provision—MANDATORY TEXT. 49 CFR part 30 prescribes the language for this model clause. The sponsor must include this certification language in all contracts and subcontracts without modification. A3.3 SOLICITATION CLAUSE TRADE RESTRICTION CERTIFICATION By submission of an offer, the Offeror certifies that with respect to this solicitation and any resultant contract,the Offeror— 1) is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms as published by the Office of the United States Trade Representative(USTR); 2) has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country included on the list of countries that discriminate against U.S. firms as published by the USTR; and 3) has not entered into any subcontract for any product to be used on the Federal project that is produced in a foreign country included on the list of countries that discriminate against U.S.firms published by the USTR. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18 USC Section 1001. The Offeror/Contractor must provide immediate written notice to the Owner if the Offeror/Contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The Contactor must require subcontractors provide immediate written notice to the Contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17,no contact shall be awarded to an Offeror or subcontractor: 1) who is owned or controlled by one or more citizens or nationals of a foreign country included on the list of countries that discriminate against U.S.firms published by the USTR or 2) whose subcontractors are owned or controlled by one or more citizens or nationals of a foreign country on such USTR list or Page 6 of 15 3) who incorporates in the public works project any product of a foreign country on such USTR list. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render,in good faith,the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. The Offeror agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in all lower tier subcontracts.The Contractor may rely on the certification of a prospective subcontractor that it is not a firm from a foreign country included on the list of countries that discriminate against U.S. firms as published by USTR, unless the Offeror has knowledge that the certification is erroneous. This certification is a material representation of fact upon which reliance was placed when making an award. If it is later determined that the Contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration (FAA) may direct through the Owner cancellation of the contract or subcontract for default at no cost to the Owner or the FAA. Page 7 of 15 A4 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES A4.1 SOURCE 31 USC§ 1352—Byrd Anti-Lobbying Amendment 2 CFR part 200,Appendix II(J) 49 CFR part 20,Appendix A A4.2 APPLICABILITY Consultants and contractors that apply or bid for an award of$100,000 or more must certify that it will not and has not used Federal appropriated funds to pay any person or organization for influencing or attempting to influence an officer or employee of any agency, a member of Congress,officer or employee of Congress,or an employee of a member of Congress in connection with obtaining any Federal contract, grant, or another award covered by 31 USC 1352. Each tier must also disclose any lobbying with non- Federal funds that takes place in connection with obtaining any Federal award. Contract Types—The sponsor must incorporate this provision into all contracts exceeding$100,000. Use of Provision — MANDATORY TEXT. Appendix A to 49 CFR Part 20 prescribes language the sponsor must use. The sponsor must incorporate this provision without modification. A4.3 CONTRACT CLAUSE CERTIFICATION REGARDING LOBBYING The Bidder or Offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief,that: (1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the Bidder or Offeror, to any person for influencing or attempting to influence an officer or employee of an agency,a Member of Congress,an officer or employee of Congress,or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract,grant,loan,or cooperative agreement,the undersigned shall complete and submit Standard Form-LLL,"Disclosure Form to Report Lobbying,"in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. Page 8 of 15 This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Page 9 of 15 A5TAX DELINQUENCY AND FELONY CONVICTIONS A5.1 SOURCE Sections 415 and 416 of Title IV, Division L of the Consolidated Appropriations Act, 2014(Pub. L. 113-76), and similar provisions in subsequent appropriations acts. DOT Order 4200.6-Requirements for Procurement and Non-Procurement Regarding Tax Delinquency and Felony Convictions A5.2 APPLICABILITY The sponsor must ensure that no funding goes to any contractor who: • Has been convicted of a Federal felony within the last 24 months; or • Has any outstanding tax liability for which all judicial and administrative remedies have lapsed or been exhausted. Contract Types—This provision applies to all contracts funded in whole or part with AIP. Use of Provision—The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language,the sponsor's language must fully satisfy the requirements of DOT Order 4200.6. A5.3 CONTRACT CLAUSE CERTIFICATION OF OFFERER/BIDDER REGARDING TAX DELINQUENCY AND FELONY CONVICTIONS The applicant must complete the following two certification statements. The applicant must indicate its current status as it relates to tax delinquency and felony conviction by inserting a checkmark(✓) in the space following the applicable response. The applicant agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification in all lower tier subcontracts. Certifications 1) The applicant represents that it is ( ) is not( ) a corporation that has any unpaid Federal tax liability that has been assessed,for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. 2) The applicant represents that it is( ) is not( )is not a corporation that was convicted of a criminal violation under any Federal law within the preceding 24 months. Note If an applicant responds in the affirmative to either of the above representations,the applicant is ineligible to receive an award unless the sponsor has received notification from the agency suspension and debarment official (SDO)that the SDO has considered suspension or debarment and determined that further action is not required to protect the Government's interests. The applicant therefore must provide information to the owner about its tax liability or conviction to the Owner, who will then notify the FAA Airports District Office,which will then notify the agency's SDO to facilitate completion of the required considerations before award decisions are made. Page 10 of 15 Term Definitions Felony conviction: Felony conviction means a conviction within the preceding twentyfour (24)months of a felony criminal violation under any Federal law and includes conviction of an offense defined in a section of the U.S. code that specifically classifies the offense as a felony and conviction of an offense that is classified as a felony under 18 U.S.C. § 3559. Tax Delinquency: A tax delinquency is any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted,or have lapsed,and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability. Page 11 of 15 A6TERMINATION OF CONTRACT A6.1 SOURCE 2 CFR § 200 Appendix II(B) FAA Advisory Circular 150/5370-10,Section 80-09 A6.2 APPLICABILITY Contract Types—All contracts and subcontracts in excess of$10,000 must address termination for cause and termination for convenience by the sponsor.The provision must address the manner(i.e. notice, opportunity to cure, and effective date) by which the sponsor's contract will be affected and the basis for settlement (i.e. incurred expenses, completed work, profit, etc.). Use of Provision— Termination for Default—MANDATORY TEXT. Section 80-09 of FAA Advisory Circular 150/5370- 10 establishes standard language for Termination for Default under a construction contract. The sponsor must not make any changes to this standard language. Termination for Convenience—No mandatory text provided. The sponsor must include a clause for termination for convenience.The following language is acceptable to the FAA and meets the intent of this requirement. If the sponsor uses different language,the sponsor's language must fully satisfy the requirements of Appendix II to 2 CFR part 200. Equipment, Professional Services, and Property—No mandatory text provided.The sponsor may use their established clause language provided that it adequately addresses the intent of Appendix II(B)to Part 200,which addresses termination for fault and for convenience. A6.3 CONTRACT CLAUSE A6.3.1 Termination for Convenience TERMINATION FOR CONVENIENCE(CONSTRUCTION&EQUIPMENT CONTRACTS) The Owner may terminate this contract in whole or in part at any time by providing written notice to the Contractor. Such action may be without cause and without prejudice to any other right or remedy of Owner. Upon receipt of a written notice of termination,except as explicitly directed by the Owner,the Contractor shall immediately proceed with the following obligations regardless of any delay in determining or adjusting amounts due under this clause: 1. Contractor must immediately discontinue work as specified in the written notice. 2. Terminate all subcontracts to the extent they relate to the work terminated under the notice. 3. Discontinue orders for materials and services except as directed by the written notice. 4. Deliver to the Owner all fabricated and partially fabricated parts,completed and partially completed work, supplies,equipment and materials acquired prior to termination of the work, and as directed in the written notice. 5. Complete performance of the work not terminated by the notice. 6. Take action as directed by the Owner to protect and preserve property and work related to this contract that Owner will take possession. Page 12 of 15 Owner agrees to pay Contractor for: 1) completed and acceptable work executed in accordance with the contract documents prior to the effective date of termination; 2) documented expenses sustained prior to the effective date of termination in performing work and furnishing labor,materials, or equipment as required by the contract documents in connection with uncompleted work; 3) reasonable and substantiated claims, costs, and damages incurred in settlement of terminated contracts with Subcontractors and Suppliers; and 4) reasonable and substantiated expenses to the Contractor directly attributable to Owner's termination action. Owner will not pay Contractor for loss of anticipated profits or revenue or other economic loss arising out of or resulting from the Owner's termination action. The rights and remedies this clause provides are in addition to any other rights and remedies provided by law or under this contract. TERMINATION FOR CONVENIENCE(PROFESSIONAL SERVICES) The Owner may,by written notice to the Consultant,terminate this Agreement for its convenience and without cause or default on the part of Consultant. Upon receipt of the notice of termination, except as explicitly directed by the Owner,the Contractor must immediately discontinue all services affected. Upon termination of the Agreement, the Consultant must deliver to the Owner all data, surveys,models, drawings, specifications,reports,maps, photographs,estimates, summaries,and other documents and materials prepared by the Engineer under this contract,whether complete or partially complete. Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. A6.3.2 Termination for Default TERMINATION FOR DEFAULT(CONSTRUCTION) Section 80-09 of FAA Advisory Circular 150/5370-10 establishes conditions,rights,and remedies associated with Owner termination of this contract due to default of the Contractor. TERMINATION FOR DEFAULT(EQUIPMENT) The Owner may,by written notice of default to the Contractor,terminate all or part of this Contract if the Contractor: 1. Fails to commence the Work under the Contract within the time specified in the Notice-to- Proceed; 2. Fails to make adequate progress as to endanger performance of this Contract in accordance with its terms; 3. Fails to make delivery of the equipment within the time specified in the Contract,including any Owner approved extensions; Page 13 of 15 4. Fails to comply with material provisions of the Contract; 5. Submits certifications made under the Contract and as part of their proposal that include false or fraudulent statements; or 6. Becomes insolvent or declares bankruptcy. If one or more of the stated events occur,the Owner will give notice in writing to the Contractor and Surety of its intent to terminate the contract for cause. At the Owner's discretion,the notice may allow the Contractor and Surety an opportunity to cure the breach or default. If within [10] days of the receipt of notice,the Contractor or Surety fails to remedy the breach or default to the satisfaction of the Owner,the Owner has authority to acquire equipment by other procurement action. The Contractor will be liable to the Owner for any excess costs the Owner incurs for acquiring such similar equipment. Payment for completed equipment delivered to and accepted by the Owner shall be at the Contract price. The Owner may withhold from amounts otherwise due the Contractor for such completed equipment, such sum as the Owner determines to be necessary to protect the Owner against loss because of Contractor default. Owner will not terminate the Contractor's right to proceed with the Work under this clause if the delay in completing the work arises from unforeseeable causes beyond the control and without the fault or negligence of the Contractor. Examples of such acceptable causes include: acts of God, acts of the Owner, acts of another Contractor in the performance of a contract with the Owner, and severe weather events that substantially exceed normal conditions for the location. If,after termination of the Contractor's right to proceed,the Owner determines that the Contractor was not in default, or that the delay was excusable,the rights and obligations of the parties will be the same as if the Owner issued the termination for the convenience the Owner. The rights and remedies of the Owner in this clause are in addition to any other rights and remedies provided by law or under this contract. TERMINATION FOR DEFAULT(PROFESSIONAL SERVICES) Either party may terminate this Agreement for cause if the other party fails to fulfill its obligations that are essential to the completion of the work per the terms and conditions of the Agreement. The party initiating the termination action must allow the breaching party an opportunity to dispute or cure the breach. The terminating party must provide the breaching party [7] days advance written notice of its intent to terminate the Agreement. The notice must specify the nature and extent of the breach, the conditions necessary to cure the breach, and the effective date of the termination action. The rights and remedies in this clause are in addition to any other rights and remedies provided by law or under this agreement. a) Termination by Owner: The Owner may terminate this Agreement in whole or in part,for the failure of the Consultant to: 1. Perform the services within the time specified in this contract or by Owner approved extension; 2. Make adequate progress so as to endanger satisfactory performance of the Project; or 3. Fulfill the obligations of the Agreement that are essential to the completion of the Project. Upon receipt of the notice of termination,the Consultant must immediately discontinue all services affected unless the notice directs otherwise. Upon termination of the Agreement,the Consultant must deliver to the Owner all data, surveys,models,drawings, specifications, reports,maps, photographs, Page 14 of 15 r g estimates, summaries, and other documents and materials prepared by the Engineer under this contract,whether complete or partially complete. E Owner agrees to make just and equitable compensation to the Consultant for satisfactory work completed up through the date the Consultant receives the termination notice. Compensation will not include anticipated profit on non-performed services. i Owner further agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. If,after finalization of the termination action,the Owner determines the Consultant was not in default of the Agreement,the rights and obligations of the parties shall be the same as if the Owner issued the termination for the convenience of the Owner. b) Termination by Consultant: The Consultant may terminate this Agreement in whole or in part, if the Owner: 1. Defaults on its obligations under this Agreement; 2. Fails to make payment to the Consultant in accordance with the terms of this Agreement; 3. Suspends the Project for more than [180] days due to reasons beyond the control of the Consultant. Upon receipt of a notice of termination from the Consultant, Owner agrees to cooperate with Consultant for the purpose of terminating the agreement or portion thereof,by mutual consent. If Owner and Consultant cannot reach mutual agreement on the termination settlement,the Consultant may,without prejudice to any rights and remedies it may have, proceed with terminating all or parts of this Agreement based upon the Owner's breach of the contract. In the event of termination due to Owner breach,the Engineer is entitled to invoice Owner and to receive full payment for all services performed or furnished in accordance with this Agreement and all justified reimbursable expenses incurred by the Consultant through the effective date of termination action. Owner agrees to hold Consultant harmless for errors or omissions in documents that are incomplete as a result of the termination action under this clause. Page 15 of 15 Attachment F: Flash OS License, Service, and Terms & Conditions F S H Order Form Number: Q-89317 Date:August 28,2025 Customer Name&Address Customer Contact Information Name:City of Corpus Christi Name: Address: 1201 Leopard St.,Corpus Christi,TX 78401 Email: Facility Name: Corpus Christi International Airport Parking Facility Address: 1000 International Dr.,Corpus Christi,TX 78406 Company Contact Information: F1ashParking,Inc. ("Company") Name: Joe Rothgeb Email:joe.rothgeb@flashparking.com FLASH OS'General Information: The FLASH OS platform is comprised of a number of different products and solutions. Those products listed on the applicable quote are being ordered by Customer as Flash Offerings or Services in accordance with the Terms and Conditions(as defined below)for the pricing terms set forth herein. Flash OS Portal. You will be granted a limited non-exclusive revocable license to access and use the Flash OS Portal(the"Portal"). For certain products,the Portal provides all of the back-end functions necessary to run the Flash OS,including access to a 24/7 call center,payment processing,product management and financial reporting. Payment Gateway Services. If Flash is providing Payment Gateway Services to Customer, additional terms and fees may apply as set forth in the applicable payment services addendum attached hereto. Warranty: Warranty information can be found on the Company's website at www.flashparking.com. Initial Term: 60 Months Payment Terms: Upon signing this Order Form,Customer shall be invoiced and pay for 50%of the Purchase Price. Customer shall be invoiced for an additional 40%of the Purchase Price upon delivery of the Equipment at Facility Address set forth above. Customer shall be invoiced and pay the final 10% of the Purchase Price upon successful completion of the Commissioning Services. Monthly Recurring Payments will be invoiced monthly in arrears starting upon successful completion of the Commissioning Services. Product Type Monthly Recurring Purchase Price Payments Hardware - $360,164.00 Software $1,625.00 - Installation - $3,956.00 Implementation - $4,600.00 Warrant - - Custom - $71,799.00 Subtotal(before applicable taxes) $1,625.00 $538,019.00 Following the Initial Term,monthly SaaS software fees will be billed at the current rates. CUSTOMER ACKNOWLEDGES AND AGREES THAT THE PURCHASE AND USE OF ANY FLASH OFFERINGS AND SERVICES FROM THE COMPANY ARE SUBJECT TO THE FLASH OSTM LICENSE, SERVICE AND PRODUCT USAGE TERMS AND CONDITIONS AND OTHER POLICIES,WHICH CAN BE FOUND AT WWW.FLASHPARKING.COMILEGAL (THE"TERMS AND CONDITIONS"),WHICH TERMS AND CONDITIONS ARE SUBJECT TO CHANGE IN THE COMPANY'S SOLE DISCRETION. CAPITALIZED TERMS USED HEREIN AND NOT OTHERWISE DEFINED SHALL HAVE THE RESPECTIVE MEANINGS ASCRIBED THERETO IN THE TERMS AND CONDITIONS. EACH OF THE PARTIES HEREBY AGREE TO THE TERMS AND CONDITIONS AND THE TERMS SET FORTH IN THIS ORDER FORM,DATED AS OF THE DATE SET FORTH ABOVE. FLASHPARIOING,INC. CITY OF CORPUS CMUSTI BY: BY: NAME: NAME: TITLE: TITLE: FLASH OSTM License, Service and Product Usage Terms and Conditions These License,Service and Product Usage Terms and Conditions(the"Agreement''or"Terms and Conditions",which shall include any and all schedules,addendums,or attachments incorporated herein,as well as all amendments or supplements of such documents and the Agreement)is entered into and effective as of date set forth in an executed order form(the"Order Form")referencing this Agreement by and between FlashParking,Inc.,a Delaware corporation,Flash Infrastructure Financing 1, LLC, a Delaware limited liability company, or any of their Affiliates (as applicable, "Flash" or the "Company") and the customer listed on the Order Form("Customer"). Flash and Customer at times are each referred to herein as a"Party" and, collectively,as the"Parties." This Agreement sets forth the terms and conditions governing Customer's purchase of any configuration of Equipment,Services,and Software(each as defined below,and collectively"Flash Offerings"). An Order Form will provide,where applicable,a description of the Flash Offerings to be provided by Flash and the consideration to be paid for by Customer for the same. Supplemental terms and conditions necessary for certain Flash Offerings may be included in an addendum to this Agreement. In the event of a conflict between the terms of any Order Form,addendum,attachment,or any other agreement or communication between Customer and the Company,this Agreement shall supersede,govern and control to the extent of the inconsistency,unless expressly stated otherwise. NOW THEREFORE, in consideration of the covenants contained herein, and for other good and valuable consideration,the receipt and sufficiency of which are hereby acknowledged,the Parties agree as follows: 1 Description of the Flash OS System 1.1 Kiosks,gates,ticket dispensers,scanners,RFID readers,electric vehicle supply equipment,cameras and other hardware and accessories to be delivered to Customer as specified in the relevant Order Form and any additional Order Forms entered into by the Parties from time to time shall be referred to as"Equipment". 1.2 Any programmed code contained within the Equipment or used by Flash in the delivery of any of the Services shall be referred to as "Software"and may be further described in the Order Form and additional terms may apply pursuant to attachments thereto. 1.3 Flash may provide the services set forth below(collectively,the"Services")which shall be further described in an Order Form according to the Customer's purchase.The Services may include: 1.3.1 installation,electrical,cabling,and related services required to place the Flash Offerings into service at Customer's sites("Installation Services"); 1.3.2 consulting,administrative,and technical services("Professional Services"); 1.3.3 hosted subscription services provided by Flash through the Flash portal,FlashParking.com website,through any mobile application offered by Flash,or through any other means by which Flash chooses to deliver the Software in the future("Subscription Services"); 1.3.4 merchant payment services for use with the Equipment and Services by means of a credit card,debit card,prepaid card, gift card, loyalty card, discount card or other means of payment, including crediting or debiting such cards("Payment Gateway Services").Payment Gateway Services will conform at all times to applicable laws pertaining to PCI compliance.Payment Gateway Services are rated as a DSS Level 1 for PCI Compliance. 1.3.5 Final inspection, configuration, start-up, testing and enrollment services required to bring the Equipment and Services into full operation,including confirming appropriate interface/communications with the Flash data center(s)("Commissioning Services"). 1.4 Additional Services and other Flash Offerings may become available over time and a description thereof and any necessary terms and conditions related thereto will be included in an addendum to this Agreement. 1.5 Flash may subcontract any Service in whole or in part to subcontractors selected by Flash.Any subcontractors will be required to comply with this Agreement and Flash will be responsible for their performance. Customer shall cooperate and assist Flash and its subcontractors as reasonably requested by Flash to facilitate the provision of such Services as described in the applicable Order Form. 1.6 The Parties shall cooperate so Flash can provide Installation Services in an efficient and timely manner. 1.6.1 In the event any Installation Services are completed by a third-parry not directly under Flash's supervision(excluding,for the avoidance of doubt,any subcontractor engaged by Flash):(a)Flash will not bear any risk associated with,the Installation Services and(b)Customer warrants that the Installation Services will be and are consistent with Flash specifications and all documentation,requirements,and procedures made available to Customer. 1.6.2 The cost of obtaining all required local electrical/site/construction licenses,permissions,and permits,necessary to allow the installation to lawfully proceed shall be Customer's responsibility. 1.7 Commissioning Services shall follow Flash's standard procedures to confirm the Flash OS operates in conformance with the terms of this Agreement. Failures caused by Flash shall be rectified solely at Flash's cost. Failures caused by the Customer may be rectified by Flash at Customer's sole expense and Flash will bill Customer using Flash's then-standard commercial time and materials rates.This includes travel and per diem expenses and shall be payable to Flash in accordance with the payment terms of the Agreement. 1.8 Either Party may request changes to the Professional, Installation and/or Commissioning Services to be provided by Flash (a "Change Order"). Once the Parties agree to a Change Order, Flash will prepare a written description of the agreed-upon changes,including additional fees to be charged,which must be signed by both Parties before it is binding on the Parties. While the Parties are discussing a Change Order request,Flash may continue to work in accordance with the existing Order Form. 2 General Use; Use Restrictions 2.1 Subject to the terms and conditions set forth in any Order Form, Customer is hereby granted a restricted, limited, revocable, non-transferable, non-exclusive license to use the Flash Offerings solely for Customer's own internal business purposes. Customer access will be limited to the permitted users identified by Customer, each of whom is an employee or authorized agent or contractor of Customer. Customer's rights are personal,non-transferable, non-sub licensable, and non-exclusive. Customer's use of the Flash Offerings is limited to the scope of the license granted herein and this Agreement does not permit Customer to use the Flash Offerings other than as provided herein. Customer acknowledges that the Flash Offerings include and constitute Proprietary Information(as defined below)of FlashParking and/or its licensors.Customer's access to Flash OS may be terminated and this license revoked by Flash upon any breach by Customer of this Agreement or any additional terms and conditions that may be set forth in separate Order Forms,attachments,or other valid documents provided to Customer.Any license granted to Customer pursuant to this Section 2 shall automatically expire immediately upon the termination or expiration of this Agreement. 2.2 Except as expressly permitted herein or in any applicable Order Form, Customer will not alter, modify or adapt any Flash Offerings. This includes but is not limited to: (a) translating or creating derivative works of the Offerings or any data or content contained therein; or (b) licensing, sublicensing, distributing, reselling, leasing, permitting access to, publishing, commercially exploiting, disclosing or otherwise transferring or making the Flash Offerings available to any other person or organization. Customer agrees that any user identifications,passwords or other entitlement information related to Customer's authorized users shall be maintained in confidence and used only by the user to which such information is assigned. Customer agrees to use the Flash Offerings only as expressly permitted by this Agreement and in accordance with all applicable laws,rules and regulations. Customer shall have no rights or license of any kind with respect to the Flash Offerings other than as set forth in this Agreement. Customer agrees that, upon reasonable notice during the term of this Agreement, Flash may, at its sole discretion, request documentation from Customer to confirm that Customer is compliant under the terms and conditions of this Agreement. 2.3 Customer shall not access the Flash Offerings(a)to build or improve a competitive product or service,(b)to build or improve a product using similar ideas,features,functions or graphics of the Flash Offerings,(c)to copy any ideas, features, functions or graphics of the Flash Offerings, (d) to monitor its availability, performance, or functionality,(e)for any other benchmarking or competitive purposes or(f)to knowingly or negligently permit other individuals or entities in order to any of the foregoing. 2.4 Customer shall not restrict,inhibit,or otherwise interfere with the ability of any other person,regardless of intent,purpose or knowledge,to use or enjoy the Flash Offerings,including,without limitation,posting or transmitting any information or software which contains a worm, virus, or other harmful feature, or generating levels of traffic sufficient to impede others'ability to use,send,or retrieve information. 2.5 Flash shall be entitled to recover from the Customer,in addition to any other rights and remedies it may have, all reasonable costs and expenses, including without limitation all attorneys' fees if Flash is required to bring any action or suit to enforce Flash rights hereunder or to pursue any remedies as a result of Customer's violation of the terms and conditions in the Agreement. 3 Confidential Information,Proprietary Information,and Intellectual Property Rights 3.1 All material,non-public,business-related information of or relating to Flash or the Flash Offerings,written or oral, whether or not it is marked "Confidential", that is disclosed or made available to Customer, directly or indirectly,through any means of communication or observation is"Confidential Information". 3.2 Information owned by Flash to which Flash claims a protectable interest under law, which includes Confidential Information, shall be "Proprietary Information". The following information, all as reasonably substantiated by documentation,however,is not Proprietary Information and Customer is not restricted as to its use or disclosure: (a)information already in the possession of,or already known to,the Customer as of the Effective Date, and not under any other obligations of confidentiality due to any other agreements between the Parties;(b)information that enters the public domain after the Effective Date,or which,after such disclosure,enters the public domain through no fault of the Customer; (c) information lawfully furnished or disclosed to the Customer by a non- party to this Agreement without any obligation of confidentiality;(d)information independently developed by any Party without use of any Proprietary or Confidential Information;or(e)information that is explicitly approved for release by Flash. 3.3 Customer agrees to hold in confidence all Proprietary Information that it receives from Flash. Customer will not disclose any of Flash's Proprietary Information to any party or person whatsoever unless it is a Customer employee or agent that is on a need to know basis for such Proprietary Information consistent with the purpose for which it was disclosed. Customer will only use Flash's Proprietary Information for the purpose for which it was originally disclosed.Customer is not permitted to directly or indirectly,under any circumstances,use any of Flash's Proprietary Information for any purpose that is in any way detrimental to Flash. This includes,but is not limited to, contracting with Flash's employees,consultants,contractors,vendors or partners to provide services to Customer similar to those provided to Customer by Flash. Customer shall take reasonable precautions to protect the confidentiality and value of Flash's Proprietary Information,including measures to prevent loss,theft and misuse. Customer shall immediately give notice to Flash of any unauthorized use or disclosure of Flash's Proprietary Information. Customer agrees to assist Flash in remedying any unauthorized use or disclosure of Proprietary Information caused by such Customer. Customer acknowledges expressly that each and every one of its employees and agents are bound to the terms and conditions of this Agreement and that Customer is solely responsible for any breach of this Agreement by any of its representatives including, without limitation, any improper use or disclosure by its representatives of Flash's Proprietary Information. 3.4 Upon written request and as directed by Flash,the Customer will promptly return or destroy all Proprietary Information received from Flash, including all copies of the information thereof. Upon the request of Flash, the Customer shall furnish to Flash an affidavit providing assurances as to the return or destruction of Flash's Proprietary Information. 3.5 A disclosure of Confidential or Proprietary Information in response to a valid request by a court of law or other governmental body or otherwise required by law is not considered to be a breach of this Agreement or a waiver of confidentiality for other purposes. Before any such disclosure, Customer shall provide prompt written notice to Flash and reasonably cooperate with Flash in seeking a protective order or preventing disclosure. 3.6 All materials transmitted from Flash to Customer which includes any Proprietary Information are to remain the sole and exclusive property of Flash. This Agreement and transmission or disclosure of any Proprietary Information from Flash to Customer does not grant the Customer a license or ownership of any kind.Flash retains all right,title and interest in all now known or hereafter known or developed tangible and intangible intellectual property relating to the Services,Proprietary Information and improvements thereof,including without limitation,all:(a)rights associated with works of authorship throughout the universe, including, but not limited to, copyrights,moral rights and mask works; (b)trademarks, services marks,trade names and any other indicia of origin;(c)technical and non- technical information(regardless of whether such information is in tangible or intangible form)including source code, object code,computer code,data,ideas,concepts,formulae,methods,techniques,processes,financial business plans and business methods (including any derivatives of any of the foregoing) that derive economic value, actual or potential,from not being generally known to other persons who could obtain economic value from the disclosure or use thereof,and which are the subject of efforts that are reasonable under the circumstances to maintain their secrecy ("Trade Secrets");(d)patents,pending patent applications,designs,algorithms and other industrial property rights; (e) other intellectual and industrial property rights (of every kind and nature throughout the universe and however designated,including"rental"rights and rights to remuneration),whether arising by operation of law,contract,license or otherwise;and(f)registrations,initial applications,renewals,extensions,continuations,divisions or reissues now or hereafter in force including any rights in any of the foregoing, (collectively, "Intellectual Property"). Customer covenants:(1)not to prejudice or impair the interest of Flash in any of its Intellectual Property,(2)to assign any rights to Intellectual Property that it may have to Flash at no additional cost and(3)to reasonably cooperate in prosecution of Intellectual Property as necessary at no additional cost. At no time shall Customer challenge or assist others to challenge any of Flash's Intellectual Property or the registration thereof. 3.7 All obligations and restrictions of confidentiality and ownership of Propriety Information under this Agreement shall survive the termination of this Agreement. 3.8 Customer authorizes and grants to Flash a right and license to use Customer's name and logo on Flash marketing and promotional material. Customer grants Flash the right to make certain press releases available to the general public regarding the Flash Offerings provided by Flash to Customer.Customer acknowledges that Flash may collect,retain,and process data derived from the performance and use of the Flash Offerings in accordance with all applicable United States laws as well as Flash's privacy policy and terms of use. 3.9 Flash hereby authorizes Customer to use of any Flash trademarks and logos(the"Marks")in its marketing and promotional materials solely for cross-promotional purposes to identify that Customer uses Flash Offerings ("Purpose"),which Marks must be used according to any Flash's guidelines("Guidelines"). The Guidelines may be updated by Flash periodically.Customer shall not use the Marks for any other Purpose without Flash's prior written authorization, which can be denied for any reason. Customer agrees that it shall not harm, misuse, or bring into disrepute the Marks. All uses of the Marks pursuant to this Agreement shall inure to the benefit of Flash. Customer may not use or register,or otherwise claim rights in the Marks,including as or as part of any trademark,service mark, Flash name,trade name,username,domain registration or copyright.Flash may revoke permission to use the Marks at any time. 3.10 To the extent necessary to fulfill its obligations under this Agreement,Customer grants Flash a worldwide, non-exclusive,and royalty-free license to use Customer Data.FlashParking acknowledges and agrees that Customer retains all right, title, and interest in and to all Customer Data, and F1ashParking will not use Customer Data for different purposes to the ones established in this Agreement. As used herein, "Customer Data" means all media, content,data,and information provided directly by the Customer which is processed,accessed,stored,or transported in or through the Flash Offerings. 3.11 If Customer provides Flash with any suggestions, ideas, feedback, reports, error identifications or other information related to the Flash Offerings or Customer's use and evaluation thereof("Feedback'') and Customer provides such Feedback volitionally and of its own choosing(i.e.,you are not required to provide Feedback),Flash has the right to use,modify,sell,transfer,assign,distribute,and create derivative works from,such Feedback,for any and all purposes without compensation or attribution to Customer,in perpetuity and without any restrictions. 3.12 If applicable,Customer hereby agrees that Flash owns and shall receive the full benefit of credits,benefits, emissions reductions, offsets, and allowances provided pursuant to present or future laws, standards or programs whether by private,public or governmental entities,in each case,provided hereunder related to electric vehicle supply equipment(collectively, the "Environmental Attributes"). Customer further agrees that Flash and/or its agents may disclose a copy of this Agreement if reasonably necessary to receive the full benefit of the Environmental Attributes. 4 Payment Terms 4.1 Customer shall pay the amounts listed on any Order Form or invoice within thirty (30)days of the date of an invoice. Where there is a HaaS Addendum,the payment terms contained therein shall govern. Following the Initial Term, Flash may annually increase any recurring software license or monthly fees by up to 7% over the previous year's fees. 4.2 Flash shall invoice Customer for any recurring software license fees that relate to the operation of Equipment upon successful Commissioning Services or in no event later than 120 days after the execution of the Order Form and for those software license fees that relate to other Flash Offerings upon execution of the Order Form. Customer may elect to pay any recurring software license fees annually. 4.3 Customer acknowledges and agrees that certain Flash Offerings contain or require the payment of recurring Monthly Fees,which fees will be set forth in the applicable Order Form or addendum provided to Customer by the Company. Customer is responsible for the timely payment of any Monthly Fees regardless of actual usage in any particular month. Customer shall be invoiced monthly for any such Monthly Fees. 4.4 Customer shall be responsible for all taxes applicable to Customer and arising as a result of this Agreement, including any sales and use taxes, other than taxes based on Flash's income. Additionally, Customer shall be responsible for any additional taxes incurred by Customer's tax elections made following the invoice date. The prices provided to Customer from Flash may not include all applicable taxes due. 4.5 Certain Flash Offerings may require Customer to pay fees regarding lost or damaged Equipment. Customer acknowledges and agrees that it understands under this Agreement Flash reserves the right to charge Customer for any damaged,stolen,or lost Equipment. 4.6 To the extent Customer disputes amounts due and owing on any invoice provided to Customer, Customer shall dispute such amounts within 14 days of the invoice date. Customer shall provide reasonable detail and support for any dispute. If Customer fails to meet these requirements,Customer shall have waived all rights to contest such fees and charges. 4.7 Customer acknowledges and agrees that Flash shall have a right to the fees charged for each transaction processed by Flash, including for transactions that are denied, returned or charged back as a result of a third-parry denying such payment or refusing to honor such payment to Customer. Additionally, Customer acknowledges and agrees that certain Flash Offerings may contain gateway,surcharges or convenience fees for any payments collected on behalf of Customer. All such gateway, surcharge or convenience fees shall be captured in Flash's invoice to Customer for the applicable Flash Offering.Customer agrees that Flash has the right to collect all such fees and costs relating to each use of each Flash Offering whether Customer ultimately receives payment.Flash shall have the right to offset bad charges or refunded charges against future amounts due and owing to Customer from Flash as part of using any Flash Offering. 4.8 All required travel and expenses incurred by Flash or Flash affiliates in delivering the Flash Offerings will be invoiced by Flash to Customer for payment upon successful Commissioning Services and payment is due 30 days from the date of the invoice.Current rates for Travel and Expenses can be found on our website. 5 Service Level Commitments 5.1 Customer acknowledges and agrees that the Flash Offerings may be unavailable from time to time for a number of reasons, including(i) scheduled periodic maintenance procedures or repairs which Flash may undertake from time to time("Scheduled Maintenance"),or(ii)Force Majeure Events. 5.2 Subject to the terms and conditions of this Agreement, Flash shall use commercially reasonable efforts to provide the Software on an uninterrupted basis,24 hours a day,seven days a week,with 99.5%availability,excluding downtime due to Scheduled Maintenance and Force Majeure Events.Unavailability of the Services shall be measured over a calendar month and based upon the total downtime of the Software hereunder,excluding unavailability of the Services due to Scheduled Maintenance and Force Majeure Events(collectively,"Downtime").Downtime shall exist and be measured beginning when it is recorded in Flash's ticket system or Flash is notified by Customer,whichever is earlier,until the time Flash confirms that the affected Software are operational. If Flash fails to meet the service level commitment set forth in this Section and Customer provides Flash with a written request within five(5)business days of the last day of the calendar month in which such Downtime occurred, Flash shall provide a fee credit to Customer's account equal to 5%of Customer's monthly fees applicable to the affected Software for each cumulative full hour of Downtime during the applicable month,up to the maximum of the total monthly software fees charged by Flash to Customer for the affected Software during the applicable month. This Section sets forth Customer's sole and exclusive remedy for failures and/or interruption of the Flash Offerings of any kind whatsoever. 5.3 "Force Majeure Events" means causes beyond a Party's reasonable control or which are not reasonably foreseeable by such Party, including, but not limited to: (i) flood, fire, earthquake, epidemics, pandemics, natural disasters, adverse weather events and other catastrophes or disasters, (ii) acts of God, (iii) interruption or failure of telecommunication or digital transmission links, vandalism of Equipment, hostile network attacks, network congestion,third party acts,accidents which impair any Equipment,(iv)acts or threats of terrorism,war(declared or undeclared), invasion,hostilities, riot and other civil unrest, (v) government order, law, or actions, including travel restrictions,border-crossing restrictions, shipping restrictions and other impediments to the flow of commerce, (vi) embargoes or blockades in effect on or after the date of this Agreement, (vii)non-performance by vendors or other third party systems failure,(viii)national or regional emergency,(ix)strikes,labor stoppages or slowdowns,or other industrial disturbances, (x) shortage of adequate power or transportation facilities and supply chain issues; and(xi) other events beyond the reasonable control of the impacted Party. 6 Term and Termination 6.1 The term of this Agreement shall commence on the date Customer first signs an applicable Order Form or otherwise agrees to be bound by these terms(the"Commencement Date")and shall continue for the period set forth in such Order Form(the "Initial Term)unless earlier terminated in accordance with Section 6.2. The Initial Term shall extend and this Agreement,together with any applicable Order Forms,shall renew automatically for successive one year periods("Subsequent Terms"),unless either party gives the other written notice no less than three(3)months prior to the expiry of the Initial Term or applicable Subsequent Term(the "Notice or Termination")of its intention not to extend this Agreement for any Subsequent Term. 6.2 The Company may terminate this Agreement with respect to the Offerings and its obligations hereunder and Customer's rights thereto,prior to expiration of the Initial Term or any Subsequent Term,upon written notice to the Customer of a material breach by Customer of this Agreement, any applicable Order Forms, addendums or any Company Policy. Such termination shall become effective immediately, unless such material breach is capable of being cured as determined by the Company in the Company's sole discretion, in which case termination shall be effective if such breach is not cured within seven(7)days after receipt of such written notice. Upon termination where there is Equipment owned by Flash,Customer shall be required to keep such Equipment in good working order and condition until the Equipment is repossessed by the Company. 7 Delivery Unless otherwise specified in an Order Form, Flash shall arrange, with Customer's full cooperation at Customer's cost, for the delivery of Equipment to a Customer facility where it is to be installed. The method of shipment and carrier shall be selected by Flash. Upon delivery at the Customer-designated facility,the title to and the risk of loss for the Equipment shall pass to Customer and,thereafter,the risk of loss for the Equipment shall be borne solely by Customer. 8 Flash Policies Customer agrees to abide by and accept all policies and terms of use posted on Flash's website or as posted in any of Flash's applications, including,without limitation,Flash's(i)Privacy Policy, (ii) any general terms of use, and(iii) all policies regarding use of Flash Offerings(collectively,"Policies",each a"Policy"). The Policies may change from time to time in Flash's sole discretion and Flash will post such changes on its website or provide such updated Policies to Customer. In the case of a direct conflict between any provision of a Policy and the provisions of this Agreement, the provisions of this Agreement shall prevail. It is Customer's sole obligation to read all Policies and updates, amendments, and supplements thereto. Customer agrees that failure to comply with any Policy shall be a material breach of this Agreement. Customer's continued access of the website and use of the Flash Offerings constitutes Customer's assent to any changed terms of any of the Policies. 9 Customer Representations and Warranties and Covenants 9.1 Customer represents and warrants to Flash as follows: 9.1.1 Customer is duly organized and validly existing under the laws of its state of incorporation or formation, has the necessary authority, licenses and other permissions to conduct the business in which it is currently engaged and is in compliance with all applicable laws. 9.1.2 Customer has the legal capacity to agree to the terms of the Agreement, perform its obligations hereunder, has obtained and shall maintain all necessary authorizations or registrations from appropriate authorities to carry out the activities contemplated in the Agreement,and entering into the Agreement will not violate any applicable law or regulation. 9.1.3 The use of any Flash Offerings by Customer shall not (i) violate any law, rule or regulation applicable to Customer or(ii)be in breach of, or constitute a default under,the provisions of any agreement,instrument or undertaking by which Customer is bound. 9.2 Customer agrees as follows: 9.2.1 Customer will not, and will ensure its affiliates do not, disparage Flash or any of its directors, officers, agents or executives or otherwise take any action which could reasonably be expected to adversely affect the reputation of Flash or its products or the personal or professional reputation of any of its directors,officers,agents or employees. 9.2.2 Customer will provide Flash with all necessary cooperation in relation to the Agreement and all necessary access to such information as may be required by Flash to provide Flash Offerings as may be reasonably necessary. 9.2.3 Customer will carry out all of Customer's responsibilities set out in the Agreement in a timely and efficient manner,and in the event of any delays in the Customer's provision of such assistance as agreed by the Parties,Flash may adjust any agreed level of Flash Offerings as may be reasonably necessary. 9.2.4 Customer shall maintain adequate insurance on the Equipment in Customer's possession and control and to the extent requested by Flash,name Flash as an additional insured on all applicable insurance policies covering the Equipment. 10 Indemnity Customer agrees to defend,indemnify,and hold harmless Flash and its affiliates,its directors,officers and employees, contractors,agents,successors,and assigns,from and against any suits,losses,claims,demands,liabilities,costs and expenses(including attorney and accounting fees)that Flash may sustain or incur as a result of any claim against Flash brought by Customer, its affiliates, officers, directors or employees, contractors, agents, successors or assigns, by Customer's auxiliary personnel (such as freight handlers, etc.) or by other third parties (including members of the public), arising out of, or in any way related to, directly or indirectly, (i)the use or misuse of Flash Offerings, (ii) Customer's failure to perform its obligations contained herein, or (iii) Customer's negligence or intentional misconduct. 11 Limited Warranty;Disclaimers;Limitation of Liability;Remedies 11.1 Flash warrants to Customer, as the original purchaser(which warranty is not transferable),that Equipment shall be free from material defects in material and workmanship under normal use,in accordance with Flash's Policies and this Agreement,for a period of twenty-four(24)months from the date of original installation.This warranty shall not apply if Customer uses the Equipment in violation of this Agreement or any Policy or if the Equipment has been subject to accident,negligence,abuse,misuse,or criminal acts. 11.2 EXCEPT FOR THE SPECIFIC REPRESENTATIONS OF FLASH CONTAINED HEREIN,THE FLASH OFFERINGS ARE PROVIDED TO CUSTOMER"AS IS"AND NEITHER FLASH,NOR ITS AFFILIATES MAKE ANY REPRESENTATION OR WARRANTY OF ANY OTHER KIND EITHER EXPRESS OR IMPLIED, WITH RESPECT TO THE FLASH OFFERINGS, OR THE ACCURACY OR COMPLETENESS THEREOF, OR THE RESULTS TO BE OBTAINED BY THE USE THEREOF OR ANY OTHER MATTER. FLASH EXPRESSLY DISCLAIMS ANY AND ALL IMPLIED WARRANTIES, INCLUDING WITHOUT LIMITATION, ANY WARRANTIES OF TITLE, SECURITY, COMPATIBILITY, NON-INFRINGEMENT, MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE. FLASH DOES NOT WARRANT THAT THE FLASH OFFERINGS WILL MEET CUSTOMER'S REQUIREMENTS OR THAT THE FLASH OFFERINGS WILL OPERATE IN COMBINATION WITH OTHER SOFTWARE OR APPLICATIONS. 11.3 FLASH DOES NOT GUARANTEE, AND SPECIFICALLY DISCLAIMS ANY WARRANTY, THAT ANY FLASH OFFERING WILL BE PERFORMED ERROR-FREE OR UNINTERRUPTED, OR THAT FLASH WILL CORRECT ALL ERRORS.CUSTOMER ACKNOWLEDGES THAT FLASH DOES NOT CONTROL THE TRANSFER OF DATA OVER COMMUNICATIONS FACILITIES,INCLUDING THE INTERNET,AND THAT THE FLASH OFFERINGS MAY BE SUBJECT TO LIMITATIONS, DELAYS, AND OTHER PROBLEMS INHERENT IN THE USE OF SUCH COMMUNICATIONS FACILITIES.FLASH IS NOT RESPONSIBLE FOR ANY DELAYS,DELIVERY FAILURES,OR OTHER DAMAGE RESULTING FROM SUCH PROBLEMS. 11.4 IN NO EVENT SHALL FLASH OR ITS AFFILIATES BE LIABLE FOR ANY INDIRECT, INCIDENTAL, SPECIAL, PUNITIVE OR CONSEQUENTIAL DAMAGES (INCLUDING, WITHOUT LIMITATION,LOSS OF USE,LOSS OF DATA,LOSS OF PROFITS OR REVENUES OR OTHER ECONOMIC LOSS OF CUSTOMER OR ANY THIRD PARTY),WHETHER IN TORT,CONTRACT OR OTHERWISE,AND WHETHER OR NOT FLASH OR ANY OF ITS AFFILIATES HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. 11.5 EXCEPT FOR ANY CLAIM OR ACTION ARISING OUT OF OR RELATING TO FLASH'S FRAUD, GROSS NEGLIGENCE OR WILLFUL MISCONDUCT, IN NO EVENT SHALL FLASH'S TOTAL LIABILITY UNDER THIS AGREEMENT EXCEED TWO TIMES(2X)THE TOTAL AMOUNT PAID OR PAYABLE UNDER THE APPLICABLE ORDER FORM UNDER WHICH THE CLAIM ORIGINALLY AROSE. DAMAGES THAT CANNOT BE LIMITED UNDER APPLICABLE LAWS ARE NOT SUBJECT TO THE ABOVE CAP. 11.6 Customer acknowledges and agrees that a breach of this Agreement may cause other irreparable harm on Flash without an adequate remedy at law and hereby agrees that the Flash shall be entitled to equitable relief,including without limitation,temporary or permanent injunctions and other relief to limit the effect of any breach. 11.7 No action on this Agreement,except for payment owed by Customer to Flash,may be brought more than one (1)year after the incident occurs. 12 Assignment This Agreement shall not be assigned or transferred by Customer without prior written consent of Flash, and any attempt by Customer to so assign or transfer this Agreement without such written consent shall be null and void. Flash may (with prior written notice to but without the prior consent of the other Party) (i) assign this Agreement(a)by operation of law, (b)pursuant to a merger or acquisition of all or substantially all of its stock or assets, or(c)to its Affiliates, or (ii) transfer, sell, pledge, encumber or assign or delegate this Agreement or the rights, revenues or proceeds thereof,in connection with any financing or other financial arrangements(including the exercise of remedies thereunder). The Parties acknowledge and agree that,in the case of Flash,"Affiliate"includes a special purpose entity owned or controlled by Flash. This Agreement shall be binding upon and inure to the benefit of the Parties and their respective successors and permitted assigns. 13 Governing Law; Submission to Jurisdiction All claims, actions,or proceedings of any nature or type,arising from or related to(i)this Agreement or any matter related to this Agreement,(ii)the use of any Flash Offerings hereunder,or(iii)any relationships(whether by written contractor otherwise)relating to the Flash Offerings(whether such relationships are directly with Flash or through a third-party) shall be governed by,and construed in accordance with,the laws of the State of Texas without regard to its conflict or choice of laws principles and any such claims, actions, or proceedings shall be brought solely and exclusively in the Federal or State courts located in Texas and each Party consents to the personal jurisdiction and venue therein. The terms and conditions contained in this section shall inure to the benefit of,and be binding upon, the parents, subsidiaries, related entities, successors, assigns, heirs, survivors, and personal representatives of the Parties. 14 Notices All notices for Flash given under this Agreement must be in writing and sent to: FlashParking 2500 Bee Caves Road Building III,Suite 400 Austin,TX 78746 Attn:General Counsel Via email to:legal(abflashos.com If to Customer,at the address in file or noted on any applicable Order Form or other addendum. And to any such other address as a Party may designate in writing to the other Party,by certified mail(return receipt requested),overnight courier,personal delivery,or email to the other parties hereto. 15 Survival Any provision of this Agreement which,by its nature,would survive termination of this Agreement shall survive any such termination of this Agreement, including,without limitation,Article: 3 - Confidential Information,Proprietary Information, and Intellectual Property Rights, 4 — Payment Terms, 10 - Indemnity, 11 - Limited Warranty; Disclaimers;Limitation of Liability;Remedies, 13—Governing Law;Submission to Jurisdiction and 15 -Survival. 16 Force Majeure Flash shall not be responsible for any delay or failure in performance of its obligations under this Agreement resulting from a Force Majeure Event or any event beyond the reasonable commercial control of Flash. 17 Miscellaneous This Agreement supersedes all prior agreements and understandings, and (together with any Order Form relating hereto)constitutes the complete agreement and understanding between the Parties with respect to the subject matter hereof. No amendment or other modification to this Agreement or any Order Form shall be valid or binding with respect to Flash unless acknowledged and agreed to in writing and signed by a duly authorized officer of Flash. The Parties are independent contractors,and nothing in this Agreement will be construed to constitute or appoint any party as the agent,partner,joint venturer or representative of the other Party for any purpose whatsoever,or to grant to any party any right or authority to assume or create any obligation,express or implied,for or on behalf of any other,or to bind any other in any way or manner whatsoever. Any forbearance or delay on the part of a Party in enforcing any provision of this Agreement or any of its rights hereunder shall not be construed as a waiver of such provision or of a right to enforce same for such occurrence or any future occurrence. No other party is intended,or shall be deemed,to be a beneficiary of any provision of this Agreement. This Agreement may be executed in counterparts, which counterparts, taken together, shall constitute one agreement and each Party hereto may execute this Agreement by signing such counterpart. DISCLAIMERS CUSTOMER UNDERSTANDS THE PURCHASE AND USE OF ANY PRODUCTS AND SERVICES FROM THE COMPANY ARE SUBJECT TO THE COMPANY'S DISCLAIMERS WHICH CAN BE FOUND AT FLASHPARKING.COM/DIS CLAIMERS/ Attachment G: Flash Digital Products Addendum F S H Digital Products Addendum This Addendum(the"Addendum")is entered into and effective as of date set forth in an applicable order form (the "Order Form") and supplements that certain FLASH OS' License, Service and Product Usage Terms and Conditions(the"Agreement"or"Terms and Conditions",which shall include any and all schedules, addendums, or attachments incorporated herein, as well as all amendments or supplements of such documents and the Agreement) entered into by and between F1ashParking, Inc., a Delaware corporation(together with its subsidiaries and affiliates, "Flash")and the customer listed on the Order Form ("Customer"). Flash and Customer at times are each referred to herein as a"Party"and,collectively,as the"Parties."Terms used but not defined herein shall have the meaning given to them in the Agreement. 1 Digital Services 1.1 Customer desires to offer its parking inventory for the parking location(s)(each,a"Location")listed on the applicable Order Form (the "Parking Inventory") on Flash's ParkWhiz platform, including but not limited to ParkWhiz and BestParking applications and websites (the "ParkWhiz Sites") and in partnership with third-party demand networks(the"Customer Sites", and together with the ParkWhiz Sites,the"Sites"). Flash will list the inventory,with the number of parking spaces and corresponding reservation periods and parking rates specified by Customer in Customer's sole discretion. Customer may alter this information at any time. 1.2 Flash may provide the services set forth below(collectively,the"Digital Services")which shall be further described in an Order Form according to the Customer's purchase. For the avoidance of doubt, the Digital Services are"Services"as defined in the Agreement.The Digital Services may include: 1.2.1 Non-reservation services,wherein motorists pay for their parking transactions using their mobile phone via the Sites without reserving parking in advance("Drive-Up Services"),- and 1.2.2 Reservation services,wherein motorists make a parking reservation and pay for parking in advance("Reservation Services"). 1.3 Customer hereby explicitly grants Flash the authority to Co-Manage Customer's Digital Parking Listings. As used herein, "Digital Parking Listings"means each Location's business listings on third-party applications, websites or platforms, including but not limited to Google, Google Maps, Waze, Yelp, Bing, Apple Maps,Yahoo,Facebook and any similar applications,websites or platforms,whether in existence now at any point during the term of the Agreement, and"Co-Manage"means(a)to claim or re-claim a Digital Parking Listing if the applicable Digital Parking Listing is not in Customer's control, or(b)to be added as a manager for a Digital Parking Listing by Customer if the Digital Parking Listing is in the Customer's control. For the avoidance of doubt, Customer will retain control over decisions regarding branding of its Digital Parking Listings. Customer will allow Flash to include"Powered by Flash"in such branding,which shall be secondary in size and prominence to Customer's branding.Where permitted by such third-party applications, Flash will promote Customer's Digital Parking Listings to drive bookings and improve the position of the Digital Parking Listing and its rating by passing all current and future positive ParkWhiz Site reviews to such Digital Parking Listing,adding photos and providing other similar promotional services in Flash's discretion. 1.4 Flash will process and collect payment for the Digital Services and will provide transaction-related phone and email support for motorists. Flash will bear processing expenses, including credit card merchant fees, for Digital Services transactions. Flash reserves the right to impose processing charges on motorists in connection the Digital Services in its sole discretion, which processing charges shall be disclosed to Customer and separated from the fee charged by Flash (the "Flash Digital Services Fee"). Flash will produce an individual confirmation code for each transaction to ensure that each transaction is unique,legitimate,and verifiable by Customer for fulfillment. 1.5 Flash will provide Customer access to transaction history and balance information via its password- protected console for customers(the "Customer Console"). Customer's access to and use of the Customer Console shall be governed by this Addendum. Flash hereby grants Customer a non-exclusive, non- transferable,non-sublicensable,revocable license to use the Customer Console and the information Flash provides or makes available to Customer in connection therewith, solely for internal business purposes and solely during the term of the Agreement. Customer will not,and will not permit any third party to,make any use or disclosure of the Customer Console that is not expressly permitted under this Agreement. Without limiting the foregoing,Customer will not and will not permit any third party to(a)reverse engineer,decompile, disassemble,or otherwise attempt to discern the source code,algorithms,file formats,or interface protocols of the Customer Console or of any files contained in or generated by the Customer Console;(b)copy,modify, adapt,or translate the Customer Console;(c)resell,distribute or sublicense the Customer Console,make the Customer Console available on a"service bureau"basis,or otherwise allow any third party to use or access the Customer Console; (d)remove or modify any proprietary marking or restrictive legends placed on the Customer Console or(e)use the Customer Console in violation of any applicable law orregulation.Flash shall retain title to and ownership of the Customer Console,including all copyrights and other intellectual property rights relating thereto. Customer will have no rights with respect to the Customer Console other than those expressly granted under this Agreement. 1.6 Flash shall transmit to Customer the non-financial customer information necessary for Customer to perform its obligations hereunder. Customer may use and disclose such information solely as required to comply with its obligations hereunder and in a manner consistent with all applicable laws,rules,regulations, and self-regulatory guidelines.Customer agrees to comply with all laws and regulations regarding personally identifiable information relevant to its jurisdiction. Customer shall take reasonable measures to ensure that such information is protected against unauthorized access, use, modification, or other misuse during the duration of the Agreement and thereafter if needed. 2 Customer Obligations 2.1 Customer will provide parking for any motorist who completes a Digital Services transaction through the Sites until inventory is sold out.Customer agrees that the rate listed on Sites will at a minimum be equal to the best rate offered to traditional transient or daily motorists. All information provided Customer with respect to the Location and the Parking Inventory by must be accurate.If Customer cannot fulfill a Digital Services transaction or the information provided with respect to the Location and the Parking Inventory is inaccurate,Customer agrees that it shall liable to Flash for all costs and expenses it incurs in remedying the non-fulfillment or inaccuracy for affected motorists and further acknowledges and agrees Flash may deduct such costs and expenses from the Customer Proceeds(as defined below)in its sole discretion. If Customer repeatedly fails to fulfill Digital Services transactions or repeatedly provides inaccurate Location and the Parking Inventory information,Flash may,in its sole discretion, suspend or terminate Customer's account. Flash reserves the right to request proof of Customer's ownership of Location or authority to sell parking at a Location. 2.2 At Flash's reasonable request, Seller will place a ParkWhiz button, widget, and/or link on and included in its website,email marketing and campaigns and/or social media accounts. 2.3 Customer agrees that it will not list the Parking Inventory for sale via any other website or mobile app,including online discount/coupon providers. 2.4 Customer agrees to: (a) provide Flash with access to inventory information for each applicable Location,including but not limited to name,address,image(s),Base Price(as defined below)and other text graphics,and other content reasonably required by Flash to perform its obligations under this Addendum and limited,royalty-free, non-exclusive,non-transferrable license to display the same on the Sites; (b)provide Flash with access to Customer's application program interface ("API") and all inventory data feeds, if available;(c)permit Flash to access,reproduce,and use any content related to the Parking Inventory contained on Customer's websites, social media sites or other online sources on a periodic and reasonable frequent basis.All of the data and information to be provided under this section shall be in a format mutually agreed to by the parties.Customer shall provide Flash with such information,cooperation.and technical support as Flash reasonably requests in connect with Company's obligations under this section. 2.5 Customer hereby grant to Flash a limited, royalty-free, non-exclusive, non-transferrable license during the term to use the name,logo,images and trademarks of the Customer(the"Customer Trademarks") during the term of the Agreement in order to market the Parking Inventory.Following the end of the term of the Agreement, whether by termination or expiration, Flash's right to use any Customer Trademark will terminate and any and all uses of these Trademarks by Flash must cease immediately. Flash will not manufacture or sell, or license the manufacture and/or sale of, any promotional or other merchandise that bears Customer's Trademarks without their prior written consent. Flash and Customer, as applicable, all warrant and represent that it has the right to authorize the exploitation of their Trademarks,and to grant the other rights contained herein and that the other Party's use of such Trademarks as provided hereunder will not violate or infringe upon the rights of any third party or violate any federal,state or local law or regulation 2.6 By mutual agreement on designs, Customer shall allow branded or co-branded signage which Customer shall display in its Facilities to allow easy identification by customers.Flash will pay for the signage installations. Subsequent signage installations or replacements to sign due to damage, vandalism or mishandling will be paid by Customer or replaced at Customer cost. 2.7 Customer must notify Flash in writing no less than 5 business days prior to a change in the entity responsible for operating a Location. 3 Prices and Proceeds 3.1 For purposes of this Addendum,the following definitions apply. 3.1.1 "Base Price"means the price set by Customer in the Customer Console. 3.1.2 "Drive-Up Fee" means the percentage of the Base Price plus the applicable transaction fee for Drive-up Services as set forth in the Order Form. 3.1.3 "Reservation Fee" means the percentage of the Base Price plus the applicable transaction fee for Reservation Services as set forth in the Order Form. 3.1.4 "Gross Sale Price"means the amount displayed to,and paid by,the applicable motorist. 3.1.5 "Customer Proceeds"means the Base Price minus the Drive-Up Fee and/or Reservation Fee. 3.2 The gross sale price displayed to and paid by motorists shall be the sum of the Base Price,the Drive- Up-Fee or Reservation Fee,as applicable,and the Digital Services Fee,if applicable. 3.3 Flash will remit accumulated Customer Proceeds,if applicable,to Customer through the Customer Console once per month via electronic(ACH)withdrawals no later than the 20th day of the subsequent month. Notwithstanding the foregoing,Flash may withhold payment in its sole discretion in the event(a) a sale is canceled for any reason;(b)an adjustment is made to motorist pricing because the rate offered by Flash was higher than the rate offered elsewhere; (c) Flash reasonably believe that Customer has committed fraud or other illegal acts or omissions during any buying or selling activity;or(d)Customer provides inaccurate or misrepresented Parking Inventory or Location Information for any booking or portion thereof.Flash will only remit Customer Proceeds for bookings that have been fully redeemed.Customer Proceeds for reservations or bookings that have been made, but have not yet been redeemed, will be held until so redeemed by the applicable motorist or until the date of the reservation or booking has passed without refund or cancellation. Any accrued payment obligations under this Section shall survive the termination or expiration of this Agreement. Each remittance of Customer Proceeds to Customer shall be accompanied by a report detailing the Base Price,the applicable Flash Digital Services Fee,the Customer Proceeds,the name of the applicable Location,the type of parking space reserved and the specific date and time of the reservation for each motorist transaction through the Sites related to the Location. 3.4 Customer shall be responsible for remitting to the applicable taxing authority'all federal,state,and local taxes imposed on parking customers purchasing parking through the Sites and with respect to any Base Price. Customer shall include any such applicable taxes in the Base Price set by Customer in the Customer Console. Flash shall be responsible for collecting such taxes and remitting them to Customer as part of the Customer Proceeds. Additionally, Customer shall be responsible for remitting to the applicable taxing authority all federal,state,and local income taxes related to Customer Proceeds.Flash shall have no obligation to collect or remit any income related taxes to any authorities on Customer's behalf. Each party shall indemnify the other party from and against any costs, claims and other liability incurred as a result of the indemnifying party's failure to comply with its obligations under this paragraph. Attachment H: Flash Digital Products Pricing Addendum F SH DIGITAL PRODUCTS PRICING ADDENDUM Digital Ticket Checkout Base Price The price set by Customer to park at Customer's facility,plus any applicable sales taxes. Additional charge to consumers,set and retained by Customer and mutually agreed upon Customer Convenience Fee by F1ashParking. The amount displayed to and paid by the consumer,equal to the Base Price plus any Gross Sale Price applicable Customer Convenience Fee and F1ashParking Transaction Fee. F1ashParking Credit Card Processing Fee 3.5%of the Gross Sale Price. F1ashParking Transaction Fee $0.50;provided,however,if the Customer Convenience Fee exceeds $4.99,the F1ashParking Transaction Fee shall be$1.00. Customer Proceeds Gross Sale Price minus the applicable F1ashParking Credit Card Processing Fee and the F1ashParking Transaction Fee. Reservations The price set by Customer to park at Customer's facility,in ParkWhiz's Seller console, Base Price plus any applicable sales taxes. Reservation Fee For hourly/daily parking: 15%if the Base Price is less than$10. 15%+ $0.99 if the Base Price is$10 or more. Additional charge to consumers which F1ashParking,at its sole discretion,may collect Buyer Fee for certain transactions(currently set to 6%of the Base Price). Gross Sale Price The amount displayed to and paid by the consumer,equal to the Base Price plus the Buyer Fee(when applicable). Seller Proceeds Gross Sale Price minus the Reservation Fee and Buyer Fee(when applicable). Scan To Pay Base Price The price set by Customer to park at Customer's facility,plus any applicable sales taxes. Customer Convenience Fee Additional charge to consumers,set and retained by Customer and mutually agreed upon by F1ashParking. The amount displayed to and paid by the consumer,equal to the Base Price plus any Gross Sale Price applicable Customer Convenience Fee and F1ashParking Transaction Fee. F1ashParking Credit Card Processing Fee 3.5%of the Gross Sale Price. FlashParking Transaction Fee $0.50 if the Gross Sale Price is less than$10.00.$0.99 if the Gross Sale Price is$10.00 or more. Customer Proceeds Gross Sale Price minus the applicable F1ashParking Credit Card Processing Fee and the F1ashParking Transaction Fee. Express Pay Base Price The price set by Customer to park at Customer's facility,plus any applicable sales taxes. Gross Sale Price The amount displayed to and paid by the consumer, equal to the Base price plus the applicable F1ashParking Transaction Fee. FlashParking Credit Card Processing Fee Three and a half percent(3.5%)of the Gross Sale Price. F1ashParking Transaction Fee Ninety-Nine cents($0.99) Customer Proceeds Gross Sale Price minus the applicable F1ashParking Credit Card Processing Fee and the F1ashParking Transaction Fee. Attachment I: Payment Services Sub-Merchant Agreement PAYMENT SERVICES SUB-MERCHANT AGREEMENT This Payment Services Sub-Merchant Agreement(this "Agreement') is entered into as of 12024 (the "Effective Date"),by and between F1ashParking, Inc., a Delaware corporation, whose principal place of business is 2500 Bee Caves Roads, Building 3, Suite 400, Austin, TX 78746 ("Flash") and whose principal place of business is ("Customer"). Each of Customer and Flash may be referred to as a"Party", and together as the "Parties." BACKGROUND A. Customer manages and/or operates certain parking facilities at which Flash sold and installed certain parking equipment and software (the "Systems") for Customer's parking operations. B. Flash provides certain payment services and Customer desires to receive such payment services at the selected properties operated and/or managed by Customer located at the addresses set forth on Exhibit A(the "Locations"). Pursuant to this Agreement,Flash will provide such payment services through compatible Systems currently in use at the Locations. The purpose of this Agreement is to set forth the terms and conditions upon which Customer will utilize the payment services at Locations and under which Flash shall provide such services to Customer. NOW THEREFORE, in consideration of the mutual covenants contained herein and for other good and valuable consideration,Flash and Customer hereby agree as follows: AGREEMENT 1. PAYMENT SERVICES: Flash shall provide to Customer certain services that facilitate the transfer of payment transactions between the Flash payment platform (the "Platform") and the processor to ensure that the Customer is able to accept payment by means of a credit card,debit card,prepaid card, NFC or other means of payment,including crediting or debiting such cards (the "Payment Services") in connection with Customer's use of Flash's System. Flash shall act as the master merchant for all payment transactions processed through the Platform. 2. USE OF LICENSE.Flash hereby grants to Customer a nonexclusive and nontransferable limited license to access and use the Payment Services contracted for under this Agreement and Customer hereby accepts such license and agrees to utilize and access the Payment Services in accordance with the practices and procedures established by Flash. Customer may use the Payment Services for its own internal business purposes and operations and shall not license, sublicense, sell, resell, rent, lease, transfer, assign, distribute, or otherwise transfer any rights to, or commercially exploit except as expressly permitted, the Payment Services or any information, documents, software, products and services contained or made available to Customer in the course of using the Payment Services. 3. INTELLECTUAL PROPERTY. All Intellectual Property rights (i.e., registered and unregistered trademarks (including logos and trade files), domain names, copyright, patents, registered and unregistered designs, rights in computer software, databases and lists, Confidential Information (as defined below), software(whether in object code or source code),and all other rights anywhere in the world resulting from intellectual activity),in the Payment Services are exclusively owned by Flash (or Flash's licensors or suppliers). Customer acknowledges that there is no transfer of title,Intellectual Property rights or ownership of the Payment Services and Customer will not dispute Flash's (or Flash's licensors or suppliers) ownership of the property referred to in this Section 3. 4. CUSTOMER OBLIGATIONS. a. Customer hereby agrees that Customer: (i) has made,and will continue to make,its own assessment of the suitability, adequacy, compatibility and appropriateness of the Payment Services for its purposes; (ii) will comply with Flash's restrictions, instructions and documentation in relation to the use of the Payment Services,including those set out in this Agreement; (ii)will ensure that only authorized persons use the Payment Services and that the Payment Services shall not be used for the processing of transactions of, or for the benefit of, any person other than Flash or Customer; (iii) will ensure that the Payment Services shall be used only for processing parking and mobility services transactions(iii) will obtain and maintain all equipment, software and services needed to enable it to receive and use the Payment Services; (iv) will ensure that sufficient information, including information on its usage of the Payment Terminals, is given to Flash to enable Flash to comply with its obligations under this Agreement and that such information is timely, complete and accurate;(v)will ensure that the Platform will not be used for the sale of any product or service which violates any applicable law; (vi) will ensure that use of the Platform is in compliance with any applicable bylaws, rules, regulations, operating regulations, procedures and/or waivers issued by the entities that regulate and provide specific payment methods, as may be amended or supplemented over time ("Scheme Rules"); and (vii) acknowledges that any personal information concerning Customer or its personnel which is provided to Flash by or on behalf of Customer may be used by Flash for the purpose of providing the Payment Services and any other services to Customer and may be disclosed by Flash to its affiliates and other service providers to enable Flash to provide the Payment Services and any other services to Customer. b. Onboarding. Customer will be required to complete an onboarding process for the Payment Services,which will include completing certain questionnaires and accepting applicable terms and conditions. Customer agrees and acknowledges that Customer: (i) maintains a plan in case of a system breach, including that Customer will immediately contact the relevant authorities and payments partner; (ii)never physically or electronically stores any cardholder data its environment in any capacity after authorization; (iii)never stores sensitive authentication data it its systems; (iv) protects payment devices that capture payment card data via direct physical interaction with the card against tampering and substitution; (v) maintains a list of devices used for Point of Sale Transactions;and(vi)maintains a security awareness policy and program for all personnel involved with the handling of cardholder data. c. Payment Terminals. Customer must use the devices designed to submit POS Transactions provided by Flash (the "Payment Terminals") for all POS Transactions. In operating and using the Payment Terminal, Customer must: (i)ensure that the Payment Terminal is kept and operated in a suitable environment, used only for the purposes for which it is designed, and operated in a proper manner;(ii)make no alteration to the Payment Terminal and not remove any component(s) from the Payment Terminal without the prior written consent of Flash; (iii) permit Flash or its duly authorized representative to inspect the Payment Terminal at all reasonable times, subject to reasonable notice and during reasonable working hours at the relevant location; and (iv) comply with the relevant usage manuals for the Payment Terminals. d. At the end of the term of this Agreement, in case of any termination and/or in case the Payment Terminals will no longer be used by Customer, Customer will return all Payment Terminals to Flash within ten(10)business days. e. Customer shall provide Flash with data necessary for the electronic funds transfer ("Collection Data") in the form and at the times prescribed by Flash and shall make periodic checks and updates necessary to cause the Collection Data to be current and accurate at all times. Customer 2 warrants to Flash that all data and entries delivered to Flash by Customer will (a) be correct in form, (b) contain true and accurate information, (c) be fully authorized by the consumer or business,and(d)be timely under the terms and provisions of this Agreement. f. Bank Accounts. Customer shall provide Flash with bank account information for the deposit of funds collected through the Flash Payment Platform ("Customer Deposit Account"). Customer shall also provide bank account information,if different from the Customer Deposit Account,for Flash to be able to withdraw its Fees set forth in Section 5 ("Customer Funding Account"). Such account information shall be in the form of a bank letter or voided check from Customer's bank. g. Customer acknowledges that an authorization obtained through the Payment Services only confirms the availability of the cardholder's credit at the time of the authorization. Such authorization does not warrant that the person presenting the card is the rightful cardholder, nor is it an unconditional promise,guarantee or representation by Flash that a transaction is or will be deemed valid and not subject to dispute, debit or chargeback. 5. FEES AND PAYMENT. a. The Payment Services will be subject to the fees set forth in Schedule A attached hereto. Notwithstanding the foregoing, pricing for the Payment Services may need to be adjusted to account for(i) increases in fees incurred by Flash from its payment platform provider, (ii) changes in applicable laws, regulations or Scheme Rules or (iii) inflation or other economic conditions. Therefore Flash may unilaterally raise the fees set forth in Schedule A upon 60(sixty)days'written notice to Customer. Customer may terminate this Agreement by providing written notice to Flash of its intent to terminate at least 10 (ten)days prior to the end of such 60 (sixty)-day notice period. b. Flash shall invoice Customer at the beginning of each month. The invoiced amounts shall be paid immediately and will be deducted from Customer Funding Account. Customer agrees to promptly review all reports and supporting documents related to invoiced amounts provided by Flash and further agrees to assert any disputes concerning the accuracy of invoiced amounts in writing within sixty(60)days from the date of receipt of each such report. Failure to dispute the invoiced amounts within this sixty (60) day period will result in the reports and the invoiced amounts therein being deemed accurate and accepted by Customer and Customer waives any right to contest the accuracy of such reports or the invoiced amounts detailed therein. c. Customer must ensure that the Funding Account at all times holds sufficient funds to ensure that Flash can directly withdraw any Fees due to Flash.ACH withdrawal failures for lack of sufficient funds will be subject to the ACH Reject Fee set forth on Schedule A. Customer shall promptly, and in any event, no later than twenty-four(24)hours,to resolve all ACH issues. If ACH issues are not resolved within twenty-four(24)hours, Flash shall have the right to withhold funds from future processing days. d. Flash will transfer funds to Customer's bank account via ACH on a T+2 basis. 6. TAXES.Each party is solely responsible for payment of any taxes(including sales or use taxes,transfer taxes, excise taxes, intangible taxes, and similar taxes and duties) owed as a result of the processing relationship established hereunder and hold the other party harmless from all claims and liability arising from its failure to report or pay such taxes. 7. TERM/TERMINATION. a. Term. This Agreement shall remain in full force and effect for as long as Flash provides Systems to Customer unless otherwise terminated pursuant to Section 7(b). b. Termination. Either Party may terminate this Agreement for any or no reason effective thirty(30) 3 days after giving written notice of intent to terminate. The termination of this Agreement shall not relieve any party of any obligations arising prior to such termination. 8. INDEMNIFICATION. Customer agrees to indemnify,defend,and hold harmless Flash,its affiliates and its and their officers, directors, employees and agents (collectively, the "Flash Parties") from and against any loss, liability, damage, penalty or expense (including, without limitation, attorneys' fees, expert witness fees and cost of defense)it or they may suffer or incur as a result of: (i) any failure to comply or any breach of, Customer or any officer, director, employee, agent or affiliate of Customer with the terms of this Agreement; (ii) any warranty or representation or covenant made by Customer hereunder being false or misleading or breached; (iii) any of the Flash Parties' use of any data (including,without limitation, Collection Data) and entries provided by Customer(or on Customer's behalf) in the performance of Flash's obligations to the Customer under this Agreement; (iv) any negligence or willful misconduct of Customer or its officers,directors,employees,agents or affiliates; (v) any representation or warranty made by Customer or any officer, director, employee, agent or affiliate of Customer to any third party. 9. DISCLAIMER OF WARRANTIES. THE PAYMENT SERVICES ARE PROVIDED "AS IS". FLASH DISCLAIMS ALL WARRANTIES,EXPRESS,IMPLIED,OR STATUTORY,TO CUSTOMER AS TO ANY MATTER WHATSOEVER, INCLUDING, WITHOUT LIMITATION, ALL IMPLIED WARRANTIES OF MERCHANTABILITY, AND FITNESS FOR A PARTICULAR PURPOSE. NO ORAL OR WRITTEN INFORMATION OR ADVICE GIVEN BY ANY FLASH PARTIES SHALL CREATE A WARRANTY OR IN ANY WAY INCREASE THE SCOPE OF FLASH'S OBLIGATIONS. WITHOUT LIMITING THE GENERALITY OF THE FOREGOING, FLASH DOES NOT WARRANT THAT THE PAYMENT SERVICES WILL BE UNINTERRUPTED, FREE OF ERRORS, VIRUSES OR DEFECTS, OR AVAILABLE WITHOUT DELAY, OR THAT ERRORS OR DEFECTS ARE CAPABLE OF BEING REMEDIED OR CORRECTED. 10. LIMITATION OF LIABILITY. NEITHER PARTY SHALL BE LIABLE TO THE OTHER FOR SPECIAL, INDIRECT, INCIDENTAL, CONSEQUENTIAL, EXEMPLARY OR PUNITIVE DAMAGES OF THE OTHER OR FOR ANY FORM OF DAMAGES(EVEN IF ADVISED OF THE POSSIBILITY THEREOF) OTHER THAN DIRECT DAMAGES ARISING OUT OF, OR IN CONNECTION WITH, THIS AGREEMENT OR THE SUBJECT MATTER HEREOF. Except for any claim or action arising out of or relating to a parry's fraud,gross negligence,or willful misconduct in its performance of the services or other obligations under this agreement,each parry's total liability hereunder under any other theory of liability is limited to the fees paid by Customer(excluding any pass through expenses such as interchange fees or any other fees imposed by any acquiring bank, processor or payment card processing network, including but not limited to Visa, Mastercard and American Express ("Card Schemes")) under this Agreement during the twelve (12) months immediately preceding the event giving rise to the claim. Notwithstanding the foregoing,the Parties aggregate liability for(a)either Parry's defense and indemnification obligations under this Agreement; or (b) either Party's liability to the other party for losses incurred by such other Party arising from fraud,gross negligence, or willful misconduct of the liable Party shall not exceed two times (2X)the fees paid by Customer to Flash(excluding any pass through expenses such as interchange fees or any other fees imposed by any acquiring bank, processor or the Card Schemes) under this Agreement during the twelve (12)months immediately preceding the event giving rise to the claim. 11. GENERAL a. Governing Law; Forum Selection. This Agreement shall be construed, interpreted and enforced 4 in accordance with the laws of the State of Texas without giving effect to principles of conflicts of laws that would require the application of any other law. Any legal suit, action or proceeding arising out of this Agreement or the matters contemplated hereunder shall be instituted in state court in Travis County, Texas, and each party irrevocably submits to the exclusive jurisdiction of such courts in any such suit, action or proceeding and waives any objection based on improper venue or inconvenient forum. Service of process, summons,notice or other document by mail to such party's address set forth herein shall be effective service of process for any suit, action or other proceeding brought in any such court. b. Survival. The terms of any Sections that by their nature are intended to extend beyond termination shall survive termination of this Agreement for any reason, including Section 8 through 11. c. Notices. All notices hereunder shall be in writing and shall be deemed given by email at the email address listed below or upon personal delivery by United States mail, first class postage fully prepaid, return receipt requested, addressed to Flash and Customer at their respective addresses as listed below. Any parry may change its email contact address or postal address for notice in accordance with the terms of this Section. If to Flash: ATTN: General Counsel 2500 Bee Caves Roads, Building 3, Suite 400 Austin, TX 78746 Email: legal@flashparking.com If to Customer,to the address set forth on the signature page hereto. d. Costs and Expenses of Enforcement. If suit or action is instituted to enforce or interpret any of the terms of this Agreement, the substantially prevailing party (as determined by the court resolving such dispute) shall be entitled to recover from the other party, in addition to costs, reasonable legal fees and expenses. e. Confidentiality. Each Parry agrees that it will not disclose to any third party any non-public, confidential or proprietary information it obtains with respect to the other Party pursuant to this Agreement("Confidential Information")except as expressly permitted hereunder,and that it will treat all such information as confidential. Each Party may disclose Confidential Information to its officers,employees, contractors and advisors,in each case on a need-to-know basis in connection with the performance or enforcement of this Agreement, and provided that such officers, employees, contractors and advisors are bound by obligations in this Agreement until such Confidential Information no longer constitutes a trade secret under applicable law. f. Assignment. In the event Customer assigns or transfers ownership of the Locations, Customer shall, as a condition to such assignment or transfer, require the new owner of the Location to assume Customer's obligations under this Agreement, and following such assignment or transfer such new owner shall be the "Customer"for all purposes of this Agreement; provided,that such an assignment or transfer of the Location shall not relieve Customer of any of its obligations under this Agreement arising prior to such assignment or transfer. Except in connection with an assignment or transfer of the Location as provided in the precedent sentence, neither party may assign or dispose of any of its rights or obligations under this Agreement without the prior written consent of the other parry, such consent not to be unreasonably withheld,conditioned or delayed; provided,that Flash may assign this Agreement in connection with the sale of all or substantially all of Flash's assets or business (whether structured as an asset sale, a stock sale, a merger or otherwise) to the acquiror thereof. This Agreement is binding on the successors and permitted 5 assigns of the parties. g. Relationship of Parties. Nothing in this Agreement shall constitute or be deemed to constitute a partnership or joint venture between the parties hereto or constitute or be deemed to constitute any party the agent or employee of the other party for any purpose whatsoever, and neither party shall have authority or power to bind the other or to contract in the name of, or create a liability against,the other in any way or for any purpose. h. Entire Agreement. This Agreement,including any schedule or exhibit attached hereto,constitutes the entire agreement of the parties with respect to the subject matter hereof. There are no other promises,representations,terms,conditions or obligations other than those contained herein.This agreement supersedes all prior communications, representations or agreements, oral or written, between the parties and shall not be modified except in writing signed by both parties. [Signature Page Follows] 6 IN WITNESS WHEREOF,the undersigned duly authorized representatives of the parties have executed this Agreement as of the date first written above. FLASH: By: Name: Title: CUSTOMER: By: Name of Signatory: Title: Address for Notices: Date 7 SCHEDULE A a) For transactions where the cardholder is physically present and presents a payment card to Customer for payment("Point of Sale Transactions" or 'POS Transactions'), the fee shall be 2.90%of the transaction plus $0.15 per transaction. For attempted but failed POS Transactions,the fee shall be $0.15 per attempted but failed transaction. b) For transactions where the cardholder is not physically present, including transactions conducted online or over the phone ("Card Not Present Transactions"),the fee shall be 3.33%of the transaction amount plus$0.20 per transaction. For attempted but failed Card Not Present Transactions,the fee shall be $0.20 per attempted but failed transaction. c) For transactions that are using an iPhone to accept NFC card present transactions, an iPhone Tap to Pay fee shall be $0.05 per transaction, in addition to the POS Transaction Fee listed above. d) Chargeback Fee shall be $20.00 per chargeback, regardless of whether the chargeback was won or lost. e) Reversal Fee shall be $10.00 per occurrence. f) Monthly Account Fee shall be $15.00 per month. g) Statement Fee shall be $25.00 per month. h) Batch Processing Fee shall be $0.20 for each batch processed. i) ACH Reject Fee shall be $40.00 per Rejected attempt. j) Each new MID requires a one-time setup fee of$50. k) Gateway Fee shall be $0.05 8 se U NCOOppgpl AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Ernesto De La Garza, Interim ACM & Director of Public Works ErnestoD2@cctexas.com (361) 826-1677 Peter Collins, Director of Information Technology Peterc@cctexas.com (361) 826-3735 Sergio Villasana, Director of Finance & Procurement Sergiov2@cctexas.com (361) 826-3227 Purchase of NoTraffic Mobility Platform: Hardware and Al Detection Modules CAPTION: Motion authorizing the purchase of the NoTraffic mobility platform for 77 intersections from Texas Highway Products, Ltd., of Round Rock, through the BuyBoard purchasing cooperative, in the amount of $1 ,801 ,985.00 for software licenses, hardware, and components to enhance traffic signal operations to improve signal timing, safety, mobility, and begin synchronization along designated corridors to be completed in two phases (61 intersections and 16 intersections, respectively) for the Public Works Department, with FY 2025 funding of$1 ,432,215.00 from G.O. Bond 2018 and Street CIP and FY 2026 funding of $369,770.00 from the Streets Fund, subject to approval of the annual budget. SUMMARY: This is a motion to approve funding for the purchase of the NoTraffic mobility platform that includes hardware and Al detection modules in support of the City's Traffic Management Center (TMC) goals of improving traffic signal operations at 77 intersections. BACKGROUND AND FINDINGS: The Public Works Department is responsible for management of the City's Traffic Management Center (TMC). It serves as a centralized location to coordinate, monitor, and oversee the City's traffic signals transportation network to optimize performance. The TMC uses Intelligent Transportation Systems (ITS), which includes hardware and software, to remotely enhance safety and efficiency of traffic operations. This includes remote monitoring, data collection, live traffic surveillance, incident response, receiving and monitoring alerts, and adjustment of operations in real time. Traffic detection systems are essential in managing traffic operations. They provide critical information used for performance measures, data collection and data analytics. These detection systems are either in-roadway systems (e.g. inductive loops) embedded in the pavement or over-roadway systems (e.g. video, radar) mounted on a pole. Existing systems installed in the City are over-roadway systems using video, radar, or hybrid (video + radar) systems for traffic detection. The Public Works Department currently maintains 259 signalized locations (251- signalized intersections and 8-midblock pedestrian crossings). Detection hardware is required at 252 of the 259 locations. The goal is to provide improvements at all 252 locations whether they are beyond their life cycle or currently nonexistent. Currently, radars only exist at 225 of the 252 locations. The typical life cycle or warranty period for a radar sensor is five (5)years. Of the 225 locations where radars exist, 168 have met and exceeded their service life (75% of intersections). In most cases they are five to ten years beyond desired life cycle. Sensors beyond their life cycle will eventually lose functionality. Additionally, the cabinet interface device used to communicate to the outdated radar sensors are now discontinued. Once either fail, the ability to detect vehicles at an intersection will be lost which will impact signal operations by increasing delays and the ability to synchronize signals along a corridor. Staff would also have to resort to manual collection and observations to resolve and address operations. In FY2024 Public Works began a plan to replace outdated detection systems Citywide. City Council approved a package to purchase radars for 25 intersections and software to enhance mobility and begin synchronization along signalized corridors. These radars were installed and signal coordination was performed along segments of Staples Street, Saratoga Boulevard, and Rodd Field Road. Travel time has been improved with reductions of up to 2 minutes in AM travel time and 3 minutes in PM travel time. By the end of FY 2025 a total of 44 intersections will be upgraded with new detection systems through in-house or Bond project initiatives. An additional 13 intersections are planned for upgrades as part of future projects by the City or TXDOT over the next few years. The purchase of the NoTraffic mobility platform for 77 intersections, in addition to current and future upgrades, will enhance 134 of the 252 locations (53% of the network). Future funding will be required to address the remaining 118 intersections that are beyond the life cycle or contain no detection (47% of the network). This number may be reduced if any of the remaining 118 intersections are considered unwarranted requiring removal of the traffic signal. The radars associated with the NoTraffic mobility platform are hybrid sensors. They were piloted by Public Works at seven (7) intersections along Shoreline Boulevard, Park Road 22, Staples Street and London Pirate Road before considering this more robust purchase. They detect vehicles up to 720 feet in all weather conditions. These devices are also equipped with Al object detection, collect vehicle classification, provide live video, real-time alerts, turning movement counts and signal performance measures. The NoTraffic platform also provides 24/7 management, system alerts, and remote troubleshooting. These functionalities will allow the ability to enhance operations and aid in signal coordination. These systems have met all security and safety requirements of the IT Department. PROCUREMENT DETAIL: The procurement is through the BuyBoard Cooperative. Contracts awarded through the BuyBoard Cooperative have been competitively procured in compliance with local and state procurement requirements. ALTERNATIVES: An alternative is to not approve the purchase. City staff would have to rely on manual data collection and observations to resolve calls to resolve operational, mobility, and safety concerns at intersections due to non-functioning radar equipment. FISCAL IMPACT: Expenditures will total $1 ,432,215.00 for FY25 to provide for equipment with funding available in the Street Fund, with future years budgeted through the annual budgeting process. Funding Detail (Phase 1): Fund: 3530- Street CIP Department: 33 - Streets Organization/Activity: 89 Project # (CIP Only): 23045- Traffic Signals & Infrastructure Installation Account: 550720 - Equipment Purchase CIP Amount: $820,215 Fund: 3556- ST2020 Bond 2018 P1 Department: 33 - Streets Organization/Activity: 89 Project # (CIP Only): 18048 — TxDOT Participation/Traffic Co Account: 550720 - Equipment Purchase CIP Amount: $612,000 Funding Detail (Phase 2): Fund: 1041- Streets Fund Department: 33 - Streets Organization/Activity: 12310 - Traffic Engineering Project # (CIP Only): N/A Account: 530215 - Maintenance & Repairs Contracted Amount: $369,770 RECOMMENDATION: Staff recommends approval of this motion as presented. LIST OF SUPPORTING DOCUMENTS: Quote Presentation Texas Highway Products, LTD QUOTE NIT 1309 Clark St., Round Rock,TX 78681 Q-2515725 Phone: (512)255-7633 Fax: (512)255-7634 DATE: 07/14/2025 www.trafficsignals.com ACCOUNT: PREPARED FOR: PREPARED BY: Corpus Christi, City of Corpus Christi, City of Tim Morehead 2525 Hygeia Renee Couture Email:tmorehead@trafficsignals.com Corpus Christi,TX 78415 Phone:(512)255-7633 Fax:(512)255-7634 JOB SHIPPING&TRACKING INFO SHIPPING TERMS ESTIMATED PAYMENT DELIVERY DATE TERMS Corpus Christi 61 NT Intersections Year 1 Best Way FOB Shipping Pt Net 30 ITEM# PRODUCT NAME DESCRIPTION CITY UNIT PRICE LINE TOTAL NT-DIET NOTRAFFIC MOBILITY PLATFORM: Hardware and Al Detection Modules. NoTraffic 1 NT-DET hardware per intersection WITH 5-years of 54 $22,660.00 $1,223,640.00 Access to Mobility OS,of NOC Monitoring,of Connectivity,and 5-YR Hardware Warranty. NT-Control Unit- NEXUS. NoTraffic Control Unit- installed in PRD-00000100- cabinet with Application Manager Software- 1 54 04 per cabinet. NoTraffic V2X Connected Vehicle Transponder NT-V2X Sensor Road Side Unit integrated Radar&Video Unit- PRD- Detection Sensor ADV&Stop Bar in One- 54 S0000100-10 installed on Camera bracket- not included 1 per intersection NoTraffic Radar&Video Detection Sensor ADV& NT-Sensor Unit Stop Bar in One-installed on Camera bracket- 162 PRD-S0000101-10 not included 1 per approach NT-Power DIN rail NoTraffic Din Rail to power external sensors- -PRD-DR000002- equipment include ip-relay,4-sensor terminal 54 01 blocks,disconnect means- 1 per cabinet NT-Main DIN rail- NoTraffic Din Rail cabinet to power internal components- DC Pwr Spply,comm equipment PRD-DR000001- 54 01 include modem serial number, switch,cables- 1 per cabinet NT-Antenna BASE AND COVER ASSEMBLY- 1 PER CABINET 54 Housing NT-SDLC-CBL- The 15 to 15 cable is our SDLC cable. 6 ft. long. 54 AC000003-00 Use for No Traffic. NT-ANT 00000001-00 Synergy 9 in 1 Antenna (1 PER CABINET) 54 Standard Camera Mount 70 inches Band. Side of SB-SS-SB70-CM 216 Pole Mount or Top of Pole Mounting option. HEN-1/4x3/4 1/4x3/4 screw for Spring Nuts. 216 Screw HENKE-A4006- 1/4-20 thread spring nut for DIN Rails HENKE 216 1420EG Cabinets 7/13/2025 9:54:51 PM Page 1 of 4 Texas Highway Products, LTD QUOTE NIT 1309 Clark St., Round Rock,TX 78681 Q-2515725 Phone: (512)255-7633 Fax: (512)255-7634 DATE: 07/14/2025 www.trafficsignals.com ACCOUNT: PREPARED FOR: PREPARED BY: Corpus Christi, City of Corpus Christi, City of Tim Morehead 2525 Hygeia Renee Couture Email:tmorehead@trafficsignals.com Corpus Christi,TX 78415 Phone:(512)255-7633 Fax:(512)255-7634 JOB SHIPPING&TRACKING INFO SHIPPING TERMS ESTIMATED PAYMENT DELIVERY DATE TERMS Corpus Christi 61 NT Intersections Year 1 Best Way FOB Shipping Pt Net 30 DIAMOND NoTraffic Intersection Vehicle Detection and Sensing with System Standard Analytics 1xNoTraffic Control Unit with 13 NT-DIET-6-WAY Antenna,2 x main DIN,power DIN and SDLC 6 $29,870.00 $179,220.00 cable 6 x NoTraffic Smart Sensors:4Sensor Units,2-V2X Sensor x Brackets and 3 cond cond NT-Control Unit- NEXUS. NoTraffic Control Unit-installed in PRD-00000100- cabinet with Application Manager Software- 1 6 04 per cabinet. NoTraffic V2X Connected Vehicle Transponder NT-V2X Sensor Road Side Unit integrated Radar&Video Unit- PRD- Detection Sensor ADV&Stop Bar in One- 12 S0000100-10 installed on Camera bracket- not included 1 per intersection NoTraffic Radar&Video Detection Sensor ADV& NT-Sensor Unit- Stop Bar in One-installed on Camera bracket- 24 PRD-S0000101-10 not included 1 per approach NT-PRD- NT-PRD03 01 6 approach power DIN. Diamond Config. 6 NT-Main DIN rail- NoTraffic Din Rail cabinet to power internal components- DC Pwr Spply,comm equipment PRD-DR000001- 6 01 include modem serial number, switch,cables- 1 per cabinet NT-Antenna BASE AND COVER ASSEMBLY- 1 PER CABINET 6 Housing NT-ANT 00000001-00 Synergy 9 in 1 Antenna (1 PER CABINET) 6 NT-KIT- Wifi Repeater kit(new) 6 AC000007-00 NT-KIT AC000005-01 Active PoE injector kit 6 Standard Camera Mount 70 inches Band. Side of SB-SS-SB70-CM 36 Pole Mount or Top of Pole Mounting option. HENKE-A4006- 1/4-20 thread spring nut for DIN Rails HENKE 24 1420EG Cabinets FS EN-1/4x3/4 1/4x3/4 screw for Spring Nuts. 24 crew 7/13/2025 9:54:51 PM Page 2 of 4 Texas Highway Products, LTD QUOTE NIT 1309 Clark St., Round Rock,TX 78681 Q-2515725 Phone: (512)255-7633 Fax: (512)255-7634 DATE: 07/14/2025 www.trafficsignals.com ACCOUNT: PREPARED FOR: PREPARED BY: Corpus Christi, City of Corpus Christi, City of Tim Morehead 2525 Hygeia Renee Couture Email:tmorehead@trafficsignals.com Corpus Christi,TX 78415 Phone:(512)255-7633 Fax:(512)255-7634 JOB SHIPPING&TRACKING INFO SHIPPING TERMS ESTIMATED PAYMENT DELIVERY DATE TERMS Corpus Christi 61 NT Intersections Year 1 Best Way FOB Shipping Pt Net 30 DIAMOND NoTraffic Intersection Vehicle Detection and Sensing with System Standard Analytics 1xNoTraffic Control Unit with 26 NT-DIET-6-WAY Antenna,2 x main DIN,power DIN and SDLC 1 $29,355.00 $29,355.00 cable 6 x NoTraffic Smart Sensors:4Sensor Units,2-V2X Sensor x Brackets and 3 cond cond NT-Control Unit- NEXUS. NoTraffic Control Unit-installed in PRD-00000100- cabinet with Application Manager Software- 1 1 04 per cabinet. NoTraffic V2X Connected Vehicle Transponder NT-V2X Sensor Road Side Unit integrated Radar&Video Unit- PRD- Detection Sensor ADV&Stop Bar in One- 2 S0000100-10 installed on Camera bracket- not included 1 per intersection NoTraffic Radar&Video Detection Sensor ADV& NT-Sensor Unit- Stop Bar in One-installed on Camera bracket- 4 PRD-S0000101-10 not included 1 per approach NT-PRD- NT-PRD03 01 6 approach power DIN. Diamond Config. 1 NT-Main DIN rail- NoTraffic Din Rail cabinet to power internal components- DC Pwr Spply,comm equipment PRD-DR000001- 1 01 include modem serial number, switch,cables- 1 per cabinet NT-Antenna BASE AND COVER ASSEMBLY- 1 PER CABINET 1 Housing Standard Camera Mount 70 inches Band. Side of SB-SS-SB70-CM 6 Pole Mount or Top of Pole Mounting option. HENKE-A4006- 1/4-20 thread spring nut for DIN Rails HENKE 4 1420EG Cabinets HEN-1/4x3/4 1/4x3/4 screw for Spring Nuts. 4 Screw Subtotal $1,432,215.00 Tax $0.00 ORDER TOTAL $1,432,215.00 Note: BUYBOARD PROPOSAL NO. 703-23, HIGHWAY SAFETY AND TRAFFIC CONTROL PRODUCTS (55 standard, 6 Diamonds Et 1 Extended) A 4 Texas Highway Products, LTD QUOTE NIT 1309 Clark St., Round Rock,TX 78681 Q-2515725 Phone: (512)255-7633 Fax: (512)255-7634 DATE: 07/14/2025 www.trafficsignals.com ACCOUNT: PREPARED FOR: PREPARED BY: Corpus Christi, City of Corpus Christi, City of Tim Morehead 2525 Hygeia Renee Couture Email:tmorehead@trafficsignals.com Corpus Christi,TX 78415 Phone: (512)255-7633 Fax:(512)255-7634 JOB SHIPPING&TRACKING INFO SHIPPING TERMS ESTIMATED PAYMENT DELIVERY DATE TERMS Corpus Christi 61 NIT Intersections Year 1 Best Way FOB Shipping Pt Net 30 ALL QUOTES ARE VALID FOR 30 DAYS. PLEASE SEND PO'S TO: MCAMP@TRAFFICSIGNALS.COM AND THPACCOUNTING@TRAFFICSIGNALS.COM SHIPPING/FREIGHT CHARGES WILL BE APPLIED ON SALES INVOICE UPON SHIPMENT OF ORDER. THP ON-SITE ASSISTANCE IS AVAILABLE FOR ADDITIONAL FEES. SUPPORT ITEMS ARE AVAILABLE ON BUYBOARD&SMARTBUY PLEASE CONTACT US TO VERIFY PRICING IF YOUR QUOTE IS OLDER THAN 30 DAYS. PURCHASER TO VERIFY ALL QUANTITIES PRIOR TO PLACING ORDER. A CREDIT CARD FEE OF 4%IS ADDED TO CREDIT CARD PAYMENTS. THANK YOU FOR YOUR BUSINESS! 7/13/2025 9:54:51 PM Page 4 of 4 Texas Highway Products, LTD QUOTE NIT 1309 Clark St., Round Rock,TX 78681 Q-2515816 Phone: (512)255-7633 Fax: (512)255-7634 DATE: 07/14/2025 www.trafficsignals.com ACCOUNT: PREPARED FOR: PREPARED BY: Corpus Christi, City of Corpus Christi, City of Tim Morehead 2525 Hygeia Renee Couture Email:tmorehead@trafficsignals.com Corpus Christi,TX 78415 Phone:(512)255-7633 Fax:(512)255-7634 JOB SHIPPING&TRACKING INFO SHIPPING TERMS ESTIMATED PAYMENT DELIVERY DATE TERMS Corpus Christi 16 Intersections Year 2 Best Way FOB Shipping Pt Net 30 ITEM# PRODUCT NAME DESCRIPTION CITY UNIT PRICE LINE TOTAL NT-DIET NOTRAFFIC MOBILITY PLATFORM: Hardware and Al Detection Modules. NoTraffic 1 NT-DET hardware per intersection WITH 5-years of 15 $22,660.00 $339,900.00 Access to Mobility OS,of NOC Monitoring,of Connectivity,and 5-YR Hardware Warranty. NT-Control Unit- NEXUS. NoTraffic Control Unit- installed in PRD-00000100- cabinet with Application Manager Software- 1 15 04 per cabinet. NoTraffic V2X Connected Vehicle Transponder NT-V2X Sensor Road Side Unit integrated Radar&Video Unit- PRD- Detection Sensor ADV&Stop Bar in One- 15 S0000100-10 installed on Camera bracket- not included 1 per intersection NoTraffic Radar&Video Detection Sensor ADV& NT-Sensor Unit Stop Bar in One-installed on Camera bracket- 45 PRD-S0000101-10 not included 1 per approach NT-Power DIN rail NoTraffic Din Rail to power external sensors- -PRD-DR000002- equipment include ip-relay,4-sensor terminal 15 01 blocks,disconnect means- 1 per cabinet NT-Main DIN rail- NoTraffic Din Rail cabinet to power internal components- DC Pwr Spply,comm equipment PRD-DR000001- 15 01 include modem serial number, switch,cables- 1 per cabinet NT-Antenna BASE AND COVER ASSEMBLY- 1 PER CABINET 15 Housing NT-SDLC-CBL- The 15 to 15 cable is our SDLC cable. 6 ft. long. 15 AC000003-00 Use for No Traffic. NT-ANT 00000001-00 Synergy 9 in 1 Antenna (1 PER CABINET) 15 Standard Camera Mount 70 inches Band. Side of SB-SS-SB70-CM 60 Pole Mount or Top of Pole Mounting option. HEN-1/4x3/4 1/4x3/4 screw for Spring Nuts. 60 Screw HENKE-A4006- 1/4-20 thread spring nut for DIN Rails HENKE 60 1420EG Cabinets 7/13/2025 9:59:24 PM Page 1 of 3 Texas Highway Products, LTD QUOTE NIT 1309 Clark St., Round Rock,TX 78681 Q-2515816 Phone: (512)255-7633 Fax: (512)255-7634 DATE: 07/14/2025 www.trafficsignals.com ACCOUNT: PREPARED FOR: PREPARED BY: Corpus Christi, City of Corpus Christi, City of Tim Morehead 2525 Hygeia Renee Couture Email:tmorehead@trafficsignals.com Corpus Christi,TX 78415 Phone:(512)255-7633 Fax:(512)255-7634 JOB SHIPPING&TRACKING INFO SHIPPING TERMS ESTIMATED PAYMENT DELIVERY DATE TERMS Corpus Christi 16 Intersections Year 2 Best Way FOB Shipping Pt Net 30 DIAMOND NoTraffic Intersection Vehicle Detection and Sensing with System Standard Analytics 1xNoTraffic Control Unit with 13 NT-DIET-6-WAY Antenna,2 x main DIN,power DIN and SDLC 1 $29,870.00 $29,870.00 cable 6 x NoTraffic Smart Sensors:4Sensor Units,2-V2X Sensor x Brackets and 3 cond cond NT-Control Unit- NEXUS. NoTraffic Control Unit-installed in PRD-00000100- cabinet with Application Manager Software- 1 1 04 per cabinet. NoTraffic V2X Connected Vehicle Transponder NT-V2X Sensor Road Side Unit integrated Radar&Video Unit- PRD- Detection Sensor ADV&Stop Bar in One- 2 S0000100-10 installed on Camera bracket- not included 1 per intersection NoTraffic Radar&Video Detection Sensor ADV& NT-Sensor Unit- Stop Bar in One-installed on Camera bracket- 4 PRD-S0000101-10 not included 1 per approach NT-PRD- NT-PRD03 01 6 approach power DIN. Diamond Config. 1 NT-Main DIN rail- NoTraffic Din Rail cabinet to power internal components- DC Pwr Spply,comm equipment PRD-DR000001- 1 01 include modem serial number, switch,cables- 1 per cabinet NT-Antenna BASE AND COVER ASSEMBLY- 1 PER CABINET 1 Housing NT-ANT 00000001-00 Synergy 9 in 1 Antenna (1 PER CABINET) 1 NT-KIT- Wifi Repeater kit(new) 1 AC000007-00 NT-KIT AC000005-01 Active PoE injector kit 1 NT-KIT- AT-KIT- 6 00 Wired Ethernet repeater kit(PoE repeater) 1 Standard Camera Mount 70 inches Band. Side of SB-SS-SB70-CM 6 Pole Mount or Top of Pole Mounting option. HENKE-A4006- 1/4-20 thread spring nut for DIN Rails HENKE 4 1420EG Cabinets HEN-1/4x3/4 1/4x3/4 screw for Spring Nuts. 4 Screw 7/13/2025 9:59:24 PM Page 2 of 3 Texas Highway Products, LTD QUOTE NIT 1309 Clark St., Round Rock,TX 78681 Q-2515816 Phone: (512)255-7633 Fax: (512)255-7634 DATE: 07/14/2025 www.trafficsignals.com ACCOUNT: PREPARED FOR: PREPARED BY: Corpus Christi, City of Corpus Christi, City of Tim Morehead 2525 Hygeia Renee Couture Email:tmorehead@trafficsignals.com Corpus Christi,TX 78415 Phone:(512)255-7633 Fax:(512)255-7634 JOB SHIPPING&TRACKING INFO SHIPPING TERMS ESTIMATED PAYMENT DELIVERY DATE TERMS Corpus Christi 16 Intersections Year 2 Best Way FOB Shipping Pt Net 30 Subtotal $369,770.00 Tax $0.00 ORDER TOTAL $369,770.00 Note: BUYBOARD PROPOSAL NO. 703-23, HIGHWAY SAFETY AND TRAFFIC CONTROL PRODUCTS ALL QUOTES ARE VALID FOR 30 DAYS. PLEASE SEND PO'S TO: MCAMP@TRAFFICSIGNALS.COM AND THPACCOUNTING@TRAFFICSIGNALS.COM SHIPPING/FREIGHT CHARGES WILL BE APPLIED ON SALES INVOICE UPON SHIPMENT OF ORDER. THP ON-SITE ASSISTANCE IS AVAILABLE FOR ADDITIONAL FEES. SUPPORT ITEMS ARE AVAILABLE ON BUYBOARD&SMARTBUY PLEASE CONTACT US TO VERIFY PRICING IF YOUR QUOTE IS OLDER THAN 30 DAYS. PURCHASER TO VERIFY ALL QUANTITIES PRIOR TO PLACING ORDER. A CREDIT CARD FEE OF 4%IS ADDED TO CREDIT CARD PAYMENTS. THANK YOU FOR YOUR BUSINESS! 7/13/2025 9:59:24 PM Page 3 of 3 V SION ZERO aofoo'I'S. o 0 CORPUS CHRISTI Traffic Management Center Upgrades Purchase of NoTraffic Mobility Platform: Hardware and Al Detection Modules City Council Presentation � / September 23, 2025 Traffic Management Center FUNCTIONS: • Enhance Mobility, Safety & Corridor Performance • Remote Monitoring • Live Surveillance • Incident Management • Data Collection & Performance Measures — - ; • Real-Time Alerts " • Signal Coordination & Timing 'ay hp.,walmift 2 Existing Radar Detection • Past Service Life, Warranty, or Nonexistent o 195 of 252 Locations (77%) • Upgrades performed at 57 of 252 locations where detection is required (FY2025). NO pr MP RIGHT St is I TURN o d d d g ' 00 ON RED _ 3 NoTraff is Mobility Platform , NoTraffic Al Mobility Platform (& / NeXUS � Sensor :7 u Edge devices& v� Al Detection P Edge devices and smart I �d sensors powered by AI RRR+++ Read more > Mobility OS Mobility Store Operations Center 24/7 4 NoTraff is Mobility Platform . . • Hybrid Detection (Video + Radar) • Advanced Detection (Up to 720-ft) Provides Vehicle Counts & Traffic Analytics; Provides Controller Status • Al Detection • 24/7 Monitoring • Signal Timing 1 5 NoTraff is Mobility Platform 7 LOCATIONS: Mg Park Road 22 °°th,B • the Bay o Aquarius Drive o SH361 hit, • Shoreline Drive ..... o Peoples Street LIN' o Lawrence Street • Staples Street .� o Agnes Street o Laredo Street .°°TN91DE • Weber (FM43) o London Pirate Road o 0 6 NoTraffic Mobility Platform -------------------------------------- 1111111111111L - [I...1111 totli Traffic Count &Vehicle Classification Signal Performance -ENCE ST&SHDRELINE-D -L-d EL. L Live Video &Controller Status 24/7 Monitoring Recommendation Purchase NoTraffic Mobility Platform for 77 Intersections - $1,801,985 • Year 1 - $1,432,215 (G.O. Bond 2018 & Street CIP) Year 1-61 Intersections Year 2-16 Intersections • Year 2 - $369,770 (Street Fund) Airline Rd (9) Baldwin Blvd(6) • Improvements Kostoryz Rd(11) Holly Rd(4) O Signal Coordination lH 37(3) Yorktown Blvd(1) o Vehicle Detection Shoreline Blvd (3) Rodd Field Rd (2) O Safety ocean Dr (6) Ayers St(3) Everhart Rd (9) Weber Rd(9) Waldron Rd (5) Horne Rd (6) se o° a o� A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Wesley Nebgen, Director of Water System Infrastructure Wes leyN Ca-)cctexas.com (361) 826-3111 Sergio Villasana, Director, Finance & Procurement SergioV2�cctexas.com (361) 826-3227 Purchase of Sodium Bisulfite for Wastewater Treatment Plants CAPTION: Motion authorizing execution of a one-year supply agreement, with two one-year options, with Southern Ionics Incorporated, of West Point, Mississippi, in an amount not to exceed $1,608,500.00, with a potential up to $4,825,500.00 if options are exercised, to purchase sodium bisulfite for Corpus Christi Water, with FY 2025 funding of $266,500.00 from the Wastewater Fund. SUMMARY: This motion authorizes a one-year supply agreement for sodium bisulfite for four of Corpus Christi Water's Wastewater Treatment Plants (WWTPs): Oso WWTP, Allison WWTP, Laguna Madre WWTP, and Broadway WWTP. Oso WWTP will be the primary user. Sodium Bisulfite is necessary for the de-chlorination of wastewater effluent as required by Texas Commission on Environmental Quality (TCEQ) environmental permits. BACKGROUND AND FINDINGS: Sodium Bisulfite is used to remove residual chlorine from treated wastewater before it reaches the receiving stream, in accordance with each plant's Texas Pollutant Discharge Elimination System (TPDES) permit as issued by the Texas Commission on Environmental Quality (TCEQ). Sodium bisulfite is added to wastewater effluent after the chlorine disinfection process to neutralize any remaining chlorine. The use of chlorine is one of the most common methods of disinfection which ensures the proper deactivation of harmful pathogens in wastewater effluent. Currently, Oso, Allison, and Laguna Madre Wastewater Treatment Plants (WWTPs) all use chlorine as the primary method of wastewater disinfection. Additionally, Broadway WWTP uses a small amount of chlorine to prevent algae growth in the sand filters. Southern Ionics Incorporated's main office is located in West Point, Mississippi with a plant facility located in Pasadena, Texas. PROCUREMENT DETAIL: Finance & Procurement conducted a Request for Bid (RFB) process to obtain bids. The City received three bids: two responsive, responsible bids and one non-responsive bid. Staff recommends the award to Southern Ionics Incorporated, the lowest, responsive, and responsible bidder. Southern Ionics Incorporated is the incumbent vendor. The price has decreased by .05 cents per gallon from the previous year. Description 2023-2025 2025 Variance Percentage Decrease Sodium Bisulfite per Gallon $2.10 $2.05 $0.05 -2.38% Unloading Delay per Hour $95.00 $95.00 $0.00 No change ALTERNATIVES: This chemical is necessary for public health and safety, and to meet TCEQ permit requirements. FISCAL IMPACT: The fiscal impact for Corpus Christi Water for FY 2025 is $266,500.00 from the Wastewater Fund. The remaining amount will be budgeted in future years through the annual budget process. FUNDING DETAIL: Fund: 4200 Wastewater Organization/Activity: 33100 Broadway Wastewater Treatment Plant Department: 46 Wastewater Account: 520010 Purification Chemicals Amount: $3,417.00 Fund: 4200 Wastewater Organization/Activity: 33110 Oso Wastewater Reclamation Plant Department: 46 Wastewater Account: 520010 Purification Chemicals Amount: $187,917.00 Fund: 4200 Wastewater Organization/Activity: 33130 Allison Wastewater Treatment Plant Department: 46 Wastewater Account: 520010 Purification Chemicals Amount: $37,583.00 Fund: 4200 Wastewater Organization/Activity: 33140 Laguna Madre Wastewater Treatment Plant Department: 46 Wastewater Account: 520010 Purification Chemicals Amount: $37,583.00 RECOMMENDATION: Staff recommends approval of this motion as presented. LIST OF SUPPORTING DOCUMENTS: Supply Agreement Bid Tabulation City of Corpus Christi Bid Tabulation Sr. Buyer: Minerva Alvarado RFB 6486 Sodium Bisulfite Bid Opening:5/21/2025 Southern Ionics Ineos Calabrian Incorporated Corporation Pencco, Inc.* West Point, MS Port Neches,TX Item Description Unit Qty Unit Price Total Price Unit Price Total Price Unit Price Total Price Sodium Bisulfite 1 Broadway Plant Gallon 10,000 $2.05 $20,500.00 $2.125 $21,250.00 $0.00 Sodium Bisulfite Oso 2 Plant Gallon 550,000 $2.05 $1,127,500.00 $2.125 $1,168,750.00 $0.00 Sodium Bisulfite Allison 3 Plant Gallon 110,000 $2.05 $225,500.00 $2.125 $233,750.00 $0.00 Sodium Bisulfite Laguna 4 Madre Plant Gallon 110,000 $2.05 $225,500.00 $2.125 $233,750.00 $0.00 5 Unloading Delay HRS 100 $95.00 $9,500.00 $0.00 $0.00 $0.00 $1,608,500.00 $1,657,500.00 0 *No Bid=Non responsive .Q,yus c� GO � O� H SUPPLY AGREEMENT NO. 6486 U Sodium Bisulfite NORPORPS EO 1852 THIS Sodium Bisulfite Supply Agreement ("Agreement") is entered into by and between the City of Corpus Christi, a Texas home-rule municipal corporation ("City") and Souther Ionics Incorporated ("Contractor"), effective upon execution by the City Manager or the City Manager's designee ("City Manager"). WHEREAS, Contractor has bid to provide Sodium Bisulfite in response to Request for Bid No. 6486 ("RFB"), which RFB includes the required scope of work and all specifications and which RFB and the Contractor's bid response are incorporated by reference in this Agreement as Exhibits 1 and 2, respectively, as if each were fully set out here in its entirety. NOW, THEREFORE, City and Contractor agree as follows: 1. Scope. Contractor will provide Sodium Bisulfite in accordance with the attached Scope of Work, as shown in Attachment A, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. "Goods," "products", and "supplies", as used in this Agreement, refer to and have the same meaning. 2. Term. (A) The Term of this Agreement is one year beginning on the date provided in the Notice to Proceed from the Contract Administrator or the City's Procurement Division. The parties may mutually extend the term of this Agreement for up to two additional one-year periods ("Option Period(s)"), provided, the parties do so in writing prior to the expiration of the original term or the then-current Option Period. (B) At the end of the Term of this Agreement or the final Option Period, the Agreement may, at the request of the City prior to expiration of the Term or final Option Period, continue on a month-to-month basis for up to six months with compensation set based on the amount listed in Attachment B for the Term or the final Option Period. The Contractor may opt out of this continuing term by providing notice to the City at least 30 days prior to the expiration of the Term or final Option Period. During the month-to-month term, either Party may terminate the Agreement upon 30 days' written notice to the other Party. 3. Compensation and Payment. This Agreement is for an amount not to exceed $1 ,608,500.00, subject to approved extensions and changes. Payment will be Supply Agreement Standard Form -Wastewater Page 1 of 7 Approved as to Legal Form March 8, 2022 made for goods delivered and accepted by the City within 30 days of acceptance, subject to receipt of an acceptable invoice. All pricing must be in accordance with the attached Bid/Pricing Schedule, as shown in Attachment B, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. Any amount not expended during the initial term or any option period may, at the City's discretion, be allocated for use in the next Option Period. Invoices must be mailed to the following address with a copy provided to the Contract Administrator: City of Corpus Christi Attn: Accounts Payable P.O. Box 9277 Corpus Christi, Texas 78469-9277 4. Contract Administrator. The Contract Administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement, including deductions for non-performance and authorizations for payment. The City's Contract Administrator for this Agreement is as follows: Diana Zertuche-Garza - Contract/Fund Administrator Corpus Christi Water Phone: 361-826-1827 Email: Dianag@cctexas.com 5. Insurance. Before performance can begin under this Agreement, the Contractor must deliver a certificate of insurance ("COI"), as proof of the required insurance coverages, to the City's Risk Manager and the Contract Administrator. Additionally, the COI must state that the City will be given at least 30 days' advance written notice of cancellation, material change in coverage, or intent not to renew any of the policies. The City must be named as an additional insured. The City Attorney must be given copies of all insurance policies within 10 days of the City Manager's written request. Insurance requirements are as stated in Attachment C, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. 6. Purchase Release Order. For multiple-release purchases of products to be provided by the Contractor over a period of time, the City will exercise its right to specify time, place and quantity of products to be delivered in the following manner: any City department or division may send to Contractor a purchase release order signed by an authorized agent of the department or division. The purchase release order must refer to this Agreement, and products will remain with Supply Agreement Standard Form -Wastewater Page 2 of 7 Approved as to Legal Form March 8, 2022 the Contractor until such time as the products are delivered and accepted by the City. 7. Inspection and Acceptance. City may inspect all products supplied before acceptance. Any products that are delivered but not accepted by the City must be corrected or replaced immediately at no charge to the City. If immediate correction or replacement at no charge cannot be made by the Contractor, a replacement product may be bought by the City on the open market and any costs incurred, including additional costs over the item's bid price, must be paid by the Contractor within 30 days of receipt of City's invoice. 8. Warranty. (A) The Contractor warrants that all products supplied under this Agreement are new, quality items that are free from defects, fit for their intended purpose, and of good material and workmanship. The Contractor warrants that it has clear title to the products and that the products are free of liens or encumbrances. (B) In addition, the products purchased under this Agreement shall be warranted by the Contractor or, if indicated in Attachment D by the manufacturer, for the period stated in Attachment D. Attachment D is attached to this Agreement and is incorporated by reference into this Agreement as if fully set out here in its entirety. 9. Quality/Quantity Adjustments. Any quantities indicated on the Bid/Pricing Schedule are estimates only and do not obligate the City to order or accept more than the City's actual requirements nor do the estimates restrict the City from ordering less than its actual needs during the term of the Agreement and including any Option Period. Substitutions and deviations from the City's product requirements or specifications are prohibited without the prior written approval of the Contract Administrator 10. Non-Appropriation. The continuation of this Agreement after the close of any fiscal year of the City, which fiscal year ends on September 30th annually, is subject to appropriations and budget approval specifically covering this Agreement as an expenditure in said budget, and it is within the sole discretion of the City's City Council to determine whether or not to fund this Agreement. The City does not represent that this budget item will be adopted, as said determination is within the City Council's sole discretion when adopting each budget. 11. Independent Contractor. Contractor will perform the work required by this Agreement as an independent contractor and will furnish such products in its own manner and method, and under no circumstances or conditions will any agent, servant or employee of the Contractor be considered an employee of the City. Supply Agreement Standard Form -Wastewater Page 3 of 7 Approved as to Legal Form March 8, 2022 12. Subcontractors. In providing the Goods, Contractor will not enter into subcontracts or utilize the services of subcontractors. 13. Amendments. This Agreement may be amended or modified only in writing executed by authorized representatives of both parties. 14. Waiver. No waiver by either party of any breach of any term or condition of this Agreement waives any subsequent breach of the same. 15. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other applicable taxes. Upon request, the City Manager shall be provided proof of payment of these taxes within 15 days of such request. 16. Notice. Any notice required under this Agreement must be given by fax, hand delivery, or certified mail, postage prepaid, and is deemed received on the day faxed or hand-delivered or on the third day after postmark if sent by certified mail. Notice must be sent as follows: IF TO CITY: City of Corpus Christi Attn: Diana Zertuche-Garza, Contract/Fund Administrator Corpus Christi Water 2726 Holly Road, Corpus Christi, TX 78415 PHone: 361-826-1827 Fax: 361-826-7215 IF TO CONTRACTOR: Southern Ionics Incorporated Attn: Megan S. Feth Business Support Specialist 579 Commerce Street, West Point, MS 39773 Phone: 662-494-3055 ext. 306 Fax: 662-495-2590 17. CONTRACTOR SHALL FULLY INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES') FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, AND CAUSES OF ACTION OF WHATEVER NATURE, CHARACTER, OR DESCRIPTION ON ACCOUNT OF PERSONAL INJURIES, PROPERTY LOSS, OR DAMAGE, OR ANY OTHER KIND OF INJURY, LOSS, OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES, Supply Agreement Standard Form -Wastewater Page 4 of 7 Approved as to Legal Form March 8, 2022 WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH A BREACH OF THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT BY THE CONTRACTOR OR RESULTS FROM THE NEGLIGENT ACT, OMISSION, MISCONDUCT, OR FAULT OF THE CONTRACTOR OR ITS EMPLOYEES OR AGENTS. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL CLAIMS AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING OR RESULTING FROM ANY SAID LIABILITY, DAMAGE, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SHALL SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. 18. Termination. (A) The City may terminate this Agreement for Contractor's failure to comply with any of the terms of this Agreement. The City must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City may terminate this Agreement immediately thereafter. (B) Alternatively, the City may terminate this Agreement for convenience upon 30 days advance written notice to the Contractor. The City may also terminate this Agreement upon 24 hours written notice to the Contractor for failure to pay or provide proof of payment of taxes as set out in this Agreement. 19. Owner's Manual and Preventative Maintenance. Contractor agrees to provide a copy of the owner's manual and/or preventative maintenance guidelines or instructions if available for any equipment purchased by the City pursuant to this Agreement. Contractor must provide such documentation upon delivery of such equipment and prior to receipt of the final payment by the City. 20. Limitation of Liability. The City's maximum liability under this Agreement is limited to the total amount of compensation listed in Section 3 of this Agreement. In no event shall the City be liable for incidental, consequential or special damages. 21. Assignment. No assignment of this Agreement by the Contractor, or of any right or interest contained herein, is effective unless the City Manager first gives written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City Manager's right to withhold consent to such assignment is within the sole discretion of the City Manager on any ground whatsoever. Supply Agreement Standard Form - Wastewater Page 5 of 7 Approved as to Legal Form March 8, 2022 22. Severability. Each provision of this Agreement is considered to be severable and, if, for any reason, any provision or part of this Agreement is determined to be invalid and contrary to applicable law, such invalidity shall not impair the operation of nor affect those portions of this Agreement that are valid, but this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part had been omitted. 23. Order of Precedence. In the event of any conflicts or inconsistencies between this Agreement, its attachments, and exhibits, such conflicts and inconsistencies will be resolved by reference to the documents in the following order of priority: A. this Agreement (excluding attachments and exhibits); B. its attachments; C. the bid solicitation document including any addenda (Exhibit 1 ); then, D. the Contractor's bid response (Exhibit 2). 24. Certificate of Interested Parties. Contractor agrees to comply with Texas Government Code Section 2252.908, as it may be amended, and to complete Form 1295 "Certificate of Interested Parties" as part of this Agreement if required by said statute. 25. Governing Law. Contractor agrees to comply with all federal, Texas, and City laws in the performance of this Agreement. The applicable law for any legal disputes arising out of this Agreement is the law of the State of Texas, and such form and venue for such disputes is the appropriate district, county, or justice court in and for Nueces County, Texas. 26. Public Information Act Requirements. This paragraph applies only to agreements that have a stated expenditure of at least $1 ,000,000 or that result in the expenditure of at least $1 ,000,000 by the City. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Contractor agrees that the contract can be terminated if the Contractor knowingly or intentionally fails to comply with a requirement of that subchapter. 27. Entire Agreement. This Agreement constitutes the entire agreement between the parties concerning the subject matter of this Agreement and supersedes all prior negotiations, arrangements, agreements and understandings, either oral or written, between the parties. 28. Consent Decree Requirements. This Agreement is subject to certain requirements provided for by the Consent Decree entered into as part of Civil Action No. 2:20- cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A set of Wastewater Consent Decree Special Supply Agreement Standard Form -Wastewater Page 6 of 7 Approved as to Legal Form March 8, 2022 Conditions has been attached as Attachment E, the content of which is incorporated by reference into this Agreement as if fully set out here in its entirety. The Contractor must comply with Attachment E while performing the Services. CONTRACTOR Signature. KhristyD.Todd(Aug25,202511:28:08CDT) Printed Name: Khristy D.Todd Title: Manager of Corporate Services Date: 08/25/2025 CITY OF CORPUS CHRISTI Rachel Erben Assistant Director, Contracts & Procurement Date: Attached and Incorporated by Reference: Attachment A: Scope of Work Attachment B: Bid/Pricing Schedule Attachment C: Insurance Requirements Attachment D: Warranty Requirements Attachment E: Wastewater Consent Decree Special Conditions Incorporated by Reference Only: Exhibit 1 : RFB No. 6486 Exhibit 2: Contractor's Bid Response Reviewed by: NoYa I/dr2z 08/25/2025 Nora Vargas(Aug 25,2 25 09:01:48 CDT) Purchasing Manager Date Supply Agreement Standard Form -Wastewater Page 7 of 7 Approved as to Legal Form March 8, 2022 Attachment A: Scope of Work 1.1 General Requirements/Background Information The Contractor shall provide 38%-44% sodium bisulfite solution—wet, as outlined in this Scope of Work, to be used at the City of Corpus Christi Wastewater Treatment Plants. This chemical is used for dechlorination of wastewater and must conform to all the requirements of this specification. 1.2 Product Specifications The sodium bisulfite solution (Aqueous) delivered under this agreement will meet the following specifications: Item Weight Sodium Bisulfite concentration 38% - 44% Sodium Sulfite concentration <1 Sodium Sulfate concentration <2% pH 3.5 - 5.0 1.3 Performance Requirements A. The Contractor shall provide an affidavit of compliance to the City of Corpus Christi stating that at the time of delivery, the chemical furnished under the release order complies with all applicable requirements of this specification. B. The Contractor shall provide a chemical analysis for each chemical shipment, which must include: 1 . Weight by percentage of sodium bisulfite concentration 2. Weight by percentage of sodium sulfite concentration 3. Weight by percentage of sodium sulfate concentration 4. Specific gravity of the solution 5. Appearance of the solution C. Plant Supervisors, or designee, may take a sample of any chemical shipment for testing prior to unloading of the chemical. The City may reject any chemical shipment that contains a concentration of any component outside the allowable concentration range as specified in the product specifications. Pa(ye 1 of 4 D. In addition, approximately every three months, the City will take a random sample of the chemical upon delivery. This sample will be sent to an independent laboratory chosen by the City and tested for all items included in the product specification. E. The Contractor shall provide Safety Data Sheets. 1.4 Delivery and Weighing Requirements A. Deliveries must be made in the Contractor's company trucks and driven by a company driver. If applicable, they shall have the DOT permit and other State/Federal licenses. Drivers shall be thoroughly trained and familiar with the related hazards, safety measures, and spill cleanup procedures for sodium bisulfite solution. B. The Contractor shall have the proper trucks, equipment, and compressors to offload the chemical. The City will not provide the equipment. C. Delivering and off-loading of chemicals must be in accordance with OSHA and industry standards. D. Shipment sizes will average approximately 4,000 to 5,000 gallon lots. E. Deliveries must be made between 8:00 am and 4:00 pm, Monday through Friday, excluding City holidays, unless specific arrangements are made. The City may request weekend deliveries from 8:00 am to 12:00 pm, with prior arrangements. Deliveries arriving at times other than those specified cannot be offloaded until the specified unloaded times unless prior arrangements have been made. F. Orders must be placed by telephone or email. The Contractor will deliver the order within 24 hours of order placement. G. Each chemical shipment must be weighed on a state-certified truck scale located within the city limits of Corpus Christi before and after delivery to and unloading at the wastewater treatment plants. The Contractor shall provide a legible copy of each chemical weight ticket to the respective Wastewater Plant Supervisor within five business days of delivery of the chemical. Payments to the Contractor will not be processed unless this requirement is met. H. The City is not responsible for any demurrage charges that result from deliveries arriving at any other time than the specified time or from the Pa(ye 2 of 4 transporters' failure to have all required off-loading equipment present and operating when off-loaded is scheduled to begin. I. A City representative shall be present upon delivery to sign/date the delivery ticket. Any tickets to the City for payment with a City representative 1.5 Spills A. The Contractor's personnel shall properly and immediately clean up all spills and leaks, regardless of size. B. The Contractor is required to respond to any and all such emergencies within eight hours of being notified. C. Spill clean-up must be conducted in accordance with all Federal, State, and local regulations. 1.6 Locations and Capacities Plant Address Gallons Broadway WWTP 801 Resaca, Corpus Christi, TX 10,000 Oso WWTP 601 Nile, Corpus Christi, TX 19,500 Allison WWTP 4101 Allison Dr., Corpus Christi, 10,000 TX Laguna Madre WWTP 201 Jester, Corpus Christi, TX 10,000 1.7 Additional Requirements A. The Contractor shall base its billing and quantity for each chemical shipment on "local" certified weight tickets for the delivery of sodium bisulfite Solution, by weight in pounds, based on the actual percentage of sodium bisulfite by weight as indicated in the chemical analysis for that load. B. The Contractor shall submit the chemical analysis, weight ticket, and bill of lading with each invoice. C. Prior to the initial use of the sodium bisulfite solution and annually thereafter, the Contractor shall conduct a minimum of two training seminars for the City's operating personnel on the application and control of the sodium bisulfite solution, and include the following: 1 . Basic chemical properties of the sodium hypochlorite solution 2. Safety training 3. Equipment operation/set-up 4. Safety Data Sheet Pa(ye 3 of 4 1.8 Quality Control and Superintendence The Contractor shall ensure that the product and services meet quality standards and are acceptable to the City's Contract Administrator to assure that the requirements of the Contract are provided as specified. The Contractor shall also provide supervision of the work to ensure it complies with the contract requirements. Page 4 of 4 oQ �sc�� CITY OF CORPUS CHRISTI CONTRACTS AND PROCUREMENT v BID FORM AP00.«"9 zs � RFB No. 6486 Sodium Bisulfite PAGE 1 OF 2 Date: ' Z �. Y � Authorized Bidder: -.66at6rwtl i itG (No Signature. `oe 'vim,, PYeyi wt 1. Refer to "Instructions to Bidders" and Contract Terms and Conditions before completing bid. 2. Quote your best price for each item. 3. In submitting this bid, Bidder certifies that: a. The prices in this bid have been arrived at independently, without consultation, communication, or agreement with any other Bidder or competitor, for the purpose of restricting competition with regard to prices. b. Bidder is an Equal Opportunity Employer, and the Disclosure of Interest information on file with City's Contracts and Procurement office, pursuant to the Code of Ordinances, is current and true. c. Bidder is current with all taxes due and company is in good standing with all applicable governmental agencies. d. Bidder acknowledges receipt and review of all addenda for this RFB. Item Description Unit Qty Unit Price Total Price 1 Sodium Bisulfite Gallon 10,000 I- 0 i /40,goo.00 Broadway Plant 2 Sodium Bisulfite Gallon 550,000 IF Oso Plant 3 Sodium Bisulfite Gallon 110,000 2 - OF �zGj �j OQ Allison Plant i 4 Sodium Bisulfite Gallon 110,000 - 100� 22 y,CjQO-�� Laguna Madre Plant 5 Unloading Delay HRS 100 ' i_�_ --Do One Year Total l iv¢ �nw►vS a fit�r ovdW �Accmtot- Page 2 of 2 _First- One Year O tion Year Item Description Unit Qty Unit Price Total Price 1 Sodium Bisulfite Gallon 10,000 Broadway Plant 2 Sodium Bisulfite Gallon 550,000 Oso Plant 2- Q�J �,1Z1 J�DO•U 3 Sodium Bisulfite Gallon 110,000 Allison Plant 2-017 ZZc,Mo.00 4 Sodium Bisulfite Gallon 110,000 Laguna Madre Plant �' Z ' 1�.D� 5 Unloading Delay HRS 100 p First - One year option Total . 0 Second - One Year Option Year Item Description Unit Qty Unit Price Total Price 1 Sodium Bisulfite Gallon 10,000 Q ,0 Broadway Plant v, 2 Sodium Bisulfite Gallon 550,000 rr--tt���y Oso Plant ez,. ���Z�r"J�U'Do 3 Sodium Bisulfite Gallon 110,000 2,Q� Allison Plant �'Z 4r�Re-Do 4 Sodium Bisulfite Gallon 110,000 2.00! (�, Laguna Madre Plant 2Z�?c 5 Unloading Delay HRS I 100 Second - One year option Total Attachment C: Insurance Requirements A. CONTRACTOR'S LIABILITY INSURANCE 1 . Contractor must not commence work under this contract until all insurance required has been obtained-and such insurance has been approved by the City. Contractor must not allow any subcontractor, to commence work until all similar insurance required of any subcontractor has been obtained. 2. Contractor must furnish to the City's Risk Manager and Contract Administrator one (1 ) copy of Certificates of Insurance with applicable policy endorsements showing the following minimum coverage by an insurance company(s) acceptable to the City's Risk Manager. The City must be listed as an additional insured on the General liability and Auto Liability policies by endorsement, and a waiver of subrogation endorsement is required on GL, AL and WC if applicable. Endorsements must be provided with Certificate of Insurance. Project name and/or number must be listed in Description Box of Certificate of Insurance. TYPE OF INSURANCE MINIMUM INSURANCE COVERAGE COMMERCIAL GENERAL LIABILITY $1 ,000,000 Per Occurrence including: $1 ,000,000 Aggregate 1 . Commercial Broad Form 2. Premises - Operations 3. Products/ Completed Operations 4. Contractual Liability 5. Independent Contractors 6. Personal Injury- Advertising Injury AUTO LIABILITY (including) $1 ,000,000 Combined Single Limit 1 . Owned 2. Hired and Non-Owned 3. Rented/Leased WORKERS'S COMPENSATION Statutory and complies with Part II (All States Endorsement if Company is of this not Exhibit. domiciled in Texas) Employers Liability $500,000/$500,000/$500,000 POLLUTION LIABILITY $1 ,000,000 Per Occurrence 3. In the event of accidents of any kind related to this contract, Contractor must furnish the Risk Manager with copies of all reports of any accidents within 10 days of the accident. Pagel of 3 B. ADDITIONAL REQUIREMENTS 1 . Applicable for paid employees, Contractor must obtain workers' compensation coverage through a licensed insurance company. The coverage must be written on a policy and endorsements approved by the Texas Department of Insurance. The workers' compensation coverage provided must be in statutory amounts according to the Texas Department of Insurance, Division of Workers' Compensation. An All States Endorsement shall be required if Contractor is not domiciled in the State of Texas. 2. Contractor shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Contractor's sole expense, insurance coverage written on an occurrence basis by companies authorized and admitted to do business in the State of Texas and with an A.M. Best's rating of no less than A- VII. 3. Contractor shall be required to submit renewal certificates of insurance throughout the term of this contract and any extensions within 10 days of the policy expiration dates. All notices under this Exhibit shall be given to City at the following address: City of Corpus Christi Attn: Risk Manager P.O. Box 9277 Corpus Christi, TX 78469-9277 4. Contractor agrees that, with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: • List the City and its officers, officials, employees, and volunteers, as additional insured's by endorsement with regard to operations, completed operations, and activities of or on behalf of the named insured performed under contract with the City, with the exception of the workers' compensation policy; • Provide for an endorsement that the ''other insurance" clause shall not apply to the City of Corpus Christi where the City is an additional insured shown on the policy; • Workers' compensation and employers' liability policies will provide a waiver of subrogation in favor of the City; and • Provide 30 calendar days advance written notice directly to City of any, cancellation, non-renewal, material change or termination in coverage and not less than 10 calendar days advance written notice for nonpayment of premium. 5. Within 5 calendar days of a cancellation, non-renewal, material change or termination of coverage, Contractor shall provide a replacement Certificate of Insurance and applicable endorsements to City. City shall have the option to suspend Contractor's performance should there be a lapse in coverage at any time during this Page 2 of 3 contract. Failure to provide and to maintain the required insurance shall constitute a material breach of this contract. 6. In addition to any other remedies the City may have upon Contractor's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, the City shall have the right to order Contractor to stop work hereunder, and/or withhold any payment(s) which become due to Contractor hereunder until Contractor demonstrates compliance with the requirements hereof. 7. Nothing herein contained shall be construed as limiting in any way the extent to which Contractor may be held responsible for payments of damages to persons or property resulting from Contractor's or its subcontractor's performance of the work covered under this contract. 8. It is agreed that Contractor's insurance shall be deemed primary and non-contributory with respect to any insurance or self-insurance carried by the City of Corpus Christi for liability arising out of operations under this contract. 9. It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this contract. 2021 Insurance Requirements Ins. Req. Exhibit 1 -B Purchase Contracts - Supply Agreements - Equipment Leases Hazardous Chemicals Delivered to City 05/10/2021 Risk Management - Legal Dept. Page 3 of 3 Attachment D - Warranty Requirements "No manufacturer's warranty required for this Agreement." Page 1 of 1 ATTACHMENT E WASTEWATER CONSENT DECREE Special Conditions Special Project procedures are required from the CONTRACTOR as specified herein. The CONTRACTOR shall implement and maintain these procedures at the appropriate time, prior to and during performance of the work. The following special conditions and requirements shall apply to the Project: I. Consent Decree Notice Provision—The City of Corpus Christi ("City"), the United States of America and the State of Texas have entered into a Consent Decree in Civil Action No. 2:20-cv-00235, United States of America and State of Texas v. City of Corpus Christi in the United States District Court for the Southern District of Texas, Corpus Christi Division (the "Consent Decree"). A copy of the Consent Decree is available at https://www-cdn.cctexas.com/sites/default/files/CC-Consent-Decree.pdf By signature of the Contract, CONTRACTOR acknowledges receipt of the Consent Decree. II. Performance of work. CONTRACTOR agrees that any work under this Contract is conditioned upon CONTRACTOR's performance of the Work in conformity with the terms of the Consent Decree. All Work shall be performed in accordance with the Design Criteria for Wastewater Systems under Title 30 Chapter 217 of the Texas Administrative Code, 30 Tex. Admin. Code Ch. 217, and using sound engineering practices to ensure that construction, management, operation and maintenance of the Sewer Collection System complies with the Clean Water Act. Work performed pursuant to this contract is work that the City is required to perform pursuant to the terms of the Consent Decree. In the event of any conflict between the terms and provisions of this Consent Decree and any other terms and provisions of this Contract or the Contract Documents, the terms and provisions of this Consent Decree shall prevail. III. Retention of documents — CONTRACTOR shall retain and preserve all non- identical copies of all documents, reports, research,analytical or other data, records or other information of any kind or character (including documents, records, or other information in electronic form) in its or its sub-contractors' or agents' possession or control, or that come into its or its sub-contractors' or agents' possession or control, and that relate in any manner to this contract, or the performance of any work described in this contract (the "Information"). This retention requirement shall apply regardless of any contrary city, corporate or institutional policy or procedure. CONTRACTOR, CONTRACTOR's sub-contractors and agents shall retain and shall not destroy any of the Information until five years after the termination of the Consent Decree and with prior written authorization from the City Attorney. CONTRACTOR shall provide the City with copies of any documents, reports, analytical data, or other information required to be maintained at any time upon request from the City. IV. Liability for stipulated penalties — Article IX of the Consent Decree provides that the United States of America, the United States Environmental Protection Agency and the State of Texas may assess stipulated penalties including interest against the City upon the occurrence of certain events. To the extent that CONTRACTOR or CONTRACTOR's agents or sub-contractors cause or contribute to, in whole or in part, the assessment of any stipulated penalty against the City, CONTRACTOR agrees that it shall pay to City the full amount of any stipulated penalty assessed against and paid by City that is caused or contributed to in whole or in part by any action, failure to act, or failure to act within the time required by any provision of this contract. CONTRACTOR shall also pay to City all costs, attorney fees, expert witness fees and all other fees and expenses incurred by City in connection with the assessment or payment of any such stipulated penalties, or in contesting the assessment or payment of any such stipulated penalties. In addition to any and all other remedies to which City may be entitled at law or in equity, CONTRACTOR expressly authorizes City to withhold all amounts assessed and paid as stipulated penalties, and all associated costs, fees, or expenses from any amount unpaid to CONTRACTOR under the terms of this contract, or from any retainage provided in the contract. se o° a 0 A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Juan Rivera, Interim Director of Asset Management J uanR7Ca)-cctexas.com (361) 826-1674 Wesley Nebgen, Director of Water System Infrastructure WesleyN�cctexas.com (361) 826-1200 Sergio Villasana, Director of Finance & Procurement SergioV2�cctexas.com (361) 826-3227 Purchase of 14 additional vehicles and equipment for Corpus Christi Water CAPTION: Resolution authorizing the purchase of 14 additional vehicles and equipment for Corpus Christi Water, of which all 14 units will be outright purchases, through the BuyBoard, Sourcewell, HGAC and TIPS Cooperatives for a total amount of$1,113,619.65, with funding from FY 2025 Wastewater Fund. SUMMARY: This resolution authorizes the purchase of 14 additional vehicles and equipment for Corpus Christi Water, of which all 14 units will be outright purchases, through the BuyBoard, Sourcewell, HGAC and TIPS Cooperatives. BACKGROUND AND FINDINGS: Corpus Christi Water: The Corpus Christi Water (CCW) Department will purchase one additional Genie TZ50 trailer mounted manlift from Briggs Equipment through the BuyBoard Cooperative for $77,053.90, with funding from the FY 2025 Wastewater Fund. The additional Genie TZ50 will provide CCW with the ability to perform maintenance and repair work as well as tree trimming at heights above ground-level. CCW currently depends on the availability of other divisions' equipment. CCW will also purchase one additional John Deere 204G compact wheel loader and one additional John Deere 330P skid steer from Doggett Heavy Machinery Services through the Sourcewell Cooperative for $221,802.35, with funding from the FY 2025 Wastewater Fund. The additional John Deere 204G will be used to clean drying beds. It will remove sludge from the beds and load into dump trucks. It will also be used for loading and unloading deliveries via fork attachments. CCW currently depends on the availability of other divisions' equipment or rental companies. The additional John Deere 330P skid steer is a compact versatile piece of construction equipment often used for digging, excavation, and other tasks. CCW currently owns an attachment called Mr. Manhole that will be attached to this skid steer. The attachment cuts perfect circles around buried manholes in asphalt with little to no cleanup and 1/3 less time upsetting the flow of traffic. CCW currently does not have a Skid Steer, one is rented when needed. CCW will also purchase one additional Godwin NC150S trailer mounted pump from Xylem Water Solutions USA through the HGAC Cooperative for $78,364.40, with funding from the FY 2025 Wastewater Fund. The additional Godwin NC150S trailer mounted pump will be used during planned or Emergency work on wastewater piping and manholes. This silent pump allows CCW operations to continue with less disruption to the public when repairs are necessary. CCW currently uses a regular pump that is extremely loud and has difficulty renting silent pumps as they are often unavailable. CCW will also purchase two additional Ford F-150 crew cab 44 trucks, one additional Ford F-350 crew cab 44 crane body truck, and two additional Ford F-550 crew cab crane body trucks with welders from Silsbee Ford Inc. through the TIPS Cooperative for $644,424.41, with funding from the FY 2025 Wastewater Fund. The two additional Ford F-150s will be used to transport personnel and equipment to job sites throughout the city and within wastewater treatment plants. One division will utilize the F-150 instead of the larger vacuum trucks to shuttle personnel to different locations. The 44 option will help with reaching off-road, unpaved and loosely compacted soil and sand areas or locations where it is difficult to access with the standard two-wheel drive vehicles. CCW currently depends on the availability of rental companies for additional 44 vehicles needed for this work. The additional Ford F-350 will be used for driving through the loosely compacted terrain at the plants with heavy pumps, motors and other equipment. Having a 44 vehicle will eliminate the risk of getting stuck in these unfavorable driving conditions. CCW currently depends on the availability of other divisions' equipment that is not always capable of traversing loosely compacted terrain. The two additional Ford F-550s will be outfitted with a small crane and welding units to perform maintenance and repairs at City's 107 lift stations and in the field. One of the additional F- 550s will go to a division currently borrowing, renting, or relying on support from another division to assist with workload. The second F-550 will go to a division that currently has four-person maintenance teams. With the addition of this unit, they can move one technician from two teams to make an additional two- person team to perform maintenance and repairs at the smaller lift stations. The table below provides a breakdown of costs for the Ford F-150s, F-350, and F-550s in order to separate the base unit costs from the upfitting costs as well as the 10% contingency fee required by the City's Vehicle and Equipment Replacement policy. Description Qty Base Unit Upfitting Total 10% Authorized Contingency Total F-150 Crew Cab 44 1 $45,490.75 $4,780.70 $50,271.45 $5,027.15 $55,298.60 F-150 Crew Cab 44 1 $45,490.75 $4,780.70 $50,271.45 $5,027.15 $55,298.60 F-350 Crew Cab 44 Crane 1 $54,318.50 $45,235.65 $99,554.15 $9,955.42 $109,509.57 Body F-550 Crew Cab Crane 1 $66,147.00 $126,724.65 $192,871.65 $19,287.17 $212,158.82 Body with Welder F-550 Crew Cab Crane 1 $66,147.00 $126,724.65 $192,871.65 $19,287.17 $212,158.82 Body with Welder Total 1 5 1 $277,594.00 1 $308,246.35 1 $585,840.35 1 $58,584.06 1 $644,424.41 CCW will also purchase one additional Skyjack SJ3326E Scissor Lift from Equipment Depot Ltd. through the Sourcewell Cooperative for $21,353.75, with funding from the FY 2025 Wastewater Fund. The additional Skyjack SJ3326E Scissor lift provides staff with ability to perform maintenance and repair work at heights above safe ground-level working ranges. They also provide the ability to work in areas with little floor clearance or where equipment with larger footprints cannot access. CCW currently relies on rental equipment to perform needed maintenance and repairs. CCW will also purchase four additional Kubota RTV520-A UTVs from Ewald Kubota through the Sourcewell Cooperative for $70,620.84, with funding from the FY 2025 Wastewater Fund. The additional Kubota RTV520-A UTVs will be used to safely transport staff and heavy pumps, motors, supplies, and tools throughout Greenwood, Laguna Madre, and Whitecap Wastewater Treat Plants. CCW is currently using a bucket loader or walking. All Vehicles and Equipment: Departments need F-350s and F-550s instead of just all F-150s because of the max gross vehicle weight rating (GVWR) that is allowed per vehicle. When extra bodies and pieces of equipment are added to a vehicle based on the department's specs requested, the GVWR limit increases, which in turn requires a larger truck. GVWR must be closely monitored to ensure compliance with state law and for the safety and welfare of all motorists. Additionally, to maximize City resources, Fleet ensures that the GVWR models procured fluently match the spec. requirements and scope of work so that all vehicles are adequate in size. The City's Director of Finance & Procurement, or the Director's designee, will be authorized to approve necessary substitute acquisitions of vehicles, machinery, and equipment designated in this resolution, provided, (i)the substitute meets or exceeds the original product features available in the manner specified in this resolution, (ii) the substitute product is available through the same purchasing method, and (iii) at the same or lower pricing authorized in this resolution. This means that, upon City Council approving this resolution, the City's Director of Finance & Procurement, or his/her designee, would be authorized to approve any substitutions for fleet items in the batch of vehicles only found in this resolution. Although, to authorize such a substitution, the replacement(s) must meet or exceed the original requirements approved by City Council for this resolution only. Below is a summary table that provides an overview of the 14 vehicles to be purchased from the BuyBoard, HGAC, TIPS, and Sourcewell Cooperatives with description, quantities and pricing. Co-op Description Quantity Cost BuyBoard Trailer mounted Genie manlift 1 $77,053.90 Total 1 $77,053.90 HGAC Trailer mounted Godwin pump 1 $78,364.40 Total 1 $78,364.40 Sourcewell John Deere package 2 $221,802.35 Sourcewell Skyjack scissor lift 1 $21,353.75 Sourcewell Kubota package 4 $70,620.84 Total 7 $313,776.94 TI PS Ford package 5 $644,424.41 Total 5 $644,424.41 Sum Total 14 $1,113,619.65 PROCUREMENT DETAIL: The procurement is through the BuyBoard, HGAC, TIPS, and Sourcewell Cooperatives. Contracts awarded through the cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. Procurement has modified their business practices for a proactive approach to the City's vehicle procurement process. The modified business practice uses all resources available to ensure that vehicles and equipment are sourced and delivered in a timely manner while using economically favorable methods. CCW has approximately 595 fleet vehicles and equipment and the FY 2025 budget for CCW includes 37 replacements and one additional purchase. With the approval of these 14 additions, the CCW fleet inventory count increases to 609. ALTERNATIVES: The alternative is not to approve these purchases and instead continue to depend on using the equipment from other divisions or vendors. This will subject CCW to their scheduling priority and availability. FISCAL IMPACT: The FY 2025 fiscal impact of these purchase totals $1,113,619.65 funded by the Wastewater Fund. FUNDING DETAIL: Fund: 4200 Wastewater Fund Organization/Activity: 33100 Broadway Wastewater Plant Department: 46 Wastewater Account: 550020 Vehicles & Machinery Amount: $21,353.75 Fund: 4200 Wastewater Fund Organization/Activity: 33120 Greenwood Wastewater Plant Department: 46 Wastewater Account: 550020 Vehicles & Machinery Amount: $17,655.21 Fund: 4200 Wastewater Fund Organization/Activity: 33140 Laguna Madre Wastewater Plant Department: 46 Wastewater Account: 550020 Vehicles & Machinery Amount: $17,655.21 Fund: 4200 Wastewater Fund Organization/Activity: 33150 Whitecap Wastewater Plant Department: 46 Wastewater Account: 550020 Vehicles & Machinery Amount: $386,576.74 Fund: 4200 Wastewater Fund Organization/Activity: 33170 WWTP Vactor Maintenance Department: 46 Wastewater Account: 550020 Vehicles & Machinery Amount: $285,112.63 Fund: 4200 Wastewater Fund Organization/Activity: 33210 Lift Station Operation & Maint Department: 46 Wastewater Account: 550020 Vehicles & Machinery Amount: $212,158.82 Fund: 4200 Wastewater Fund Organization/Activity: 33400 Wastewater Collection System Department: 46 Wastewater Account: 550020 Vehicles & Machinery Amount: $173,107.29 RECOMMENDATION: Staff recommends approval of this item authorizing the acquisition of 14 additional vehicles by CCW, as presented. LIST OF SUPPORTING DOCUMENTS: Resolution Exhibit 1 Spreadsheet Exhibit 2 Spreadsheet Exhibit 3 Spreadsheet Resolution authorizing the purchase of 14 additional vehicles and equipment for Corpus Christi Water, of which all 14 units will be outright purchases, with such items to be acquired in the manner, at the amounts, and from the sources stated for a total amount of $1,113,619.65, with FY 2025 funding from the Wastewater Fund. WHEREAS, Corpus Christi Water needs to acquire 14 new fleet vehicles and equipment via direct purchase; and WHEREAS, such acquisitions are to be sourced through purchasing cooperatives in the manner, at the amounts stated, and from the funding accounts identified in this resolution. Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this procurement. Section 2. Corpus Christi Water is authorized to acquire by purchase: (i) one additional Genie TZ50 trailer-mounted manlift from Briggs Equipment for $77,053.90; (ii) one additional John Deere 204G compact wheel loader and one additional John Deere 330P skid steer from Doggett Heavy Machinery Services for a total amount of$221 ,802.35; (iii) one additional Godwin NC150S trailer-mounted pump from Xylem Water Solutions USA for $78,364.40; (iv) two Ford F-150 crew cab 44 trucks, one additional Ford F-350 crew cab 44 crane body truck, and two additional Ford F-550 crew cab crane body trucks with welders from Silsbee Ford, Inc., for a total amount of $644,424.41; (v) one additional Skyjack SJ3326E Scissor Lift from Equipment Depot Ltd. for $21 ,353.75; and (vi) four additional Kubota RTV520-A UTVs from Ewald Kubota for a total amount of $70,620.84. The items are to be acquired as follows: item (i)through the BuyBoard Cooperative; items (ii), (v), and (vi) through the Sourcewell Cooperative; item (iii) through the HGAC Cooperative; and item (iv) through TIPS Cooperative. Section 3. Of the total amount of FY 2025 funding authorized, $1,113,619.65 is from the FY 2025 Waste Water Fund. Also, contingent funding of 10% has been included in the amounts stated in Section 2 and is authorized pursuant to this resolution due to the ongoing volatility of market conditions and current supply chain issues, with such contingent funding to be accessed only on an as-needed basis per individual item purchased. Section 4. The City Manager, or his designee, is authorized to execute all documents necessary to acquire the vehicles and equipment enumerated in this resolution for a total estimated amount of $1,113,619.65 and in the manner, from the fund accounts, and through the purchasing cooperatives, as applicable, identified in the previous sections of this resolution. Section 5. The City's Director of Finance & Procurement, or the Director's designee ("Director"), is authorized to approve necessary substitute acquisitions of vehicles, machinery, and equipment designated in this resolution, provided, the substitute product (i) meets or exceeds the original product features available in the manner specified in this Page 1 of 2 resolution, (ii) is available through the same purchasing method, and (iii) is available at the same or lower pricing authorized in this resolution. PASSED AND APPROVED on the day of , 2025 ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 2 of 2 Exhibit 1 Combined 14 Vehicles and Equipment for CCW Type of Coop Description Quantity Vendor Name Cost Funding Reason Procurement Purchase BuyBoard Trailer mounted Genie manlift 1 Briggs Equip 77,053.90 Wastewater Fund 1 Addition Purchase HGAC Trailer mounted Godwin pump 1 Xylem Water Solutions USA Inc 78,364.40 Wastewater Fund 1 Addition Purchase Sourcewell John Deere package 2 Doggett Heavy Machinery Services 221,802.35 Wastewater Fund 2 Additions Purchase Sourcewell Skyjack scissor lift 1 Equipment Depot LTD 21,353.75 Wastewater Fund 1 Addition Purchase Isourcewell lKubota package 1 4 lEwald Kubota 1 70,620.84 lWastewater Fund 1 4 Additions Purchase ITIPS lFord package 1 5 ISilsbee Ford Inc 1 644,424.41 lWastewater Fund 1 5 Additions Total 14 1,113,619.65 Exhibit 2 Combined 14 Vehicles and Equipment Unit Cost with 10%Procurement Authorized Department Funding Source Description Qty UpfittingCost Total Cost Delivery Contingency Total CCWater Wastewater Fund FY25WW23;F150 Crew Cab 4x4;Outright;Addition 1 $45,490.75 $4,780.70 $50,271.45 $5,027.15 $55,298.60 CCWater Wastewater Fund FY25WW17,,F150 Crew Cab 4x4;Outright;Addition 1 $45,490.75 $4,780.70 $50,271.45 $5,027.15 $55,298.60 CCWater Wastewater Fund FY25WW16;F350 Crew Cab 4x4 Crane Body;Outright;Addition 1 $54,318.50 $45,235.65 $99,554.15 $9,955.42 $109,509.57 CCWater Wastewater Fund FY25WW21;F550 Crew Cab Crane Body withWelder;Outright;Addition 1 $66,147.00 $126,724.65 $192,871.65 $19,287.17 $212,158.82 CCWater Wastewater Fund FY25WW24;F550 Crew Cab Crane Body withWelder;Outright;Addition 1 1 $66,147.00 $126,724.651 $192,871.65 $19,287.17 $212,158.82 CCWater Wastewater Fund FY25WW20;GENIE TZ50Trailer Mounted Boom 1 1 $70,049.00 $0.00 $70,049.00 $7,004.90 $77,053.90 CCWater Wastewater Fund FY25WW18;JD204GCOMPACTWHEEL 1 $115,508.60 $0.00 $115,508.60 $11,550.86 $127,059.46 CCWater Wastewater Fund FY25WW26JD 330P SKID STEER 1 $86,129.90 $0.00 $86,129.90 $8,612.99 $94,742.89 CCWater Wastewater Fund FY25WW25;GODWIN NC150STrailer Mounted 6"Pump 1 $71,240.36 $0.00 $71,240.36 $7,124.04 $78,364,40 CCWater Wastewater Fund FY25WW13;SKYJACK SJ3326E Scissor Lift 1 $19,412.50 $0.00 $19,412.50 $1,941.25 $21,353.75 CCWater Wastewater Fund I FY25WW14,KUBOTA RTV520-AUTV 1 $16,050.19 $0.00 $16,050.19 $1,605.021 $17,655.21 CCWater Wastewater Fund FY25WW15;KUBOTA RTV520-AUTV 1 $16,050.19 $0.00 $16,050.19 $1,605.02 $17,655.21 CCWater Wastewater Fund FY25WW19;KUBOTA RTV520-A UTV 1 $16,050.19 $0.00 $16,050.19 $1,605.02 $17,655.21 CC Water lWastewater Fund FY25WW22;KUBOTA RTV520-A UTV i 1 i $16,050.19 $0.001 $16,050.19 $1,605.02 $17,655.21 Total 1 14 1 $704,135.12 $308,246.351 $1,012,381.47 $101,239.18 $1,113-61-995 Exhibit 3 Combined 14 Vehicles and Equipment Purchase Replace- Dept Description Additions ments Total UOM This piece of equipment will provide CCW the ability to perform maintenance and repair work as well as tree trimming at heights above ground-level working CC Water Wastewater Fund FY25WW20;GENIE TZ50Trailer Mounted Boom 1 0 1 EA ranges.CCW currently depends on the availability of other divisions'equipment. This piece of equipment will be used for the cleaning of drying beds. It will remove sludge from the beds and load into dump trucks.It will also be used for loading and unloading deliveries via fork attachments.CCW currently depends on the CC Water Wastewater Fund FY25WW16;JD 204G COMPACT WHEEL 1 0 1 EA availability of other divisions'equipment or rental companies. This is a compact versatile piece of construction equipment often used for digging, excavation,and other tasks. CCW currently owns an attachment called Mr.Manhole that will be attached to this skid steer. It cuts perfect circles around buried manholes in asphalt with little to no cleanup and 1/3 less time upsetting the flow of CC Water Wastewater Fund FY25W W26 JD 330P SKID STEER 1 0 1 EA traffic. CCW currently does not have a Skid Steer,one is rented when needed. This equipment will be used during planned or Emergency work on wastewater piping and manholes.This silent pump lets CCW operations continue with less disruption to the public when repairs are necessary.CCW currently uses a regular FY25W W25;GODWIN NC150S Trailer Mounted 6" pump that is extremely loud. CCW has had difficulty renting silent pumps as CC Water Wastewater Fund Pump 1 0 1 EA they are often unavailable. This vehicle will be used for driving through the loosely compacted terrain at the plants with heavy pumps,motors and other equipment.Having a 4x4 vehicle will eliminate the risk of getting stuck in these unfavorable driving conditions.CCW FY25W W16;F350 Crew Cab 4x4 Crane Body; currently depends on the availability of other divisions'equipment that is not CC Water Wastewater Fund Outright;Addition 1 0 1 EA always capable of traversing loosely compacted terrain. This vehicle will be used to transport staff and equipment.The work locations inside the W WTP consists almost exclusively of loosely compacted sand. Driving through this terrain lends itself to becoming stuck in the sand.Using a 4X4 vehicle CC Water Wastewater Fund FY25W W17;F150 Crew Cab 4x4;Outright;Addition 1 0 1 EA is our attempt to avoid this.CCW relies on rental companies. The new truck allows the maintenance crew to perform maintenance and repairs in the fields and the ability to remove and replace pumps,motors,valves,and other large equipment and materials throughout the city's wastewater lift stations and FY25W W21;F550 Crew Cab Crane Body with Welder, treatment facilities. Currently the division needs to borrow,rent,or rely on support CC Water Wastewater Fund Outright;Addition 1 0 1 EA from another division to assist with workload. Replace- Dept The new truck allows the vactor maintenance crew to haul material and equipment required to support the vactor truck during wastewater basin and lift station cleaning and maintenance operations. Currently the division needs to borrow,rent, CC Water Wastewater Fund FY25W W23;F150 Crew Cab 4x4;Outright;Addition 1 0 1 EA or rely on support from another division to assist with workload. The new truck will contribute to increaseW productivity and efficiency by allowing a five man maintenance crewto split into two crews to perform maintenance and repairs throughout the city's wastewater lift stations and treatment facilities. FY25W W24;F550 Crew Cab Crane Body with Welder; Currently the division performs the amount of work it can with the equipment it CC Water Wastewater Fund Outright;Addition 1 0 1 EA has. 40'Reach Scissor Lift:Scissor lifts provide staff with ability to perform maintenance and repair work at heights above safe ground-level working ranges.They also provide the ability to work in areas with little floor clearance or where equipment with larger footprints cannot access.CCW currently relies on rental equipment to CC Water Wastewater Fund FY25W W13;SKYJACK 513326E Scissor Lift 1 0 1 EA perform needed maintenance and repairs. This vehicle is used to safely transport staff and heavy pumps,motors,supplies,and tools throughout the Greenwood WWTP. CC Water Wastewater Fund FY25W W14;KUBOTA RTV520-A UTV 1 0 1 EA CCW is currently using a bucket loader or walking. This vehicle is used to safely transport staff and heavy pumps,motors,supplies,and tools throughout the Laguna Madre WWTP. CC Water Wastewater Fund FY25W W15;KUBOTA RTV520-A UTV 1 0 1 EA CCW is currently using a bucket loader or walking. This vehicle is used to safely transport staff and heavier equipment throughout the CC Water Wastewater Fund FY25W W19;KUBOTA RTV520-A UTV 1 0 1 EA Whitecap WWTP.CCW is currently using a bucket loader or walking. This vehicle is used to safely transport staff and heavier equipment throughout the treatment plants. CC Water Wastewater Fund FY25W W22;KUBOTA RTV520-A UTV 1 0 1 EA CCW is currently using a bucket loader or walking. Asset Management: Fleet Division Procurement of 14 Additional Vehicles and Equipment Council Presentation September 23, 2025 Current as of August 25,2025 Procurement of 14 Additional Vehicles and Equipment • Briggs Equipment — Genie TZ50 trailer mounted Manlift Qty: 1; Total Qty: 1 • Doggett Heavy Machinery Services — John Deere 204G Compact Wheel Loader Qty: 1; John Deere 330P Skid Steer Qty: 1; Total Qty: 2 • Xylem Water Solutions USA: - Godwin NC150S trailer mounted pump Qty:1; Total Qty: 1 • Silsbee Ford Inc. — F150 Crew Cab 40 Pickup Qty: 2; F350 Crew Cab Crane Body 40 Qty: 1; F550 Crew Cab Crane Body with Welders Qty: 2; Total Units: 5 • Equipment Depot — Skyjack SJ3326E Scissor Lift Qty: 1; Total Units: 1 • Ewald Kubota — Kubota RTV520-A UTV250 Qty: 4; Total Units: 4 Briggs Equipment Total Units: 1 T- `mot a Genie TZ50 Trailer Manlift CCW Qty: 1 Doggett Heayy Machinery Services Total Units:2 ��i 4Y fir' John Deere 204G Compact Wheel Loader John Deere 330P Skid Steer CCW Qty: 1 CCW Water Qty: 1 Xylem Water Solutions USA Total Units: 1 l- L HIM .& lR 1 it l l Godwin NC150S Trailer Mounted Pump CCW Qty: 1 Silsbee Ford Total Units:5 ;40: F150 Crew Cab 4x4 Pickup Truck F550 Crew Cab Crane Body CCW Qty: 2 0 CCW Water Qty: 2 �S o F350 Crew Cab 4x4 Crane Body CCW Water Qty: 1 Equipment Depot Ewald Kubota Total Units: 1 Total Units:4 w r Skyjack SJ3326E Scissor Lift Kubota RTV520-A UTV250 CCW Qty: 1 CCW Qty: 4 se o° a 0 A F U NCOgpOPPT E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Juan Rivera, Interim Director of Asset Management J uanR7(a)-cctexas.com (361) 826-1674 Sergio Villasana, Director of Finance & Procurement SergioV2�cctexas.com (361) 826-3227 Purchase and Lease-Purchase of 54 replacement and 10 additional light and heavy vehicles and equipment by various City Departments CAPTION: Resolution authorizing the purchase and lease-purchase of 54 replacement and 10 additional light and heavy vehicles and equipment by various City Departments, of which 59 units will be outright purchases and five units will be lease-purchases, through the BuyBoard, HGAC, TIPS, and Sourcewell Cooperatives for a total amount of$9,599,368.50, with FY 2025 funding in the amount of$116,623.23 coming from the FY 2025 General Fund, $216,574.50 coming from the FY 2025 Street Fund, and $7,776,805.62 coming from the FY 2025 Fleet Equipment Replacement Fund. SUMMARY: This resolution authorizes the purchase of 54 replacement and 10 additional light and heavy vehicles and equipment by various City Departments, of which 59 units will be outright purchases and five units will be lease-purchases, through the BuyBoard, HGAC, TIPS, and Sourcewell Cooperatives. BACKGROUND AND FINDINGS: Animal Care Services (Light Vehicles): Animal Care Services will purchase two replacement Ford F-250 extended cab 4x4 pickup trucks and two replacement Ford F-250 regular cab 44 animal control body trucks from Silsbee Ford through the TIPS Cooperative for $325,874.00, with funding from the FY 2025 Fleet Equipment Replacement Fund. The costs include $188,780.00 for the vehicles, $107,470.00 for the upfitting, and $29,624.00 for the 10% Procurement contingency, for an authorized total of $325,874.00. The upfitting cost consist of custom designed Animal control aluminum cages. On average, the units being replaced are seven years past their service life. The replacement units will be used daily by Animal Care Officers and Investigators responding to resident calls for service and investigations. A 44 was requested to handle off-road work and inclement weather conditions. Asset Management (Light Vehicles): Asset Management will purchase one replacement Ford F-350 crew cab 4x4 service body tire truck from Silsbee Ford through the TIPS Cooperative for $119,764.50, with funding from the FY 2025 Fleet Equipment Replacement Fund. The cost includes $64,823.50 for the vehicle, $44,053.00 for the upfitting, and $10,888.00 for the 10% Procurement contingency, for an authorized total of $119,764.50. The unit being replaced is three years past service life. The replacement unit will be used daily by personnel repairing tires, changing tires, and transporting personnel to training sessions. A 44 was requested to handle off-road work and inclement weather conditions. Corpus Christi Water(Light Vehicles): The Corpus Christi Water (CCW) Department will purchase one replacement Ford F-250 crew cab 44 Pickup truck, one replacement Ford F-250 regular cab service body truck, four replacement Ford F-250 extended cab service body trucks, one replacement Ford F-250 crew cab 44 service body truck, one replacement Ford F-550 regular cab service body truck, and one replacement Ford F-550 regular cab box truck from Silsbee Ford through the TIPS Cooperative for $959,466.65, with funding from the FY 2025 Fleet Equipment Replacement Fund. The costs include $438,960.00 for the vehicles, $433,281.65 for the upfitting, and $87,225.00 for the 10% Procurement contingency, for an authorized total of $959,466.65. On average, the units being replaced are three years past service life. These replacement units will be used daily to transport personnel and equipment to various locations to maintain water meters, water supply lines, sewer pipes, and water treatment plants. A 44 was requested to handle off-road work and inclement weather conditions. The significant upfitting costs for these vehicles are largely due to the upfitting cost specific to the replacement Ford F-550 regular cab service body unit. This is due to the type of service body that is needed to support the 3,600lbs capacity crane and air compressor systems that will be upfitted on the unit. The crane will be used to support CCW work crews in the field for holding/lifting valves, actuators, air release valves, and pulling the smaller pump and equipment. This work will take place on-site at the O.N. Stevens Water Treatment Plant as well as at offsite locations such as Booster Pump Stations (BPS), including the Mary Rhodes Pipeline (MRP), and Elevated Storage Tank (EST) sites throughout the city. The upfitting will also include an air compressor for the air tools needed to breakdown the mechanical equipment throughout the O.N. Stevens Water Treatment Plant site and at offsite locations such as the ESTs, BPS, and MRP sites. The service body will also include metal cabinets for storage of welding torches and tanks. Furthermore, the upfitting for this unit will require a specialized compartment to secure oxygen and acetylene welding tanks, each with fifty-foot hose reels for oxygen and acetylene welding gas lines. Also, the unit will be upfitted with a 48-inch blue/amber light bar as well as lighting mounted to the grill and the rear of the unit for work during the night as well as safety throughout any time of the day. CCW will also purchase one replacement Ford F-250 Crew Cab 44 from Helfman Ford through the TIPS Cooperative for $69,714.45, with funding from the FY 2025 Fleet Equipment Replacement Fund. The cost includes $54,062.55 for the vehicle, $9,313.90 for the upfitting, and $6,338.00 for the 10% Procurement contingency, for an authorized total of $69,714.45. The unit being replaced has met its service life. The replacement unit will be used daily by transporting personnel and equipment to service the Mary Rhodes Pipeline. A 44 was requested to handle off-road work and inclement weather conditions. Corpus Christi Water (Heavy Vehicles and Equipment): The Corpus Christi Water (CCW) Department will purchase one replacement Western Star 47X Chassis with Zimmerman cement mixer body from Corpus Christi Freightliner through the Sourcewell Cooperative for $387,933.70, with funding from the FY 2025 Fleet Equipment Replacement Fund. The unit being replaced is four years past its service life. This unit will be used to replenish any damaged or removed concrete driveways and sidewalks around the city. This unit is critical to maintaining a high service level when restoring customers' property when they are damaged by main breaks or collapses. CCW will also purchase one replacement Freightliner 108SD chassis with Pipe Hunter mini combo jetter body from Corpus Christi Freightliner, through the Sourcewell Cooperative for $471,319.20, with funding from the FY 2025 Fleet Equipment Replacement Fund. The unit being replaced is two years past its service life. The replacement unit will be utilized by responding to customer calls for jetting & vacuuming sewer infrastructure transporting personnel and equipment. CCW will also purchase one replacement Rausch C90 HD Mobile Pro camera cube trailer from Rausch Electronics USA, through the Sourcewell Cooperative for $179,947.69, with funding from the FY 2025 Fleet Equipment Replacement Fund. The unit being replaced is 10 years past its service life. The replacement unit will be utilized by CCW CCTV underground sewer mains crew by inspecting and assessing pipes as per EPA Consent Decree. Fire (Light Vehicles): The Fire Department will purchase three replacements and one additional Ford F-150 Responder crew cab trucks from Silsbee Ford through the TIPS Cooperative for $365,519.00. Funding will be $274,139.25 from the FY 2025 Fleet Equipment Replacement Fund and $91,379.75 from the FY 2025 General Fund. The costs include $202,603.00 for the vehicles, $129,688.00 for the upfitting, and $33,228.00 for the 10% Procurement contingency, for an authorized total of $365,519.00. The additional unit is part an the FY 2025 Budget Initiative. On average, the units being replaced are 11 years past service life. The three replacements and one additional unit will be used daily by field medical officers, firefighters on state deployments, and FD radio technician on field duty. The department is currently utilizing a retired Battalion Chief unit until the addition arrives. Gas (Light Vehicles): The Gas Department will purchase one replacement Ford F-250 crew cab pickup truck, one replacement Ford F-250 crew cab service body truck, and one replacement Ford F-250 crew cab 44 service body truck from Silsbee Ford through the TIPS cooperative for $202,226.75, with funding from the FY 2025 Fleet Equipment Replacement Fund. The costs include $139,362.50 for the vehicles, $44,479.25 for the upfitting, and $18,385.00 for the 10% Procurement contingency, for an authorized total of $202,226.75. The units to be replaced are, on average, five years past service life. The replacement units will be used daily by Pressure and Measurement Gas Technicians responding to customers requesting service, reporting leaks, and performing daily routine maintenance and operations tasks. The Gas Department will also purchase two additional International CV515 16000 Canopy Body trucks from Holt Truck Centers through the Sourcewell Cooperative for $224,557.10, with funding from the FY 2025 Fleet Equipment Replacement Fund. The costs include $136,882.24 for the vehicles, $67,260.86 for the upfitting, and $20,414.00 for the 10% Procurement contingency, for an authorized total of$224,557.10. The additional units are part of an FY 2025 Budget Initiative and will be used daily by Gas technicians transporting materials, equipment and personnel to construction sites and valve crews maintaining valves in the gas distribution system. The new Gas technicians have been hired and are currently working with other crews awaiting the arrival of the additional trucks. Gas (Heavy Vehicles and Equipment): The Gas Department will purchase one replacement Western Star 47X tractor truck with winch, from Corpus Christi Freightliner through the Sourcewell Cooperative for $266,935.90, with funding from the FY 2025 Fleet Equipment Replacement Fund. The unit being replaced is 20 years past its service life. The replacement unit will be utilized to transport heavy materials and equipment to construction sites. The Gas Department will also purchase one replacement Freightliner M2-106 chassis with 6-8 cubic yard dump truck body and one replacement Freightliner M2-106 crew truck chassis with canopy body from Houston Freightliner Inc. through the HGAC Cooperative for a combined amount of $410,776.30, with funding from the FY 2025 Fleet Equipment Replacement Fund. The M2-106 chassis with 6-8 cubic yard dump truck body will replace a unit that is seven years past service life. This unit is essential for hauling large quantities of various materials needed for jobsite excavations and dress up in a timely manner. The Freightliner M2-106 crew truck chassis with canopy body will replace a unit that is five years past its service life. The replacement unit will be utilized to transport up to six Gas technicians, equipment, and materials to construction sites. The Gas Department will also purchase one additional Ditch Witch HX50A trailer-mounted hydrovac form EKA through the BuyBoard Cooperative for $161,506.38, with funding from the FY 2025 Fleet Equipment Replacement Fund. The additional unit is part of an FY 2025 Budget Initiative and will be utilized to expose existing utilities at jobsites by using high pressure water and a vacuum system to dig, excavate, and remove soil debris at construction sites without the risk of damage. The unit will ensure sufficient vehicles in the fleet to complete projects efficiently and within time schedules. The Gas Department will also purchase one replacement forklift with 15,000-pound lifting capacity from Equipment Depot Ltd. through the Sourcewell Cooperative for$138,213.07, with funding from the FY 2025 Fleet Equipment Replacement Fund. The unit being replaced is 10 years past its service life. The replacement unit will be utilized by unloading materials from delivery vehicles and moving materials around the Gas yard. The Gas Department will also purchase two additional Kubota B26TLB backhoe loaders from Ewald Kubota through the Sourcewell Cooperative for a combined amount of $95,510.26, with funding through the FY 2025 Fleet Equipment Replacement Fund. The additional units are part of an FY 2025 Budget Initiative and will be utilized by personnel in the installation of gas mains and services for projects on construction sites. The additional units will ensure sufficient equipment in the fleet to complete projects efficiently and within time schedules. The Gas Department will also purchase one replacement John Deere 30P excavator from Doggett Heavy Machinery Services through the Sourcewell Cooperative for$71,681.92, with funding through the FY 2025 Fleet Equipment Replacement Fund. This excavator will replace a 2023 John Deere 26G excavator that was stolen. The replacement unit will be utilized by Gas technician crews installing gas mains and services for projects on construction sites. This smaller excavator has a compact design and reduced tail swing, enabling precision work in tight construction areas, street improvement projects, subdivisions, etc., where a backhoe does not have the maneuverability in such a confined space. The replacement unit will ensure sufficient equipment in the fleet to complete projects efficiently and within time schedules. Parks and Recreation (Light Vehicles): The Parks and Recreation Department will purchase one replacement Ford F-250 crew cab 44 pickup truck from Silsbee Ford through the TIPS Cooperative for$58,179.79, with funding from the FY 2025 Fleet Equipment Replacement Fund. The cost includes $48,394.00 for the vehicle, $4,496.79 for the upfitting, and $5,289.00 for the 10% Procurement contingency, for an authorized total of $58,179.79. This unit replaces a unit that has met service life and has severe rust. The replacement unit will be used daily for beach trash pickup. A 44 was requested to handle off-road work and inclement weather conditions. Public Works (Light Vehicles): Public Works will purchase one replacement Ford F-250 crew cab 44 pickup truck, one replacement Ford F-250 Crew Cab 44 service body truck, two replacement Ford F-450 regular cab crane trucks with auger attached, one replacement Ford F-550 crew cab 44 service body truck, one additional Ford F-550 crew cab service body truck, and one additional Ford F-550 crew cab crane body truck from Silsbee Ford through the TIPS Cooperative for $1,017,273.00. Funding will be $800,698.50 from the FY 2025 Fleet Equipment Replacement Fund and $216,574.50 from the Street Fund. The costs include $444,141.00 for the vehicles, $480,652.00 for the upfitting, and $92,480.00 for the 10% Procurement contingency, for an authorized total of $1,017,273.00. The two additional Ford F-550 units are part of an FY 2025 Budget Initiative. On average, the units being replaced are six years past service life. The replacement units will be used to safely transport personnel, tools, equipment, signs, and parts to various locations maintaining ROW, storm water ditch systems, channel system, replace and repair signs. The additional units will be used daily by a Construction Crew and a Street Operations Field Mechanic for safely transporting personnel, tools, equipment and parts to various locations. The Public Works construction crew is currently renting a unit from United Rentals and field mechanics currently share just one unit. The significant upfitting costs for these vehicles is largely due to the upfitting costs specific to the two replacement Ford F-450 regular cab crane trucks and the additional Ford F-550 crew cab crane body tuck. For the two replacement Ford F-450 regular cab crane trucks, this is due to the type of service body that is needed to support an 11-foot low-profile crane with an auger attachment as well as 40-inch handrails in both units. The cranes will be used to lift heavy materials and components, and the augers will be used to dig holes for pole base plates. The upfitting costs for these two units also include a power inverter, a custom catwalk, and material holders for 10-foot and 12-foot pipes. The custom catwalk will be used by Public Works technicians to pull up to street signs and access repair work in a safer manner than using a ladder. Due to the extensive custom fabrication of the service bodies on these two units, sandblasting, zinc primer for rust protection, and powder coating is required. Additionally, these two units will be upfitting with blue/amber LED flasher lights mounted on the front and rear of the units for safety and working lighting compliant with TxDoT specifications. These two units will use be used to perform daily street sign repair and maintenance. The additional Ford F-550 crew cab crane body truck's significant upfitting costs are due to the type of service body needed to support a 4,OOOlbs capacity crane, an air compressor/welding machine, a liftgate, fifty-foot welding hoses and welding leads, a power inverter, a control panel, and safety and working lighting that is compliant with TxDoT specifications. This unit will be used by field mechanics to perform maintenance and repairs to Public Work's heavy equipment. The crane is needed to lift heavy equipment and components. The air compressor/welder will beused to break down and repair equipment and can also be use to jump start equipment. Public Works will also purchase one replacement Ford F-450 crew cab service body from Helfman Ford through TIPS Cooperative for $94,397.71, with funding from the FY 2025 Fleet Equipment Replacement Fund. The cost includes$65,080.71 for the vehicle, $20,735.00 for the upfitting, and $8,582.00 for the 10% Procurement contingency, for an authorized total of$94,397.71. The unit being replaced is four years past service life. The replacement Ford F-450 crew cab service body will be used daily by Channel Maintenance crew transporting personnel, tools, and equipment safely to channel sites performing maintenance or repairs of the existing channels and ditches in the city. Public Works (Heavy Vehicles and Equipment): Public Works will purchase five replacement Metro WVTMM message boards from TAPCO through the BuyBoard Cooperative for a combined amount of $122,045.00, with funding through the FY 2025 Fleet Equipment Replacement Fund. These units will be utilized in narrow ROWs within the City where larger message boards, currently in the fleet, are too wide to be utilized safely. Currently, the division uses roll- up style traffic signs with limited messaging, requiring additional storage space for a greater amount of material storage. Replacing these units with new, smaller message boards will provide up to date and accurate information to public roadway users navigating active work zones to promote safety and optimize traffic within city limits. Public Works will also purchase one additional Bobcat T62 track steer loader with general purpose bucket, and 18" auger attachments from Compact Construction Equipment Inc. through the Sourcewell Cooperative for a combined amount of $65,394.79, with funding through the FY 2025 Fleet Equipment Replacement Fund. This unit is part of an FY 2025 Budget Initiative and will be used to remove debris and silt in existing concrete lined channels, and in tandem with excavators by loading excavated material into dump trucks to be hauled away. Currently, Public Works is performing this operation with Gradall machinery which requires a larger footprint to operate and is not as maneuverable. The Budget Initiative was to target maintenance on the City's underground Storm Water infrastructure. Public Works will also purchase one replacement Freightliner 108SD chassis with pipe hunter mini combo jetter body from Corpus Christi Freightliner through the Sourcewell Cooperative for $471,319.20, with funding through the FY 2025 Fleet Equipment Replacement Fund. The unit being replaced is six years past service life. The replacement Freightliner 108DS chassis with pipe hunter mini jetter body combo will be used to vacuum and jet clean existing drainage inlets, underground storm sewer pipes, surface curbs, and gutter infrastructure. The inlet cleaning crew will target maintenance performed on the City's inlet infrastructure. This equipment is necessary to provide the inlet cleaning crew with the proper equipment to perform the maintenance activities in a safe and expedient manner.This equipment will improve operations by replacing existing equipment that is unreliable and is costly to maintain. This replacement equipment will increase the inlet inspection rate and give the department the capability to dewater failed curb and gutter infrastructure. Public Works will also purchase one additional John Deere 85P excavator and one replacement John Deere 300P excavator with ditching bucket and mower attachment from Doggett Heavy Machinery Services through the Sourcewell Cooperative for a combined amount of$713,443.39, with funding through the FY 2025 Fleet Equipment Replacement Fund. The additional John Deere 85P excavator is part of the FY 2025 Maintenance of Storm Water Lines Construction Budget Initiative to target maintenance on the City's underground Storm Water infrastructure and will be used to excavate and lift material for the repairs of our underground storm sewer system. Currently, Public works utilizes a mini excavator to perform this operation, but it is limited in lifting weight capacity and has a smaller excavation depth. In situations where we need to lift more weight, a front-end loader is used but this requires a larger working area. The replacement John Deere 300P excavator is replacing a unit that is four years past service life. This unit will be used to mow and regrade our existing channels that cannot be serviced by our slope mowers or mini excavator due to the depth of the channel. Solid Waste (Light Vehicles): Solid Waste will purchase one replacement Ford F-250 extended cab 44 diesel pickup truck, one replacement Ford F-250 crew cab service body truck, and one replacement Ford F-450 crew cab stake body truck from Silsbee Ford through the TIPS cooperative for$290,203.32, with funding from the FY 2025 Fleet Equipment Replacement Fund. The costs include $178,721.75 for the vehicles, $85,099.57 for the upfitting, and $26,382.00 for the 10% Procurement contingency, for an authorized total of $290,203.32. The units to be replaced are, on average, 3.5 years past service life. The replacement F-250 Extended Cab 44 will be used to transport field mechanics to repair equipment at the J.C. Elliott Transfer Station and Cefe Valenzuela Landfill. The replacement F-250 crew cab service body will be used by the CDL trainer to transport students and equipment to training sites at Cefe Landfill and J.C. Elliott Transfer Station. The replacement F-450 crew cab stake body will be used to deliver garbage and recycle carts to the city residents. Solid Waste (Heavy Vehicles and Equipment): The Solid Waste Department will lease-purchase two replacement Western Star 47X tractor truck chassis with wet kit and one replacement Western Star 49X chassis with 18 cubic yard dump body, and one replacement Western Star 47X chassis with McNeilus rear packer refuse body from Corpus Christi Freightliner, through the Sourcewell Cooperative for a combined amount of$1,176,026.17, with funding of $19,600.44 for the lease-purchase payments from the FY 2025 General Fund. The two replacement Western Star 47X tractor trucks are 18-wheeler trucks that pull refuse trailers full of trash from the transfer station to the landfill for disposal. These two units will replace one unit that has life-to-date maintenance cost of$179,070, which exceeds the original purchase cost of$171,691 and another unit that has life-to- date maintenance cost of$153,626, which is 89% of its original purchase cost of$171,691. The Western Star 49X with 18 cubic yard dump body is replacing a unit that is three years past service life with life-to- date maintenance cost of $111,373, which is 91% of its original purchase cost of $121,794.00. This replacement Western Star 49X with 18-yard dump body will be used to move material within the J.0 Elliott Transfer Station as well as from the Transfer Station to the Cefe Valenzuela Landfill. The Western Star 47X rear packer refuse truck replaces a unit that is reaching end of service life with life-to-date maintenance costs at $143,804, which is 65% of the original purchase cost of$222,697. The replacement Western Star 47X Rear Packer Refuse Truck will collect garbage and recycle materials curbside throughout the city. Replacing these trucks is critical to maintaining Solid Waste's mission to collect, dispose, and recycle solid waste in an environmentally responsible manner, to ensure public health and beautification of the City. The Solid Waste Department will also lease-purchase one replacement Freightliner M2-106 chassis with LaBrie MiniMax automated side loading refuse body from Houston Freightliner Inc. through the HGAC Cooperative for$338,582.46, with funding of$5,643.04 for the lease-purchase payments from the FY 2025 General Fund. The unit is replacing a unit that is four years past service life with a life-to-date maintenance cost of$309,476, which exceeds the original purchase cost of$246,785. The unit will collect garbage and recycle materials curbside throughout the City. Replacing this unit is critical to maintaining Solid Waste's mission to collect, dispose, and recycle solid waste in an environmentally responsible manner, to ensure public health and beautification of the City. Solid Waste will also purchase three replacement Western Star 49X truck chassis with roll-off body from Corpus Christi Freightliner through the Sourcewell Cooperative for a combined amount of $801,556.80, with funding from the FY 2025 Fleet Equipment Replacement Fund. These units are used to deliver and pick up dumpsters to haul biosolids/sludge from wastewater plants and trash from city parks to the landfill for disposal. These trucks are critical to maintaining Solid Waste's mission to collect, dispose and recycle solid waste in an environmentally responsible manner, to ensure public health and beautification of the City. These three trucks replace units with life-to-date maintenance costs exceeding more than 70% of each purchase costs and 100% of service life hours. All Vehicles and Equipment: Departments need F-550s, 450s, 350s, and 250s instead of just all F-150s because of the max gross vehicle weight rating (GVWR) that is allowed per vehicle. When extra bodies and pieces of equipment are added to a vehicle based on the department's specs requested, the GVWR limit increases, which in turn requires a larger truck. GVWR must be closely monitored to ensure compliance with state law and for the safety and welfare of all motorists. Additionally, to maximize City resources, Fleet ensures that the GVWR models procured fluently match the spec. requirements and scope of work so that all vehicles are adequate in size. For each of the vehicles and equipment to be replaced, upon the arrival of each unit, the user department will turn in the old unit to the City auction yard in exchange for the new one. The old unit will then be formally designated for disposal under public sale practices. Following the City's current public sale practices, the unit will be staged for disposal during the City's annual auction in the succeeding October. All sales proceeds will return to the user department for future replacement funding. Units designated for auction may, from time to time, be retained to support a department's ready reserve. The City's Director of Finance & Procurement, or the Director's designee, will be authorized to approve necessary substitute acquisitions of vehicles, machinery, and equipment designated in this resolution, provided, (i)the substitute meets or exceeds the original product features available in the manner specified in this resolution, (ii) the substitute product is available through the same purchasing method, and (iii) at the same or lower pricing authorized in this resolution. This means that, upon City Council approving this resolution, the City's Director of Finance& Procurement, or his/her designee, would be authorized to approve any substitutions for fleet items in the batch of vehicles only found in this resolution. Although, to authorize such a substitution, the replacement(s) must meet or exceed the original requirements approved by City Council for this resolution only. Below is a summary table that provides an overview of the 64 vehicles being purchased from the BuyBoard, HGAC, TIPS and Sourcewell Cooperatives with description, quantities and pricing. Co-op Description Quantity Cost BuyBoard Ditch Witch Hydrovac Trailer 1 $161,506.38 BuyBoard Message Boards 5 $122,045.00 Total 6 $283,551.38 HGAC Freightliner Dump and Crew Truck 2 $410,776.30 HGAC Freightliner Refuse Side Loader 1 $338,582.46 Total 3 $749,358.76 TIPS Ford Packages 34 $3,502,619.17 Total 34 $3,502,619.17 Sourcewell International Package 2 $224,557.10 Sourcewell Bobcat Track Steer 1 $65,394.79 Sourcewell Forklift 1 $138,213.07 Sourcewell John Deere Packages 3 $785,125.31 Sourcewell Kubota 2 $95,510.26 Sourcewell Rousch Camera Cube Trailer 1 $179,947.69 Sourcewell Western Star Package 11 $3,575,090.97 Total 21 $5,063,839.19 Sum Total 64 $9,599,368.50 PROCUREMENT DETAIL: The procurement is through the TIPS and Sourcewell Cooperatives. Contracts awarded through the cooperative have been competitively procured in compliance with Texas Local and State procurement requirements. Procurement has modified their business practices for a proactive approach to the City's vehicle procurement process. The modified business practice uses all resources available to ensure that vehicles and equipment are sourced and delivered in a timely manner while using economically favorable methods. The FY 2025 budget includes 263 additional and replacement vehicles and equipment. With the approval of this item, a total of 100% will have been procured year-to-date. ALTERNATIVES: The alternative is not to approve these purchases and instead continue using current units that are beyond their expected service lives. This will increase the cost of repairs and result in a loss of productive man- hours due to more frequent maintenance issues. It will also affect employee safety since the current units are beyond their expected service lives and could suffer malfunctions and other issues. FISCAL IMPACT: The FY 2025 fiscal impact of the lease purchases totals $25,243.48 for the lease purchase payments from the FY 2025 General Fund. The remaining balance of $1,489,365.15 for the lease purchase payments includes $152,272.83 in total interest based on a 4.25% interest rate and a term of 60 months. The remaining balance of$1,489,365.15 will be funded through the annual budget process. The FY 2025 fiscal impact of the outright purchase totals $8,084,759.87 funded by various department funds. As part of the FY 2025 Budget process, all 58 of these units were approved as part of the FY 2025 Budget process. Ten of the units are part of from FY 2025 Budget Initiatives (one Ford F-550 crew cab service body truck, one Ford F-550 crew cab crane body truck, one Bobcat T62 Track Steer with general purpose bucket at 18' auger, and one John Deere 85P excavator for Public Works, one Ford F-150 Responder for the Fire Department, two International CV 16000 canopy body trucks, two Kubota backhoe loaders, and one Ditch Witch HX50A Hydrovac for the Gas Department). Five of the replacement units and one additional unit are funded through the General Fund. One replacement unit is funded through the Streets Fund. 48 of the replacement units and nine of the additional units are funded through the Fleet Equipment Replacement Fund. FUNDING DETAIL: Lease-Purchases Fund Name Accounting Unit Accoount Amount General Fund 1020-31-12504 530190 8,063.10 General Fund 1020-31-12506 530190 4,529.75 General Fund 1020-31-12512 530190 12,650.63 Total Lease-Purchase Payments 25,243.48 Outright Purchases Fund Name Accounting Unit Accoount Amount General Fund 1020-10-12010 550020 91,379.75 Street Fund 1041-33-12320 550020 216,574.50 Fleet Equipment Replacement Fund 5111-13-12000 550020 274,139.25 Fleet Equipment Replacement Fund 5111-13-12431 550020 545,411.75 Fleet Equipment Replacement Fund 5111-13-12500 550020 1,091,760.12 Fleet Equipment Replacement Fund 5111-13-12680 550020 325,874.00 Fleet Equipment Replacement Fund 5111-13-13836 550020 58,179.79 Fleet Equipment Replacement Fund 5111-13-30201 550020 69,714.45 Fleet Equipment Replacement Fund 5111-13-31502 550020 1,021,207.35 Fleet Equipment Replacement Fund 5111-13-32000 550020 1,721,886.84 Fleet Equipment Replacement Fund 5111-13-33000 550020 977,459.89 Fleet Equipment Replacement Fund 5111-13-34000 550020 1,571,407.68 Fleet Equipment Replacement Fund 5111-13-40111 550020 119,764.50 Total Outright Purchase $8,084,759.87 Subtotal (Lease-Purchases and Outright Purchases) $8,110,003.35 Remaining Lease-Purchase Payments $1,489,365.15 Grand Total $9,599,368.50 RECOMMENDATION: Staff recommends approval of this item authorizing the acquisition of 54 replacement and 10 additional light and heavy vehicles and equipment by various City Departments, as presented. LIST OF SUPPORTING DOCUMENTS: Resolution Exhibit 1 Light Vehicles Spreadsheet Exhibit 2 Light Vehicles Spreadsheet Exhibit 3 Light Vehicles Spreadsheet Exhibit 4 Heavy Vehicles and Equipment Spreadsheet Exhibit 5 Heavy Vehicles and Equipment Spreadsheet Exhibit 6 Heavy Vehicles and Equipment Spreadsheet Resolution authorizing the purchase of 54 replacement and 10 additional light and heavy vehicles and equipment by various departments, of which 59 units will be outright purchases and five units will be lease-purchases through JPMorgan, for a combined total amount of$9,599,368.50, with such items to be acquired in the manner, at the amounts, and from the sources stated, with FY 2025 funding totaling $8,110,003.35, with $116,623.23 from the General Fund, $216,574.50 from the Streets Fund, and $7,776,805.62 from the Fleet Equipment Replacement Fund and the remaining $1,489,365.15 for the lease-purchases funded through the annual budget process. WHEREAS, various City departments need to acquire both new and replacement fleet vehicles via direct purchase and lease-purchases; and WHEREAS, such acquisitions are to be sourced through purchasing cooperatives in the manner, at the amounts stated, and from the funding accounts identified in this resolution. Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of these procurements. Section 2. The Animal Care Services Department is authorized to acquire by purchase two replacement Ford F-250 extended cab 44 pickup trucks and two replacement Ford F-250 regular cab 44 animal control body trucks from Silsbee Ford for a total amount of $325,874.00, with FY 2025 funding from the Fleet Equipment Replacement Fund and through the TIPS Cooperative ("TIPS"). Section 3. The Asset Management Department is authorized to acquire by purchase one replacement Ford F-350 regular cab 44 service body tire truck from Silsbee Ford for $119,764.50, with FY 2025 funding from the Fleet Equipment Replacement Fund and acquired through TIPS. Section 4. Corpus Christi Water is authorized to acquire by purchase: (i) one replacement Ford F-250 crew cab 44 pickup truck, one replacement Ford F-250 regular cab service body truck, four replacement Ford F-250 extended cab service body trucks, one replacement Ford F-250 crew cab 44 service body truck, one replacement Ford F-550 regular cab service body truck, and one replacement Ford F-550 regular cab box truck, all from Silsbee Ford for a total amount of $959,466.65; and (ii) one replacement Ford F-250 crew cab 44 pickup truck from Helfman Ford for $69,714.45. Funding for all items in this section is from the FY 2025 Fleet Equipment Replacement Fund and acquired through TIPS. Section 5. Corpus Christi Water is also authorized to acquire by purchase: (i) one replacement Western Star 47X chassis with Zimmerman cement mixer body for $387,933.70 and one replacement Freightliner 108SD chassis with Pipe Hunter mini combo jetter body for$471,319.20, both to be acquired from Corpus Christi Freightliner; and (ii) one replacement Rausch C90 HD mobile pro camera cube trailer from Rausch USA for $179,947.69. Funding for all items in this section is from the FY 2025 Fleet Equipment Replacement Fund and acquired through the Sourcewell Cooperative ("Sourcewell"). Page 1 of 3 Section 6. The Fire Department is authorized to acquire by purchase three replacements and one additional Ford F-150 Responder crew cab pickup trucks from Silsbee Ford fora total amount of $365,519.00, with FY 2025 funding of $274,139.25 from the Fleet Equipment Replacement Fund and $91,379.75 from the General Fund, and all to be acquired through TIPS. Section 7. The Gas Department is authorized to acquire by purchase: (i) one replacement Ford F-250 crew cab pickup truck, one replacement Ford F-250 crew cab service body truck, and one replacement Ford F-250 crew cab 44 service body truck from Silsbee Ford for a total amount of $202,226.75-1 and (ii) two additional International CV515 16000 canopy body trucks from Holt Truck Centers for a total amount of $224,557.10. Funding for all items in this section is from the FY 2025 Fleet Equipment Replacement Fund, with item (i) to be acquired through TIPS and item (ii) through Sourcewell. Section 8. The Gas Department is authorized to acquire by purchase: (i) one replacement Western Star 47X tractor truck with winch from Corpus Christi Freightliner for $266,935.90-1 (ii) one replacement Freightliner M2-106 chassis with 6-8 CY dump truck body and one replacement Freightliner M2-106 crew truck chassis with canopy body from Houston Freightliner for a total amount of$410,776.30-1 (iii) one additional Ditch Witch HX50A trailer-mounted hydrovac from EKA for$161,506.38-1 (iv) one replacement forklift with 15,000-lb. lifting capacity from Equipment Depot LTD for $138,213.07-1 (v) two additional Kubota B26TLB backhoe loaders from Ewald Kubota for a total of $95,510.26-1 and (vi) one replacement John Deere 30P excavator from Doggett Heavy Equipment Services for$71 ,681 .92. Funding for all items in this section is from the FY 2025 Fleet Equipment Replacement Fund, with items (i), (iv), (v), and (vi) acquired through Sourcewell, item (ii) through the Houston-Galveston Area Council ("H-GAC"), and item (iii) through the BuyBoard Cooperative ("BuyBoard"). Section 9. The Parks & Recreation Department is authorized to acquire by purchase one replacement Ford F-250 crew cab 44 pickup truck from Silsbee Ford for $58,179.79, with FY 2025 funding from the Fleet Equipment Replacement Fund and acquired through TIPS. Section 10. The Public Works Department is authorized to acquire by purchase: (i) one replacement Ford F-250 crew cab 44 pickup truck, one replacement Ford F-250 crew cab 44 service body truck, two replacement Ford F-450 regular cab crane trucks with augers attached, one replacement Ford F-550 crew cab 44 service body truck, one additional Ford F-550 crew cab service body truck, and one additional Ford F-550 crew cab crane body truck, all from Silsbee Ford for a total amount of $1 ,017,273.00, with FY 2025 funding of $800,698.50 from the Fleet Equipment Replacement Fund and $216,574.50 from the Street Fund; and (ii) one replacement Ford F-450 crew cab service body truck from Helfman Ford for$94,397.71 , with FY 2025 funding from the Fleet Equipment Replacement Fund. All items in this section are to be acquired through TIPS. Section 11. The Public Works Department is also authorized to acquire by purchase: (i) five replacement Metro WVTMM message boards from TAPCO for a total amount of$122,045.00-1 (ii) one additional Bobcat T62 track steer loader with general purpose bucket and 18" auger attachments from Compact Construction Equipment, Inc., for a total amount of $65,394.79-1 (iii) one replacement Freightliner 108SD chassis with Pipe Hunter mini combo jetter body from Corpus Christi Freightliner for $471,319.20-1 and (iv) one additional John Deere 85P excavator and one replacement John Deere 300P excavator with ditching bucket and mower attachments from Doggett Heavy Machinery Services for a total amount of $713,443.39. Funding for all items in Page 2 of 3 this section is from the FY 2025 Fleet Equipment Replacement Fund, with item (i) acquired through BuyBoard and items (ii), (iii), and (iv) acquired through Sourcewell. Section 12. The Solid Waste Department is authorized to acquire by purchase one replacement Ford F-250 extended cab 44 diesel pickup truck, one replacement Ford F-250 crew cab service body truck, and one replacement Ford F-450 crew cab stake body truck, all from Silsbee Ford for a total amount of$290,203.32, with FY 2025 funding from the Fleet Equipment Replacement Fund and acquired through TIPS. Section 13. The Solid Waste Department is also authorized to acquire by lease-purchase: (i) two replacement Western Star 47X tractor truck chassis with wet kits, one replacement Western Star 49X chassis with 18-CY dump body, and one Western Star47X chassis with McNeilus rear packer refuse body from Corpus Christi Freightliner for a total amount of $1,176,026.17, with FY 2025 funding of $19,600.44 from the General Fund for the lease-purchase payments; and (ii) one Freightliner M2-106 chassis with LaBrie MiniMax automated side loader refuse body from Houston Freightliner for $338,582.46, with FY 2025 funding of $5,643.04 from the General Fund for the lease-purchase payments. Additionally, the department is authorized to acquire by purchase: (iii) three replacement Western Star 49X truck chassis with roll-off bodies from Corpus Christi Freightliner for a total of $801,556.80, with FY 2025 funding from the Fleet Equipment Replacement Fund. Items (i)and (iii)are to be acquired through Sourcewell, with item (ii) acquired through H-GAC. Section 14. Of the total amount of FY 2025 funding authorized, $116,623.23 is from the General Fund, $216,574.50 is from the Streets Fund, and $7,776,805.62 is from the Fleet Equipment Replacement Fund. Also, contingent funding of 10% has been included in the amounts stated in Sections 2 through 13 and is authorized pursuant to this resolution due to the ongoing volatility of market conditions and current supply chain issues, with such contingent funding to be accessed only on an as-needed basis per individual item purchased. Section 15. The City Manager, or his designee, is authorized to execute all documents necessary to acquire the vehicles and equipment enumerated in this resolution for a total estimated amount of $9,599,368.50 and in the manner, from the fund accounts, and through the purchasing cooperatives, as applicable, identified in the previous sections of this resolution. Section 16. The City's Director of Finance & Procurement, or the Director's designee ("Director") is authorized to approve necessary substitute acquisitions of vehicles, machinery, and equipment designated in this resolution, provided, the substitute product (i) meets or exceeds the original product features available in the manner specified in this resolution, (ii) is available through the same purchasing method, and (iii) is available at the same or lower pricing authorized in this resolution. PASSED AND APPROVED on the day of , 2025 ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 3 of 3 Exhibit 1 Combined 36 Light Equipment Package for Various Departments Type of Coop Description Dept Quantity Vendor Name Cost Funding Reason Procurement CCW, Public 2 Replacements Purchase TIPS Ford Package#1 Works 2 Helfman Ford 164,112.16 Fleet Equipment Replacement Fund Genearl Fund,Streets Fund, 3 Additions Purchase ITIPS 1 Ford Package#Z lVarious 1 32 lSilsbee Ford Inc 1 3,338,507.01 1 Fleet Equipment Replacement Fund 1 29 Replacements International Z Additions Purchase Sourcewell Package Various 1 2 1 Holt Truck Centers 1 224,557.10 Fleet Equipment Replacement Fund Total 36 3,727,176.27 Exhibit 2 Light Vehicles Department Funding Source Description Unit Cost with 10%Procurement Authorized p g p QTy DeliveryUpfitting Cost Total Cost Contingency Total Animal Care Services Fleet Equipment Replacement Fund FY25ACS01;F250 Extended Cab 4x4;Replacement 0917 1 $47,195.00 $4,219.00 $51,414.00 $5,141.00 $56,555.00 Animal Care Services Fleet Equipment Replacement Fund FY25ACS02;F250 Extended Cab 4x4;Replacement 0918 1 $47,195.00 $4,219.00 $51,414.00 $5,141.00 $56,555.00 Animal Care Services Fleet Equipment Replacement Fund FY25ACS03;F250 Regular Cab 4x4w/Animal Control Body;Replacement 0962 1 $47,195.00 $49,516.00 $96,711.00 $9,671.00 $106,392.00 Animal Care Services Fleet Equipment Replacement Fund FY25ACS04;F250 Regular Cab 4x4w/Animal Control Body;Replacement 0966 1 $47,195.00 $49,516.00 $96,711.00 $9,671.00 $106,382.00 Department Totals 4 $188,780.00 $107,470.00 $296,250.00 $29,624.00 $325,874.00 Asset Management Fleet Equipment Replacement Fund FY25FLT03;F350 Crew Cab 4011ire Truck;Outright;Replacement 1508 1 1 $64,823.50 $44,053.00 $108,876.50 $10,888.00 $119,764.50 Department Totals 1 $64,823.50 $44,053.00 $108,876.50 $10,888.00 $119,764.50 CC Water Fleet Equipment Replacement Fund FY25WW08;F550 Reg Cab CCTV Box Truck;Outright;Reptacement 0350 1 $55,775.00 $240,764.00 $296,539.00 $29,654.00 $326,193.00 CC Water Fleet Equipment Replacement Fund FY25WTR07;F250 Crew Cab 6.5'Bed 4x4;Outright;Replacement 6884 1 $48,394.00 $3,233.43 $51,627.43 $5,163.00 $56,790.43 CC Water Fleet Equipment Replacement Fund FY25WTR08;F250 Extended Cab Service Body;Outright;Replacement 1860 1 $44,186.25 $17,772.13 $61,958.38 $6,196.00 $68,154.38 CC Water Fleet Equipment Replacement Fund FY25WTR09;F250 Extended Cab Service Body;Outright;Replacement 1861 1 $44,186.25 $17,772.13 $61,958.38 $6,196.00 $68,154.38 CC Water Fleet Equipment Replacement Fund FY25WTR10;F250 Extended Cab Service Body;Outright;Replacement 1863 1 $44,186.25 $17,772.13 $61,958.38 $6,196.00 $68,154.38 CC Water Fleet Equipment Replacement Fund FY25WTR13;F250 Extended Cab Service Body;Outright;Replacement 1867 1 $44,186.25 $17,772.13 $61,958.28 $6,196.00 $68,154.38 CC Water Fleet Equipment Replacement Fund FY25WTR17;F250 Crew Cab 4x4 Service Body;Outright;RepLacement 1817 1 $48,603.00 $20,255.57 $68,858.57 $6,886.00 $75,744.57 CC Water Fleet Equipment Replacement Fund FY25WTR18;F250 Regular Cab Service Body;Outright;Replacement 1808 1 $44,866.25 $17,157.13 $62,023.38 $6,202.00 $68,225.38 CC Water Fleet Equipment Replacement Fund FY25WTR21;F550 Regular Cab Service Body;Outright;Replacement 1891 1 $64,576.75 $80,783.00 $145,359.75 $14,536.00 $159,895.75 Department Totals(Vendorl) 9 $438,960.00 $433,281.65 $872,241.65 $87,225.00 $959,466.65 CC Water Fleet Equipment Replacement Fund FY25WTRO1;F250 Crew Cab 4x4 B'Bed;Outright;Replacement 0107 1 $54,062.55 $9,313.90 $63,376.45 $6,338.00 $69,714.45 Department Totals(Vendor2) 1 $54,062.55 $9,313.90 $63,376.45 $6,338.00 $69,714.45 Fire Fleet Equipment Replacement Fund FY25FD02;F150 Responder;Outright;Replacement 1314 1 $50,650.75 $32,422.00 $83,072.75 $8,307.00 $91,379.75 Fire Fleet Equipment Replacement Fund FY25FD06;F150 Responder;Outright;Reptacement 1342 1 $50,650.75 $32,422.00 $83,072.75 $8,307.00 $91,379.75 Fire Fleet Equipment Replacement Fund FY25FD07;F150 Responder;Outright;Replacement 1343 1 $50,650.75 $32,422.00 $83,072.75 $8,307.00 $91,379.75 Fire General Fund FY25FD20;F150 Responder;Outright;Addition 1 $50,650.75 $32,422.00 $83,072.75 $8,307.00 $91,379.75 Department Totals 4 $202,603.00 $129,688.00 $332,291.00 $33,228.00 $365,519.00 GAS Fleet Equipment Replacement Fund FY25GAS18;F250 Crew Cab Service Body;Outright;Replacement 2295 1 $45,509.25 $18,168.13 $63,677.38 $6,368.00 $70,045.38 GAS Fleet Equipment Replacement Fund FY25GAS19;F250 Crew Cab 4x4 Service Body;Outright;Replacement 0208 1 $46,459.25 $18,168.13 $64,627.38 $6,463.00 $71,090.38 GAS Fleet Equipment Replacement Fund FY25GAS20;F250 Crew Cab B'Bed;Outright;Replacement 2201 1 $47,394.00 $8,142.99 $55,536.99 $5,554.00 $61,090.99 Department Totals(Vendor l) 3 $139,362.50 $44,479.25 $183,841.75 $18,385.00 $202,226.75 Gas Fleet Equipment Replacement Fund FY25GA527 International CV 16000 Canopy Body;Outright;Addition 1 $68,441.12 $33,630.43 $102,071.55 $10,207.00 $112,278.55 Gas Fleet Equipment Replacement Fund FY25GAS29 International CV 16000 Canopy Body;Outright;Addition 1 $68,441.12 $33,630.43 $102,071.55 $10,207.00 $112,278.55 Department Totals(Vendor2) 2 $136,882.24 $67,260.86 $204,143.10 $20,414.00 $224,557.10 Parks B Recreation Fleet Equipment Replacement Fund FY25PKS07;F250 Crew Cab 4x4;Outright;RepLacement 0895 1 $48,394.00 $4,496.79 $52,890.79 $5,289.00 $58,179.79 Department Totals 1 $48,394.00 $4,496.79 $52,890.79 $5,289.00 $68,179.79 Public Works Fleet Equipment Replacement Fund FY25STM01;F550 Crew Cab 4x4 Service Body;Outright,Replacement4871 1 $68,463.25 $22,620.00 $91,083.25 $9,108.00 $100,191.25 Public Works Fleet Equipment Replacement Fund FY258TM02;F250 Crew Cab 4x4;Outright;Replacement 4894 1 $48,394.00 $6,142.43 $54,536.43 $5,454.00 $59,990.43 Public Works Fleet Equipment Replacement Fund FY25STMOB;F250 Crew Cab 44 Service Body Diesel;Outright;Replacement4810 1 $58,573.25 $47,752.57 $106,325.82 $10,633.00 $216,958.82 Public Works Fleet Equipment Replacement Fund FY25StM14;F550 Crew Cab Service Body;Outright;Addition 1 $68,463.25 $22,620.00 $91,083.25 $9,108.00 $100,191.25 Public Works Street Fund FY255TRO1;F450 Regular Cab w/Auger;Outright;Replacement 1466 1 $65,939.50 $130,946.00 $196,985.50 $19,689.00 $216,574.50 Public Works Fleet Equipment Replacement Fund FY25STR02;F450 Regular Cab w/Auger;Outright;Replacement 1467 1 $65,939.50 $130,946.00 $196,885.50 $19,689.00 $216,574.50 Public Works Fleet Equipment Replacement Fund FY25STR32;F550 Crew Cab Crane Body;Outright;Addition 1 $68,368.25 $119,625.00 $187,993.25 $18,799.00 $206,792.25 Department Totals(Vendor l) 7 $444,141.00 $480,652.00 $924,793.00 $92,480.00 $1,017,273.00 Public Works Fleet Equipment Replacement Fund FY25STM07;F450 Crew Cab Diesel Service Body;Outright;Replacement 4840 1 $65,080.71 $20,735.00 $85,815.71 $8,582.00 $94,397.71 Department Totals(Vendor2) 1 $65,080.71 $20,735.00 $85,815.71 $8,582.00 $94,397.71 Solid Waste Fleet Equipment Replacement Fund FY25SWO1;F250 Extended Cab 44 Diesel;Outright;Replacement 2064 1 $56,690.25 $7,213.00 $63,903.25 $6,390.00 $70,293.25 Solid Waste Fleet Equipment Replacement Fund 11255W06;F450 Crew Cab Stake Body;Outright;Replacement 2041 1 $65,958.25 $30,134.00 $96,092.25 $9,609.00 $105,701.25 Solid Waste Fleet Equipment Replacement Fund FY25SW08;F250 Crew Cab Service Body;Outright;Replacement 0504 1 $56,073.25 $47,752.57 $103,825.82 $10,383.00 $114,208.82 Department Totals 3 $178,721.75 $85,099.57 $263,821.32 $26,382.00 $290,203.32 36 $3,727,176.27 Exhibit 3 Combined 36 Vehicles and Equipment Purchase Description FY25ACS01;F250 Extended Cab 4x4; Used daily by Animal Care Officers and Investigators responding to resident calls for Animal Care Services Replacement 0917 0 1 1 EA service and investigations. FY25ACS02;F250 Extended Cab 4x4; Used daily by Animal Care Officers and Investigators responding to resident calls for Animal Care Services Replacement 0918 0 1 1 EA service and investigations. FY25ACS03;F250 Regular Cab 4x4 w/Animal Control Body; Used daily by Animal Care Officers and Investigators responding to resident cal Is for Animal Care Services Replacement 0962 0 1 1 EA service and investigations. FY25ACS04;F250 Regular Cab 4x4 w/Animal Control Body; Used daily by Animal Care Officers and Investigators responding to resident calls for Animal Care Services Replacement 0966 0 1 1 EA service and investigations. FY25FLT03;F350 Crew Cab 4x4 Tire Truck;Outright; Used daily by personnel repairing tires,changing tires,and transporting personnel to Asset Management Replacement 1508 0 1 1 EA training sessions. FY25WTR07;F250 Crew Cab 6.5'Bed 4x4;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 6884 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR08;F250 Extended Cab Service Body;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 1860 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR09;F250 Extended Cab Service Body;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 1861 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR10;F250 Extended Cab Service Body;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 1863 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR13;F250 Extended Cab Service Body;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 1867 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR17;F250 Crew Cab 4x4 Service Body;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 1817 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR18;F250 Regular Cab Service Body;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 1808 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR21;F550 Regular Cab Service Body;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement 1891 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25W WOS;F550 Reg Cab CCTV Box Truck;Outright; Used daily by transporting personnel and equipment to various locations to maintain CC Water Replacement0350 0 1 1 EA water meters,water supply lines,sewer pipes,and water treatment plants. FY25WTR01;F250 Crew Cab 4x4 8'Bed;Outright; Used daily by transporting personnel and equipment to service the Mary Rhodes CC Water Replacement 0107 0 1 1 EA Pipeline. FY25FD02;F150 Responder;Outright; Used daily by field medical officers,firefighters on state deployments,and FD radio Fire Replacement 1314 0 1 1 EA technician on field duty. FY25FD06;F150 Responder;Outright; Used daily by field medical officers,firefighters on state deployments,and FD radio Fire Replacement 1342 0 1 1 EA technician on field duty. FY25FD07;F150 Responder;Outright; Used daily by field medical officers,firefighters on state deployments,and FD radio Fire Replacement 1343 0 1 1 EA technician on field duty. FY25FD20;F150 Responder;Outright; Used daily by field medical officers,firefighters on state deployments,and FD radio Fire Addition 1 0 1 EA technician on field duty. Replace- ,Dept Description Additions ments Total UOM Mission/Purpose FY25GAS18;F250 Crew Cab Service Body;Outright; Used daily by Pressure and Measurement Gas Technicians to respond to customers GAS Replacement 2295 0 1 1 EA requesting service,reporting leaks,and performing daily routine maintenance and FY25GAS19;F250 Crew Cab 4x4 Service Body;Outright; Used daily by Pressure and Measurement Gas Technicians to respond to customers GAS Replacement0208 0 1 1 EA requesting service,reporting leaks,and performing daily routine maintenance and FY25GAS20;F250 Crew Cab 8'Bed;Outright; Used daily by Pressure and Measurement Gas Technicians to respond to customers GAS Replacement 2201 0 1 1 EA requesting service,reporting leaks,and performing daily routine maintenance and FY25GAS27 International CV 16000 Canopy Body;Outright; Used daily by gas technicians transporting materials,equipment and personnel to Gas Addition 1 0 1 EA construction sites and valve crews maintaining valves in the gas distribution system. FY25GAS29 International CV 16000 Canopy Body;Outright; Used daily by gas technicians transporting materials,equipment and personnel to Gas Addition 1 0 1 EA construction sites and valve crews maintaining valves in the gas distribution system. FY25PKS07;F250 Crew Cab 4x4;Outright; Parks&Recreation Replacement 0895 0 1 1 EA Used daily for beach trash pickup. FY25STM01;F550 Crew Cab 4x4 Service Body;Outright; Used daily by Channel Maintenance Crew transporting personnel tools,and equipment Public Works Replacement 4871 0 1 1 EA safely to channel sites to repair and maintain existing channel and ditch storm water FY25STM02;F250 Crew Cab 4x4;Outright; Used daily by the Vegetative Maintenance Crew transporting personnel,tools,and Public Works Replacement 4894 0 1 1 EA equipment safely to mowing sites for street ROW and drainage of roadways. FY25STM08;F250 Crew Cab 4x4 Service Body Diesel;Outright; Used daily by the Vegetative Maintenance Crew transporting personnel,tools,and Public Works Replacement 4810 0 1 1 EA equipment safely to mowing sites for street ROW and drainage of roadways. FY25STM14;F550 Crew Cab Service Body;Outright; Used daily by Construction Crew transporting personnel,construction materials,tools, Public Works Addition 1 0 1 EA and equipment safely to job sites in the city. FY25STR01;F450 Regular Cab w/Auger;Outright; Used daily by Signs and Markings technicians transporting tools,equipment,and signs to Public Works Replacement 1466 0 1 1 EA jobsites. FY25STR02;F450 Regular Cab w/Auger;Outright; Used daily by Signs and Markings technicians transporting tools,equipment,and signs to Public Works Replacement 1467 0 1 1 EA jobsites. FY25STR12;F550 Crew Cab Crane Body;Outright; Used daily by Street Operations mechanics transporting personnel,tools,equipment and Public Works Addition 1 0 1 EA parts to various job sites when equipment can be repaired in the field. FY25STM07;F450 Crew Cab Diesel Service Body;Outright; Used daily by Channel Maintenance crew transporting personnel,tools,and equipment Public Works Replacement 4840 0 1 1 EA safely to channel sites performing maintenance or repairs of the existing channel and FY25SW01;F250 Extended Cab 4x4 Diesel;Outright; Used to transport field mechanics to repair equipment at the J.C.Elliott Transfer Station Solid Waste Replacement 2064 0 1 1 EA and Cefe Vale—ela Landfill. FY25SW06;F450 Crew Cab Stake Body;Outright; Solid Waste Replacement 2041 0 1 1 EA Used to deliver garbage and recycle carts to the city residents. FY25SW08;F250 Crew Cab Service Body;Outright; Used by the CDL trainer to transport students and equipment to training sites at Cefe Solid Waste Replacement 0504 0 1 1 EA Landfill and J.C.Elliott Transfer Station. Grand Total 5 31 36 Exhibit 4 Combined 28 Heavy Equipment Package for Various Departments Type of Coop Description Dept Quantity Vendor Name Cost Funding Reason Procurement Western Star Corpus Christi 4 Replacements Lease Purchase Sourcewell Package Solid Waste 4 Freightliner 1,176,026.17 General Fund Freightliner Refuse 1 Replacement Lease Purchase HGAC Side Loader Solid Waste 1 Houston Freightliner Inc 338,582.46 General Fund 139065-Equipment Depot 1 Replacement Purchase Sourcewell Forklift Gas 1 LTD 138,213.07 1 Fleet Equipment Replacement Fund Compact Construction 1 Addition Purchase Sourcewell Bobcat Track Steer Public Works 1 Equipment INC. 65,394.79 Fleet Equipment Replacement Fund Western Star CCW,Gas,Public Works, Corpus Christi Purchase Sourcewell Package Solid Waste 7 Freightliner 2,399,064.80 Fleet Equipment Replacement Fund 7 Replacements Doggett Heavy Machine 1 Addition Purchase Sourcewell John Deere Packages Gas,Public Works 3 Swcs 785,125.31 Fleet Equipment Replacement Fund 2 Replacements Purchase BuyBoard Ditch Witch Gas 1 EKA 161,506.38 Fleet Equipment Replacement Fund 1 Addition Purchase Sourcewell Kubota Gas 2 Ewald Kubota 95,510.26 Fleet Equipment Replacement Fund 2 Additions Freightliner Dump 2 Replacement Purchase HGAC and Crew Truck Gas 2 Houston Freightliner Inc 410,776.30 Fleet Equipment Replacement Fund Rousch Camera Cube Purchase Sourcewell Trailer CCW 1 Rausch Electronics USA 179,947.69 Fleet Equipment Replacement Fund 1 Replacement Purchase BuyBoard Message Boards Public Works 5 TAPCO 122,045.00 Fleet Equipment Replacement Fund 5 Replacements Total 28 5,872,192.23 Exhibit 5 Combined 28 Vehicles and Equipment Lease Purchase AdditionsReplace- Tot I Cost Total Financial D111 Funding Acct.Unit Account Activity Description Solid Waste General Fund 1020-31-12504 530190 FY25 LPSW10;Western Star 47X Tractor Truck with Wet Kit;Replacement 1787 O 1 Total1 EA 217,574.00 241,892.97 4,031.55 Solid Waste General Fund 1020-31-12504 530190 FY25LPSW11;Western Star 47XTractor Truck with Wet Kit;Replacement 1794 0 1 1 EA 217,574.00 241,892.97 4,031.55 FY25LPSW12;Western Star 49Xwith 18Yard Demolition Dump Body Truck; Solid Waste General Fund 1020-31-12506 530190 Replacement 1701 0 1 1 EA 244,460.70 271,784.89 4,529.75 FY25LPS W 18;Western Star 47X with MCNeilus Rear Packer Refuse Body; Solid Waste General Fund 1020-31-12512 530190 Replacement 1701 0 1 1 EA 378,184.40 420,455.34 7,007.59 FY25LPSW19;Freightliner M2-106 with La Bie MiniMax Automated Side Loader Solid Waste General Fund 1020-31-12512 530190 Refuse Truck;Replacement 1720 0 1 1 EA 304,54170 338,582.46 5,643.04 Le,se Purchase Tota 11 Purchase ,Dept 11 in' Acct Unit Account Activity Desc lotion Additions ments Total DOM Unit Cost Total Cost Impact FY 2025 Fleet Equipment FY257TR24;Western Star 47X with Zimmerman Cement Mixer Body;Replacement CC Water Replacement Fund 5111-1331502 550020 1818 0 1 1 EA 387,93170 387,933.70 387,933.70 Fleet Equipment CC Water Replacement Fund 5111-1333000 550020 FY25WW09;Rausch C90 HD Mobile PRO Camera Cube Trailer;Replacement 0337 0 1 1 EA 179,947.69 179,947.69 179,947.69 Fleet Equipment FY25W W 10;Freightliner 108SD with Pipe Hunter Mini Combo Jetter Body; CC Water Replacement Fund 5111-1333000 550020 Replacement 3398,3389 0 1 1 EA 471,319.20 471,319.20 471,319.20 Gas Replacement Fund 5111-1334000 550020 FY25GAS01;Western Star 47XTractor with Winch;Replacement 0207 0 1 1 EA 266,935.90 266,935.90 266,935.90 Gas Replacement Fund 5111-1334000 550020 FY25GAS05;FreightlinerM2-106 6-8Yd Dump Truck;Replacement 2283 0 1 1 EA 183,546.00 183,546.00 183,546.00 Fleet Equipment Gas Replacement Fund 5111-1334000 550020 FY25GAS06;Freightliner M2-106 Crew Truck with Canopy Body;Replacement 2248 0 1 1 EA 227,230.30 227,230.30 227,230.30 Gas Replacement Fund 5111-1334000 550020 FY25GAS21;Forklift,15,000 pound lift capacity;Replacement 2203 0 1 1 EA 1381 138,213.07 138,213.07 Gas Replacement Fund 5111-1334000 550020 FY25GAS22;Kubota B26TLB Backhoe Loader;Addition 1 0 1 EA 47,755.13 47,755.13 47,755.13 Gas Replacement Fund 5111-1334000 550020 FY25GAS23;Kubota B26TLB Backhoe Loader;Addition 1 0 1 EA 47,755.13 47,755.13 47,755.13 Gas Replacement Fund 5111-1334000 550020 FY25GAS28;Ditch Witch HX50A Hydrovac,Trailer Mounted;Addition 1 0 1 EA 161,506.38 161,506.38 161,506.38 Gas Replacement Fund 5111-1334000 550020 FY25GAS34;John Deere 30P Excavator;Replacement 2250 0 1 1 EA 71,681.92 71,681.92 71,681.92 Public Works Replacement Fund 5111-1332000 550020 FY25STM04;John Deere 300P Excavator;Replacement 4945AA 0 1 1 EA 564,549.70 564,549.70 564,549.70 Fleet Equipment FY25STM05;Freightliner 108SD with Pipe Hunter Mini Combo Jetter Body; Public Works Replacement Fund 5111-1332000 550020 Replacement 4886 0 1 1 EA 471,319.20 471,319.20 471,319.20 Public Works Replacement Fund 5111-1332000 550020 FY255TM15;Bobcat T62 Track Steer with General Purpose Bucket an 18"Auger 1 0 1 EA 65,394.79 65,394.79 65,394.79 Public Works Replacement Fund 5111-13-12431 550020 FY25STR03;Metro WVTMM Message Board;Replacement 1408 0 1 1 EA 24,409.00 24,409.00 24,409.00 Public Works Replacement Fund 5111-13-12431 550020 FY25STR04;Metro WVTMM Message Board;Replacement 1409 0 1 1 EA 24,409.00 24,409.00 24,409.00 Public Works Replacement Fund 5111-13-12431 550020 FY25STR05;Metro WVTMM Message Board;Replacement 1410 0 1 1 EA 24,409.00 24,409.00 24,409.00 Public Works Replacement Fund 5111-13-12431 550020 FY25STR06;Metro WVTMM Message Board;Replacement 1411 0 1 1 EA 24,409.00 24,409.00 24,409.00 Public Works Replacement Fund 5111-13-12431 550020 FY25STR07;Metro WVTMM Message Board;Replacement 1412 0 1 1 EA 24,409.00 24,409.00 24,409.00 Public Works Replacement Fund 5111-1332000 550020 FY25STM11;John Deere 85P Excavator;Addition 1 0 1 EA 148,893.69 148,893.69 148,993.69 Solid Waste Replacement Fund 5111-13-12500 550020 FY25SW03;Western Star 49X with Roll-off Body;Replacement 2050 0 1 1 EA 267,185.60 267,185.60 267,185.60 Solid Waste Replacement Fund 5111-13-12500 550020 FY25SW04;Western Star 49X with Roll-off Body;Replacement 2051 0 1 1 EA 267,185.60 267,185.60 267,185.60 Solid Waste Replacement Fund 5111-13-12500 550020 FY25SW05;Western Star 49X with Roll-off Body;Replacement 2052 0 1 1 EA 267,185.60 267,185.60 267,185.60 Purchase Total1 4,357,583.60 Grand Total 5 23 28 5,872,192.23 4,382,827.08 Exhibit 6 Combined 28 Vehicles and Equipment Lease Purchase Description,Dept Funding FY25LPSW 10;Western Star 47X Tractor Truck with Wet Kit; Used to pull refuse trailers full of trash from the transfer station to the landfill for Solid Waste General Fund Replacement 1787 0 1 1 EA disposal. FY25LPSW 11;Western Star 47X Tractor Truck with Wet Kit; Used to pull refuse trailers full of trash from the transfer station to the landfill for Solid Waste General Fund Replacement 1794 0 1 1 EA disposal. FY25LPSW 12;Western Star 49X with 18-Yard Demolition Dump Body Truck; Used to move material within the 1.0 Elliott Transfer Station as well as from the Solid Waste General Fund Replacement 2075 0 1 1 EA Transfer Station to the Cefe Valenzuela Landfill. FY25LPSW18;Western Star 47X with McNeilus Rear Packer Refuse Body; Solid Waste General Fund Replacement 1701 0 1 1 EA Used to collect garbage/recycle materials curbside throughout the city. FY25LPSW19;Freightliner M2-106 with LaBie MiniMax Automated Side Loader Refuse Solid Waste General Fund Truck;Replacement 1720 0 1 1 EA Used to collect garbage/recycle materials curbside throughout the city. Purchase Description,Dept Funding Fleet Equipment FY25W W09;Rausch C90 HD Mobile PRO Camera Cube Trailer; Used CCTV underground sewer mains crew by inspecting and assessing pipes as CC Water Replacement Fund Replacement 0337 0 1 1 EA per EPA Consent Decree. Fleet Equipment FY25WTR24;Western Star 47X with Zimmerman Cement Mixer Body; Used to replenish any damaged or removed concrete driveways and or sidewalks CC Water Replacement Fund Replacement 1818 0 1 1 EA around the city. Fleet Equipment FY25W W10;Freightliner 108SD with Pipe Hunter Mini Combo letter Body; Used to respond to customer calls forjetting&vacuuming sewer infrastructure CC Water Replacement Fund Replacement 3388,3389 0 1 1 EA transporting personnel and equipment Fleet Equipment FY25GAS34;John Deere 30P Excavator; Gas Replacement Fund Replacement 2250 0 1 1 EA Used for installing gas mains and services for projects on construction sites. Fleet Equipment FY25GAS05;FreightlinerM2-106 6-8Yd Dump Truck; Essential for hauling large quantities of various materials needed forjobsite Gas Replacement Fund Replacement 2283 0 1 1 EA excavations and dress up in a timely manner. Fleet Equipment FY25GAS06;Freightliner M2-106 Crew Truck with Canopy Body; Used to transport up to six Gas Technicians,equipment,and materials to Gas Replacement Fund Replacement 2248 0 1 1 EA construction sites Used to expose existing utilities at jobsites by using high pressure water and a Fleet Equipment FY25GAS28;Ditch Witch HX50A Hydrovac,Trailer Mounted; vacuum system to dig,excavate,and remove soil debris at construction sites Gas Replacement Fund Addition 1 0 1 EA without the risk of damage. Fleet Equipment FY25GAS21;Forklift,15,000 pound lift capacity; Used to unload materials from delivery vehicles and movi.ng materials around the Gas Replacement Fund Replacement 2203 0 1 1 EA Gas yard Fleet Equipment FY25GAS22;Kubota B26TLB Backhoe Loader; Used for the installation of gas mains and services for projects on construction Gas Replacement Fund Addition 1 0 1 EA sites. Fleet Equipment FY25GAS23;Kubota B26TLB Backhoe Loader; Used for the installation of gas mains and services for projects on construction Gas Replacement Fund Addition 1 0 1 EA sites. Replace- ,Dept FundIng DescrIptIon Additions ments Total DOM Mission/Purpose Fleet Equipment FY25GAS01;Western Star 47X Tractor with Winch; Gas Replacement Fund Replacement 0207 0 1 1 EA Used to transport heavy materials and equipment to construction sites. Fleet Equipment FY25STM04;John Deere 300P Excavator; Used to mow and regrade our existing channels that cannot be serviced by our Public Works Replacement Fund Replacement 4845AA 0 1 1 EA slope mowers or mini excavator due to the depth of the channel. Fleet Equipment FY25STM11;John Deere 85P Excavator; Used to excavate and lift material for the repairs of our underground storm sewer Public Works Replacement Fund Addition 1 0 1 EA system. Fleet Equipment FY25STR03;Metro WVTMM Message Board; Used in narrow ROWS within the City where large message boards,currently in the Public Works Replacement Fund Replacement 1408 0 1 1 EA fleet,are too wideto be utilized safely. Fleet Equipment FY25STR04;Metro WVTMM Message Board; Used in narrow ROWS within the City where large message boards,currently in the Public Works Replacement Fund Replacement 1409 0 1 1 EA fleet,are too wideto be utilized safely. Fleet Equipment FY25STR05;Metro WVTMM Message Board; Used in narrow ROWS within the City where large message boards,currently in the Public Works Replacement Fund Replacement 1410 0 1 1 EA fleet,are too wideto be utilized safely. Fleet Equipment FY25STR06;Metro WVTMM Message Board; Used in narrow ROWS within the City where large message boards,currently in the Public Works Replacement Fund Replacement 1411 0 1 1 EA fleet,are too wideto be utilized safely. Fleet Equipment FY25STR07;Metro WVTMM Message Board; Used in narrow ROWS within the City where large message boards,currently in the Public Works Replacement Fund Replacement 1412 0 1 1 EA fleet,are too wideto be utilized safely. Used to remove debris and silt in our existing concrete lined channels,and to be Fleet Equipment FY25STM15;Bobcat T62 Track Steer with General Purpose Bucket an 18"Auger; used in tandem with our excavators by loading excavated material into our dump Public Works Replacement Fund Addition 1 0 1 EA trucks to be hauled away. Fleet Equipment FY25STM05;Freightliner 108SD with Pipe Hunter Mini Combo Jetter Body; Used to vacuum orjet clean our existing drainage inlets,underground storm sewer Public Works Replacement Fund Replacement 4886 0 1 1 EA pipe and surface curb and gutter infrastructure. Fleet Equipment FY25SW03;Western Star 49X with Roll-off Body; Used to deliver and pick up dumpsters to haul biosolids/sludge from wastewater Solid Waste Replacement Fund Replacement 2050 0 1 1 EA plants and trash from city parks to the landfill for disposal. Fleet Equipment FY25SW04;Western Star 49X with Roll-off Body; Used to deliver and pick up dumpsters to haul biosolids/sludge from wastewater Solid Waste Replacement Fund Replacement 2051 0 1 1 EA plants and trash from city parks to the landfill for disposal. Fleet Equipment FY25SW05;Western Star 49X with Roll-off Body; Used to deliver and pick up dumpsters to haul biosolids/sludge from wastewater Solid Waste Replacement Fund Replacement 2052 0 1 1 EA plants and trash from city parks to the landfill for disposal. Grand Total 5 23 28 Asset Management: Fleet Division Procurement of 64 Vehicles and Equipment 54 Replacements and 10 Additions to the Fleet Council Presentation September 23, 2025 Current as of September 4,2025 Procurement of 64 Light and Heavy Vehicles and Equipment 54 Replacements and 10 Additions to the Fleet • Silsbee Ford Inc.—F250 Extended Cab 4x4 Pickup Qty:2;F250 Extended Cab 4x4 Diesel Qty:1;F250 Crew Cab Pickup Qty:1;F250 Crew Cab Pickup 4x4 Qty:3;F250 Regular Cab 4x4 Animal Control Body Qty:2;F250 Regular Cab Service Body Qty:1;F250 Extended Cab Service Body Qty:4;F250 Crew Cab Service Body Qty:2;F250 Crew Cab 4x4 Service Body Qty: 2;F250 Crew Cab 4x4 Diesel Service Body Qty:1;F350 Crew Cab 4x4 Diesel Service Body Qty:1;F450 Regular Cab Crane Body with Auger Qty:2;F450 Crew Cab Stake Body Qty:1; F550 Regular Cab Box Truck with CCTV Equipment Qty:1;F550 Regular Cab Service Body Qty:1;F550 Crew Cab Service Body Qty:1;F550 Crew Cab 4x4 Service Body Qty:1;F550 Crew Cab Crane Body Qty:1;F150 Police Responder Qty:4;Total Units:32 • Holt Truck Centers—International CV515 16000 Crew Cab Canopy Body Qty:2;Total Units:2 • Helfman Ford Inc.—F250 Crew Cab 4x4 Pickup Qty:1;F450 Crew Cab Diesel Service Body Qty:1;Total Units:2 • Houston Freightliner Inc.—Freightliner M2-106 with LaBrie MiniMax ASL Refuse Truck Qty:1;Freightliner M2-106 Chassis with 6-8Yd Dump Body Qty:1;Freightliner M2-106 Crew Truck Chassis with Canopy Body Qty:1;Total Units:3 • Doggett Heavy Machinery Services—John Deere 300P Excavator Qty:1;John Deere 85P Excavator Qty:1;John Deere 30P Excavator Qty:1;Total Units:3 • EKA—Ditch Witch HX50A Hydrovac,Trailer Mounted Qty:1;Total Units:1 • Equipment Depot Ltd. —Forklift,15,0001b Lift Capacity Qty:1;Total Units:1 • Rausch Electronics USA—Rausch C90 HD Mobile PRO Camera Cube Trailer Qty:1;Total Units:1 • Ewald Kubota—Kubota B26TLB Backhoe Loader Qty:2;Total Units:2 • TAPCO—Metro WVTMM Message Board Qty:5;Total Units:5 • Compact Construction Equipment Inc.—Bobcat T62 Track Steer with General Purpose Bucket and 18"Auger Qty:1 Total Units:1 • Corpus Christi Freightliner—Western Star 47X Tractor Truck with Wet Kit Qty:2;Western Star 49X Chassis with 18 YD Demolition Dump Body Qty:1;Western Star 47X Chassis with McNeilus Rear Packer Refuse Body Qty:1;Western Star 47X Chassis with Zimmerman Cement Mixer Body Qty:1; Freightliner 108SD with Pipe Hunter Mini Combo letter Body Qty: 2;Western Star 47X Tractor Truck with Winch Qty:1;Western Star49X with Roll-off Body Qty:3 Total Units:11 Silsbee Ford Total Units: 32 I m � k �c Rru`s !a l ceasri '' line s' a t r F250 Extended Cab 4x4 Pickup F250 Crew Cab Pickup Animal Control Services Qty: 2 Gas Department Qty: 1 Solid Wase Qty: 1 (Diesel) CCW Water Qty: 1 (4x4) Parks and Recreation Qty: 1 (4x4) Public Works Stormwater Qty: 1 (4x4) Silsbee Ford Total Units: 32 �CONTROI ® i a � � F250 Regular Cab U4 Animal Control Body F250 Regular Cab Service Body Animal Control Services Qty: 2 CCW Water Qty: 1 Silsbee Ford Total Units: 32 u 0 2128 2866 B F250 Extended Cab Service Body F250 Crew Cab Service Body CCW Water Qty: 4 Gas Department Qty: 1 Solid Waste Qty: 1 CCW Water Qty: 1 (4x4) Gas Department Qty: 1 (4x4) Silsbee Ford Total Units: 32 a 6765 I T _ • F250 Crew Cab 4x4 Diesel Service Body F350 Crew Cab 4x4 Diesel Service Body Public Works Stormwater Qty: 1 Asset Management Fleet Qty: 1 � Silsbee Ford Total Units: 32 s 0�2 �LmEs T03T _ wwxcem.ea.com I� � � soo°w s*e!T _ ire cxvis U c F450 Regular Cab Crane Body with Auger F450 Crew Cab Stake Body Public Works Steets Qty: 2 Solid Waste Qty: 1 Silsbee Ford Total Units: 32 F550 Regular Cab Box Truck with CCTV Equipment F550 Regular Cab Service Body CCW Wastewater Qty: 1 CCW Water Qty: 1 Silsbee Ford Total Units: 32 t - 7r+ 3 0 ALAL F550 Crew Cab Service Body F550 Crew Cab Crane Body Public Works Stormwater Qty: 1 Public Works Street Qty: 1 Public Works Stormwater Qty: 1 (4x4) Silsbee Ford f Total Units: 32 1 ' BATTAl10N] CORD T� F150 Responder Fire Department Qty: 4 Holt Truck Centers Total Units: 2 2256 w o �coeaus�� —5 CHflI5T1 �CaAS International CV51516000 Crew Cab Canopy Body Gas Department Qty: 2 --*�:7 W-2, Helfman Ford Inc. Total Units: 2 0170 - 160 ter_ F250 Crew Cab U4 Pickup F450 Crew Cab Service Body CCW Water Qty: 1 Public Works Stormwater Qty: 1 Houston Freightliner Inc. Total Units: 3 Freightliner M2-106 Freightliner M2-106 6-8Yd Dump Truck with LaBrie MiniMax ASL Refuse Truck Gas Department Qty: 1 Solid Waste Qty: 1 Houston Freightliner Inc. Total Units: 3 0 GAS ■ Freightliner M2-106 Crew Truck with Canopy Body Gas Department Qty: 1 DoggeavVett HMachineryServices Total Units: 3 i John Deere 300P Excavator John Deere 85P Excavator Public Works Stormwater Qty: 1 Public Works Stormwater Qty: 1 � Doggett Heavy MachineryServices Total Units: 3 r John Deere 30P Excavator Gas Department Qty: 1 EKA Equipment Depot Ltd . ® Total Units: 1 Total Units: 1 Ogg E-- :L h> Ditch Witch HX50A Hydrovac Trailer Forklift 15,0001b Lift Capacity Gas Department Qty: 1 Gas Department Qty: 1 Rausch Electronics Ewald Kubota USA Total Units: 1 Total Units: 2 Rausch C90 HD Mobile Pro Camera Cube Trailer Kubota B26TLB Backhoe Loader CCW Wastewater Qty: 1 Gas Department Qty: 2 Compact Construction TAPCO Equipment Inc. Total Units: 5 Total Units: 1 E� ". EMOT End �1 I Metro WVTMM Message Board Bobcat T62 Track Steer with Bucket and 18"Auger Public Works Streets Qty: 5 Public Works Stormwater Qty: 1 -w- Corpus Christi Freightliner Total Units: 11 e Western Star 47X Tractor with Wet Kit Western Star 49X 18Yd Demolition Dump Truck Solid Waste Qty: 2 Solid Waste Qty: 1 -w- Corpus Christi Freightliner Total Units: 11 SO Western Star 47X Western Star 47X with McNeilus Rear Packer Refuse Truck with Zimmerman Cement Mixer Body Solid Waste Qty: 1 CCW Water Qty: 1 Corpus Christi Freightliner Total Units: 11 r { = I REEF'., ss Freightliner 108SD Western Star 47X Tractor Truck with Winch with Pipe Hunter Mini Combo letter Body Gas Department Qty: 1 CCW Wastewater Qty: 1 Public Works Stormwater Qty:1 -w- Corpus Christi Freightliner Total Units: 11 H 9 Western Star 49X with Roll-off Body Solid Waste Qty: 3 so 00 � w o F v NCORPONpE 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreye(u-)cctexas.com (361) 826-3851 Wesley Nebgen, Director of Water System Infrastructure wesleyn(a)-cctexas.com (361)826-1796 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance& Procurement sergiov2(u-)cctexas.com (361) 826-3227 Construction Contract Award Williams Lift Station Force Main CAPTION: Motion awarding a construction contract to Cash Construction Company, Inc., of Pflugerville, TX for the Williams Lift Station Force Main project to construct a parallel force main to the existing force main, in an amount not to exceed $18,555,978.00, located in Council District 4 and 5, with FY 2025 funding available from the Wastewater Capital Fund. SUMMARY: This motion approves a construction contract for the Williams Lift Station Force Main project. The project will construct a new force main that is parallel to the existing force main to create a parallel system for redundancy of this critical force main. The new force main will be approximately 8,500 linear feet of 42-inch HDPE pipe with the purpose of transporting wastewater from the Williams Lift Station on Williams Drive to the Oso Water Reclamation Plant (WRP) at the intersection of Nile Drive and Ennis Joslin Road. BACKGROUND AND FINDINGS: The Williams Lift Station is the largest lift station in the City's collection system, and the force main is a critical asset in the wastewater infrastructure system. The existing Williams Lift Station force main was installed in 1978 and currently conveys approximately 30% of the City's wastewater. The existing force main is 7,850 linear feet of 36-inch ductile iron pipe, which runs from the Williams Lift Station to the Oso WRP. The existing force main has experienced several breaks in recent years due to a reduction in pipe wall thickness caused by naturally occurring hydrogen sulfide gases in wastewater. The force main and the air release valves were inspected in 2015. The inspection revealed that the force main had significant pipe corrosion. The assessment report recommended the pipe to be replaced. The project scope includes construction of approximately 8,500 linear feet of new force main to be positioned in parallel with the existing force main. The new force main will be installed via the conventional trenching method and auger bore. The proposed force main will convey an average daily flow of 10 MGD of wastewater from the Williams Lift Station to the Oso WRP. This infrastructure will serve the future growth and development on the southside. The existing force main will remain in place and will be evaluated for use during emergencies. These upgrades are necessary to maintain regulatory compliance, increase efficiency, and minimize potential hazards. The project was advertised for bids with two options for the force main pipe material. The first option is 42-inch HDPE pipe, and the second option is 36-inch Fusible PVC pipe. Both options meet the flow requirements, but HDPE provides slightly greater capacity due to the larger diameter. Repair costs and procedures are expected to be similar for both materials. Based on the bids received, option 1 has been selected. HDPE offers fully fused joints throughout the system, with fusion joints that are stronger than the pipe itself, significantly reducing potential failure points. Fusible HDPE provides beneficial value through lower upfront costs, enhanced durability, greater hydraulic capacity, and reduced risk of future failure. PROJECT TIMELINE: 2020 - 2025 20251 1 October - February March - September October - November Design Bid/Award Construction The project schedule reflects City Council award in September 2025 with anticipated construction completion by November 2027. COMPETITIVE SOLICITATION PROCESS On March 16, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6392) for the Williams Lift Station Force Main project. The solicitation included a Base Bid for 42-inch HDPE force main, and an Alternate Bid for 36-inch Fusible PVC force main. On April 23, 2025, the City received seven bids. The process of reviewing the contractor's experience and conducting administrative hearings with the low bidders took longer than anticipated. The bid bonds for the project expire 90 days after the bid opening. Contracts and Procurement requested a bid bond extension and price hold for contractor's bid submittals. Spiess Construction Co., Inc, Ella S.A. Contracting, L.P., and Guerra Underground, LLC declined to extend their bid bond. An admin hearing was held June 251", 2025 to further review background and history. The meeting concluded and the City determined that Cash Construction Company, Inc. was the lowest responsive and responsible bidder. The lowest bid received is within the acceptable range of the Engineer's Opinion of Probable Construction Cost. A summary of the bids is provided below: BID SUMMARY CONTRACTOR BASE BID ALTERNATE BID 42-inch HDPE 36-inch Fusible PVC c.n 4n+nnin TY — Declined , Extension Cash Construction Company, Inc. Pflugerville, TX $18,555,978.00 $23,235,237.00 BELT Construction of Texas Texarkana, TX $18,766,040.00 $19,982,590.00 CII; 2 4 GARtraGtiRg L.P. Cary 4Ptepie TX , , , , 7-9 Decline Extension Gl iorra I RdeFgFG 1Rd I I Q 4-st+e, TIC— Declined Extension Reytec Construction Houston, TX $22,440,424.00 $24,308,154.00 SJ Louis Construction of Texas, Ltd. San Antonio, TX $27,731,602.00 $29,928,172.00 Engineer's Opinion of Probable $22,919,930.00 $22,939,378.00 Construction Cost Cash Construction Company, Inc., has successfully completed various projects with comparable scopes of work for other municipalities, including: • Georgetown, Texas - Completed in 2023 • Temple, Texas—Completed in 2024 • San Marcos, Texas - Completed in 2021 • New Braunfels,Texas- Completed in 2024 • City of Cedar Park, Texas—Completed in 2024 Additionally, following the Notice to Proceed and the procurement of major materials, Cash Construction will mobilize to the site to set up a project-specific laydown yard and a local field office. The company will use its own crew and equipment, transported from their yard in Pflugerville, TX, to self-perform the majority of the work. Crews will reside locally in Corpus Christi for the duration of the project. Cash Construction will provide full-time supervision with a dedicated a superintendent and a project manager. They will operate from a local field office to coordinate both in-house crews and subcontractors. Weekly planning meetings and scheduling sessions will be held to ensure all project stakeholders are aligned. The project will also have the added support of a senior superintendent and a senior project manager. ALTERNATIVES City Council could choose not to award the construction contract to the low bidder, Cash Construction Company, Inc., which would delay necessary infrastructure improvements. The existing force main will require additional maintenance and wastewater main breaks are possible. This could cause TCEQ violations and fees. FISCAL IMPACT: The fiscal impact in FY 2025 for Corpus Christi Water is an amount of$12,000,000.00 with funding available from the Wastewater Capital Fund. The remaining funds will be incurred in FY26 in an amount of$6,555,978.00 for the total construction contract of$18,555,978.00. The total funds available for the project is $26,203,927 and any projects savings will be allocated to the fund reserve upon warranty expiration & project closeout. FUNDING DETAIL: Fund: Wastewater 2025 CIP (Fund 4262) Department: Wastewater(46) Organization: Grants & Capital Projects Funds (89) Project: Williams Lift Station Force Main (Line A) (Project No.18085A) Account: Construction (550910) Activity: 18085A-4262-EXP Amount: $12,000,000.00 Year 1 (FY2025): $12,000,000.00 Year 2 (FY2026): $6,555,978.00 Total: $18,555,978.00 RECOMMENDATION: Staff recommends awarding the construction contract for the Williams Lift Station Force Main project to Cash Construction Company, Inc., in the amount of $18,555,978.00. The construction duration is planned for 25 months from issuance of the Notice to Proceed to begin construction in October 2025 with anticipated completion by November 2027. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Bid Tab CIP Page Presentation TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI.TEXAS TABULATED BY: Travis Granberry,E.I.T. DESIGN ENGINEER:Grady Atkinson,P.E. BID DATE:Wednesday,Aril 23',2025 RFB 6392 Spiess Construction Co.,Inc. Cash Construction Company, BELT Construction of Texas Ella S.A.Contracting,L.P. PROJECT NO.18085A WILLIAMS LIFT STATION FORCE MAIN 10916 Wye Street 217 Kingston Lacy Boulevard 2908 Bethany Ln 10536 FM 1560 North BASE BID San Antonio,TX 78217 P6ugerville,TX 78660 Texarkana,TX 75503 San Antonio,TX 78254 ITEM DESCRIPTION UNIT QTY UNITPRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE I AMOUNT UNITPRICE AMOUNT BASE BID: Part A-GENERAL Al IMobilization Maximum of 5%of Contract Price LS t $ 850 000.00 $ 850 000.00 $ 747 800.00 $ 741 800.00 $ 900 000.00 $ 900 000.00 $ 630 500.00 $ 630 500.00 A2 Bonds and Insurance Maximum Allowance of 2% LS t $ 200,000.00 $ 200,000.00 $ 110,000.00 $ 110,000.00 $ 227,000.00 $ 227,000.00 $ 250,500.00 $ 250,500.00 A3 Storm Water Pollution Prevention Plan LS 1 $ 35,000.00 $ 35,000.00 $ 2,280.00 $ 2,280.00 $ 1,000.00 $ 1,000.00 $ 18,000.00 $ 78,000.00 A4 Sedimentation and Erosion Control LS 1 $ 35 000.00 $ 35 000.00 $250 000.00 $ 250 000.00 $ 79 000.00 $ 79 000.00 $ 110 094.00 $ 110 094.00 A5 Const-bon Traffic Control Plan LS 1 $ 100 000.00 $ 100,000.00 $270 000.00 $ 270,000.00 $ 50 000.00 1$ 50 000.00 $ 917 866.00 $ 917 866.00 SUBTOTAL PART -GENERAL(Items Al thru A5) $ 1,220,000.00 $ 1,374,080.00 $ 1,257,000.00 $ 1,926,960.00 Part B-BASE BID El Pre-Construction Ex lorato LS 1 $ 44 000.00 $ 44 000.00 $ 240 000.00 $ 240 000.00 $ 85 000.00 $ 85 000.00 $ 207 281.00 $ 207 281.00 B2 Video Documen[abon of Existing Conditons LS 1 $ 6,000.00 $ 6,000.00 $ 3,390.00 $ 3,390.00 $ 5,000.00 $ 5,000.00 $ 6,768.00 $ 6,768.00 B3 Trench Safety Plan&Implementation LS 1 $ 100,000.00 $ 100,000.00 $ 77,000.00 $ 77,000.00 $ 84,000.00 $ 84,000.00 $ 679,669.00 $ 679,669.00 B4 Dewa[erin LS 1 $ 600 000.00 $ 600 000.00 $860 000.00 $ 860 000.00 $500 000.00 $ 500 000.00 $ 499 361.00 $ 499 361.00 B5 Cleadn and Gnu in ACRE 3 $ 8,000.00 $ 24,000.00 $ 24,000.00 $ 72,000.00 $ 10,000.00 $ 30,000.00 $ 31,748.00 $ 95,244.00 B6 New42"DR 13.5 HDPEFM O rk LF 8,010 $ 1,346.00 $ 10,781,460.00 $ 1,160.00 $ 9,291,600.00 $ 1,337.00 $ 10,709,370.00 $ 1,421.00 $ 11,382,210.00 B7 New 42"DR 13.5 HDPE FM Au er Bore LF 380 $ 2,700.00 $ 1,026,000.00 $ 2,900.00 $ 1,102,000.00 $ 3,500.00 $ 1,330,000.00 $ 2,418.00 $ 918 840.00 B8 42"Plu Valve with 6"Valve Box&Cover EA 3 $ 235,000.00 $ 705,000.00 $310,000.00 $ 930,000.00 $210,000.00 $ 630,000.00 $ 275,478.00 $ 826,434.00 B9 42"Knife Gate Valve EA 2 $ 290,000.00 $ 580,000.00 $350,000.00 $ 700,000.00 $275,000.00 $ 550,000.00 $ 348,385.00 $ 696,770.00 B10 36"Knife Gate Valve EA 1 $ 150 000.00 $ 150 000.00 $210 000.00 $ 210 000.00 $ 175 000.00 $ 175 000.00 $ 230 620.00 $ 230 620.00 B71 New 3"Air/Vacuum Valve(Including all appurtenances and vault EA 5 $ 35,000.00 $ 175,000.00 $ 58,000.00 $ 290,000.00 $ 47,000.00 $ 235,000.00 $ 71,780.00 1$ 358,900.00 B12 8'Precast Concrete Panel Fencing LF 308 $ 800.00 $ 246,400.00 $ 806.00 $ 248,248.00 $ 600.00 $ 184,800.00 $ 220.00 $ 67,760.00 B13 8"Concrete Pavement SY 950 $ 170.00 $ 161 500.00 $ 225.00 $ 213 750.00 $ 240.00 $ 228 000.00 $ 283.80 $ 269,610.00 B 1 4 8"Decom osed Granite-Williams Lift Station SY 166 $ 30.00 $ 4,980.00 $ 119.00 $ 19,754.00 $ 45.00 $ 7,470.00 $ 183.50 $ 30,461.00 B15 14'Access Gate EA 1 $ 5,000.00 $ 5,000.00 $ 23,000.00 $ 23,000.00 $ 8,200.00 $ 8,200.00 $ 11,082.00 $ 11,082.00 B16 Remove&Replace 6"Concrete Curb Gutter&Sidewalk LF 1,140 $ 120.00 $ 136 800.00 $ 200.00 $ 228 000.00 $ 126.00 $ 143 640.00 $ 51.20 $ 58 368.00 B17 Cut&Restore H MAC Pavement SY 4,618 $ 65.00 $ 300,170.00 $ 199.00 $ 918,982.00 $ 300.00 $ 1,385,400.00 $ 70.00 $ 323,260.00 B18 Remove&Replace Running Track South End LS 1 $ 200,000.00 $ 200,000.00 $ 98,000.00 $ 98,000.00 $ 187,000.00 $ 187,000.00 $ 103,320.00 $ 103,320.00 B19 Remove&Replace Double-Ended U IL Regulation Long Jump Pits LS 1 1$ 150 000.00 $ 150 000.00 $ 91 000.00 $ 91 000.00 $ 146 000.00 1$ 146 000.00 $ 77 514.00 $ 77 514.00 B20 Remove/Re lace Th' n Rings&BackstopsLS 1 $ 51,000.00 $ 51,000.00 $ 04,000.00 $ 94,000.00 $ 50,000.00 $ 50,000.00 $ 13,447.00 $ 13,447.00 B21 Connection to ExisSn Force Main LS 1 $ 60,000.00 $ 60,000.00 $400,000.00 $ 400,000.00 $ 60,000.00 $ 60,000.00 $ 110,597.00 $ 110,597.00 B22 New 36"DR 13.5 HDPE FM OSO WRP Connection LF 54 $ 740.00 $ 39 960.00 $ 2,140.00 $ 115 560.00 $ 5 000.00 $ 270 000.00 $ 4,622.00 $ 249 588.00 B23 Reve etafion H dromulch SY 15,610 $ 1.00 $ 15,610.00 $ 4.00 $ 62,440.00 $ 1.00 $ 15,610.00 $ 1.70 $ 26,537.00 B24 Temporary Chain Link FencingLF 2,830 $ 11.00 $ 31,130.00 $ 63.00 $ 178,290.00 $ 10.00 $ 28,300.00 $ 27.10 $ 76,693.00 B25 Temporary Const-bon Entrance/Exit EA 3 $ 3,000.00 $ 9,000.00 $ 3,500.00 $ 10 500.00 $ 2 550.00 $ 7,650.00 $ 5,667.00 $ 17 001.00 B26 Remove&Replace 8"GravityWastewater Line LF 843 $ 95.00 $ 80,085.00 $ 488.00 $ 411,384.00 $ 200.00 $ 168,600.00 $ 438.00 $ 369,234.00 B27 Remove&Replace Exisbn Wastewater Manhole EA 2 $ 18,000.00 $ 36,000.00 $ 19,000.00 $ 38,000.00 $ 16,500.00 $ 33,000.00 $ 18,598.00 $ 37,196.00 B28 New 4'Diameter Wastewater Manhole EA 1 $ 15,000.00 $ 15,000.00 $ 20,000.00 $ 20,000.00 $ 17,000.00 $ 17,000.00 $ 19,545.00 $ 19,545.00 B29 Allowance for Utili Im rovements MANDATORY AL 1 $ 200,000.00 $ 200,000.00 $200,000.00 $ 200,000.00 $200,000.00 $ 200,000.00 $ 200,000.00 $ 200,000.00 B30 Allowance for Reroute of ExistingUtilities MANDATORY AL 1 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 B31 Allowance for Unanticipated Disposal of Contaminated Groundwater AL 1 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 SUBTOTAL PART B-BASE BID(Items Bt thru B31) $ 15,969,095.00 $ 17,181,898.00 $ 17,509,040.00 $ 17,998,310.00 TOTAL BASE BID $ 17,189,095.00 $ 18,555,978.00 1$ 18,766,040.00 $ 19,925,270.00 Page 1 of 1 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI.TEXAS TABULATED BY: Travis Granberry,E.I.T. DESIGN ENGINEER:Grady Atkinson,P.E. BID DATE:Wednesday,Aril 23',2025 RFB 6392 Spiess Construction Co.,Inc. Cash Construction Company, BELT Construction of Texas Ella S.A.Contracting,L.P. PROJECT NO.18085A WILLIAMS LIFT STATION FORCE MAIN 10916 Wye Street 217 Kingston Lacy Boulevard 2908 Bethany Ln 10536 FM 1560 North BASE BID San Antonio,TX 78217 P6ugerville,TX 78660 Texarkana,TX 75503 San Antonio,TX 78254 ALTERNATE A: Part C-GENERAL(ALTA) Ci Mobilization Maximum of5%of Contract Price LS 1 $ 1150000.00 $ 1150,000.00 $ 880000.00 $ 880000.00 $ 900000.00 $ 900000.00 $ 1054000.00 $ 1054000.00 C2 Bonds and Insurance Maximum Allowance of 2% LS i $ 290,000.00 $ 290,000.00 $ 130'000.00 $ 130,000.00 $ 227,000.00 $ 227,000.00 $ 250,000.00 $ 250,000.00 C3 Storm Water Pollution Prevention Plan LS 1 $ 35,000.00 $ 35,000.00 $ 2,380.00 $ 2,380.00 $ 1,000.00 $ 1,000.00 $ 18,000.00 $ 18,000.00 C4 Sedimentation and Erosion Control LS i $ 35 000.00 $ 35 000.00 $270 000.00 $ 270 000.00 $ 79 000.00 $ 79 000.00 $ 107 355.00 $ 107 355.00 C5 Construcbon Traffic Control Plan I LS 1 $ 280 000.00 1$ 280 000.00 $ 50 000.00 1$ 50 000.00 $ 913,41 $ 913 442.00 SUBTOTAL PART C-GENERAL(ALTA)(Items C1 thru C5) $ 1,610,000.00 $ 1,562,380.00 $ 1,257,000.00 $ 2,342,797.00 Part D-BASE BID ALTA D1 Pre-Construction Exploratory LS 1 $ 44 000.00 $ 44 000.00 $ 260 000.00 $ 260 000.00 $ 85 000.00 $ 85 000.00 $ 206 709.00 $ 206 709.00 D2 Video Documentabon of Existin Condibons LS 1 $ 6,000.00 $ 6,000.00 $ 3,630.00 $ 3,630.00 $ 5,000.00 $ 5,000.00 $ 6,730.00 $ 6,730.00 D3 Trench Safe Plan&Im ementation LS 1 $ 100,000.00 $ 100,000.00 $ 80,000.00 $ 80,000.00 $ 84,000.00 $ 84,000.00 $ 675,864.00 $ 675,864.00 D4 Dewaterin LS 1 $ 600 000.00 $ 600 000.00 $910 000.00 $ 910 000.00 $500 000.00 $ 500 000.00 $ 498 808.00 $ 498 808.00 D5 Cle dtn and GrubbingACRE 3 $ 8,000.00 $ 24,000.00 $ 26,000.00 $ 78,000.00 $ 10,000.00 $ 30,000.00 $ 31,571.00 $ 94,713.00 D6 New 36"DR 21 Fusible PVC FM Men Cut LF 8,010 $ 2,230.00 $ 17,862,300.00 $ 1,720.00 $ 13,777,200.00 $ 1,482.00 $ 11,870,820.00 $ 1,716.00 $ 13,745,160.00 D7 New 36"DR 21 Fusible PVC FM Au er Bore LF 380 $ 2700.00 $ 1026000.00 $ 3610.00 $ 1371800.00 $ 3645.00 $ 1385100.00 $ 2413.00 $ 916940.00 D8 36"Plu Valve with 6"Valve Box&Cover EA 3 $ 235,000.00 $ 705,000.00 $ 160,000.00 $ 480,000.00 $210,000.00 $ 630,000.00 $ 134,934.00 $ 404,802.00 D9 Z;Knife Gate Valve EA 2 $ 290,000.00 $ 580,000.00 $270,000.00 $ 540,000.00 $275,000.00 $ 550,000.00 $ 223,751.00 $ 447,502.00 D10 36"Knife Gate Valve EA 1 $ 150 000.00 $ 150 000.00 $270 000.00 $ 270 000.00 $ 175 000.00 $ 175 000.00 $ 223 751.00 $ 223 751.00 D71 New 3"AirNacuum Valve Ind din all appurtenances and vault EA 5 $ 35,000.00 $ 175,000.00 $ 61,000.00 $ 305,000.00 $ 47,000.00 $ 235,000.00 $ 61,148.00 $ 305,740.00 D12 8'Precast Concrete Panel Fencin LF 308 $ 800.00 $ 246,400.00 $ 863.00 $ 265,804.00 $ 600.00 $ 184,800.00F$$ 77 20.00 $ 67,760.00 D13 8"Concrete Pavement SY 950 $ 300.00 $ 285 000.00 $ 239.00 $ 227 050.00 $ 240.00 $ 228 000.0082.60 $ 268 470.00 D14 8"Decomposed Granite-Williams Lift Station SY 166 $ 30.00 $ 4,980.00 $ 125.00 $ 20,750.00 $ 45.00 $ 7,470.0083.00 $ 30,378.00 D75 14'Access Gale EA 1 $ 5,000.00 $ 5,000.00 $ 25,000.00 $ 25,000.00 $ 8,200.00 $ 8,200.0066.00 $ 11,066.00 D76 Remove&Replace 6"Concrete Curb Gutter&Sidewalk LF 1,140 $ 100.00 $ 114 000.00 $ 200.00 $ 228 000.00 $ 126.00 $ 143 640.0051.10 $ 58 254.00 D77 Cut&Restore HMAC Pavement SY 4,618 $ 65.00 $ 300,170.00 $ 210.00 $ 969,780.00 $ 300.00 $ 1,385,400.0070.00 $ 323,260.00 D78 Remove&Replace RunningTrack South End LS 1 $ 200,000.00 $ 200,000.00 $ 110,000.00 $ 110,000.00 $ 187,000.00 $ 187,000.0020.00 $ 103,320.00 D19 Remove&Replace Double-Ended U IL Regulation Lon JumpPits LS 1 $ 150 000.00 $ 150 000.00 $ 97 000.00 $ 97 000.00 $ 146 000.00 $ 146 000.0074.00 $ 77 374.00 D20 Remove/Re lace Thr' n Rings&Backstops LS 1 $ 51,000.00 $ 51,000.00 $ 100,000.00 $ 100,000.00 $ 50,000.00 $ 50,000.0072.00 $ 13,372.00 D21 Connecton to Existin Force Main LS 1 $ 60,000.00 $ 60,000.00 $420,000.00 $ 420,000.00 $ 60,000.00 $ 60,000.0013.00 $ 110,013.00 D22 New 36"DR 21 Fusible PVC FM OSO WRP Connection LF 54 $ 2,000.00 $ 108 000.00 $ 2,610.00 $ 140 940.00 $ 5,000.00 $ 270 000.00 $ 5,957.00 $ 321 678.00 D23 Reve etabon H dromulch SY 15,610 $ 1.00 $ 15,610.00 $ 4.00 $ 62,440.00 $ 1.00 $ 15,610.00 $ 1.70 $ 26,537.00 D24 Temporary Chain Link Fending LF 2,830 $ 11.00 $ 31,130000 $ 68.00 $ 192,440.00 $ 10.00 $ 28,300.00 $ 26.90 $ 76,127.00 D25 Temporary Constmction Entrance/Exit EA 3 $ 3,000.00 $ .00 000.00 $ 3,750.00 $ 11 250.00 $ 2,550.00 $ 7,650.00 $ 5,860.00 $ 17 580.00 D26 Remove&Replace 8"GravityWastewater Line LF 843 $ 95.00 $ 80,085.00 $ 511.00 $ 430,773.00 $ 200.00 $ 168,600.00 $ 472.30 $ 398,148.90 D27 Remove&Replace Existin Wastewater Manholes EA 2 $ 18,000.00 $ 36,000.00 $ 20,000.00 $ 40,000.00 $ 16,500.00 $ 33,000.00 $ 19,748.00 $ 39,496.00 D28 New 4'Diameter Wastewater Manhole EA 1 $ 15,000.00 $ 15,000.00 $ 21,000.00 $ 21,000.00 $ 17,000.00 $ 17,000.00 $ 19,436.00 $ 19,436.00 D29 Allowance for Utili Im rovements MANDATORY AL 1 $ 200,000.00 $ 200,000.00 $200,000.00 $ 200,000.00 $200,000.00 $ 200,000.00 $ 200,000.00 $ 200,000.00 D30 Allowance for Reroute of Existing Utilities MANDATORY AL 1 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20'000.00 $ 20,000.00 $ 20,000.00 D31 Allowance for Unanticipated Disposal of Contaminated Groundwater AL i $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 15 000.00 $ 1500000 SUBTOTAL PART D-BASE BID(ALTA)(Items D1 thru D31) $ 23,218,675.00 $ 21,672,857.00 $ 18,725,590.00 $ 19,723,988.90 TOTAL ALTERNATE A $ 24,828,675.00 $ 23,235,237.00 $ 19,982,590.00 $ 22,066,785.90 Page 1 of 1 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRIST].TEXAS TABULATED BY: Travis Granberry,E.I.T. DESIGN ENGINEER:Grady Atkinson,P.E. BID DATE:Wednesday,Aril 23rd 2025 RFB 6392 Guerra Underground,LLC Reytec Construction S7 Louis Construction of Texas, PROJECT NO.18085A WILLIAMS LIFT STATION FORCE MAIN 9810 FM 969 1901 Hollister Street 10515 Gulfdale Street,STE 111 BASE BID Austin,TX 78724 Houston,TX 77080 San Antonio,TX 78216 ITEM DESCRIPTION UNIT QTY UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT BASE BID: Part A-GENERAL Al Mobilizafion Maximum of5%of Contract Price LS 1 $ 1.155,600.00 $ 1,155,600.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 A2 Bonds and Insurance Maximum Allowance of 2%' LS 1 $ 415 530.00 $ 415 530.00 $ 280 000.00 $ 280 000.00 $ 500 000.00 $ 500 000.00 A3 Storm Water Pollution Prevention Plan LS 1 $ 19,680.00 $ 19,680.00 $ 17,000.00 $ 17,000.00 $ 3,000.00 $ 3,000.00 A4 ISedimentation and Erosion Contro LS 1 $ 58,320.00 1$ 58,320.00 $ 82,000.00 $ 82,000.00 $ 101,000.00 $ 101,000.00 A5 Construction Traffic Control Plan LS 1 $ 827,835.00 1$ 827,835.00 $ 458,000.00 $ 458,000.00 $ 121,000.00 $ 121,000.20 SUBTOTAL PART -GENERAL(Items At thru A5) $ 2,476,965.00 $ 1,837,000.00 IF $ 1,725,000.00 Part B-BASE BID B1 Pre-Construction Ex lora[o LS 1 $ 205,187.00 $ 205,187.00 $ 50,000.00 $ 50,000.00 $ 101,000.00 $ 101,000.00 B2 Video Documentafion of Existin Conditions LS 1 $ 40 095.00 $ 40 095.00 $ 7 000.00 $ 7,000.00 $ 15 000.00 $ 15 000.00 63 Trench Safe Plan&Implementation LS 1 $ 352,716.00 $ 352,716.00 $ 102,000.00 $ 102,000.00 $ 5,000.00 $ 5,000.00 64 Dewaterin LS 1 $ 442,357.00 $ 442,357.00 $ 5.00 $ 5.00 $ 2,000,000.00 $ 2,000,000.00 85 Clearing and Grubbing ACRE 3 $ 3,353.00 $ 10 059.00 $ 13 000.00 $ 39 000.00 $ 10 000.00 $ 30 000.00 B6 New42"DR 13.5 HDPE FM(Open Cut LF 8,010 $ 1,527.00 $ 12,231,270.00 $ 1,840.00 $ 14,738,400.00 $ 2,331.00 $ 18,671,310.00 B7 New42"DR 13.5 HDPE FM(Auger Bore LF 380 $ 2,252.00 $ 855,760.00 $ 4,970.00 $ 1,888,600.00 $ 3,640.00 $ 1,383,200.00 B8 42"Plug Valve with 6"Valve Box&Cover EA 3 $ 308 696.00 $ 926 088.00 $ 244 000.00 $ 732 000.00 $ 218 750.00 $ 656 250.00 89 42"Knife Gate Valve EA 2 $ 336,544.00 $ 673,088.00 $ 300,000.00 $ 600,000.00 $ 243,750.00 $ 487,500.00 B10 36"Knife Gate Valve EA 1 $ 201,786.00 $ 201,786.00 $ 200,000.00 $ 200,000.00 $ 153,750.00 $ 153,750.00 B71 New 3"Air/Vacuum Valve(Including all appurtenances and vault EA 5 1$ 56 168.00 $ 280 840.00 1$ 66 000.00 $ 330 000.00 $ 43 430.00 $ 217 150.00 Bit 8'Precast Concrete Panel Fencing LF 308 1$ 42.00 $ 12,936.00 $ 166.00 $ 51,128.00 $ 500.00 $ 154,000.00 B13 8"Concrete Pavement SY 950 $ 97.00 $ 92,150.00 $ 160.00 $ 152,000.00 1$ 200.00 $ 190,000.00 B14 8"Decomposed Granite-Williams Lift Station SY 166 $ 78.00 $ 12 948.00 $ 92.00 $ 15 272.00 $ 320.00 $ 53,1 B15 14'Access Gate EA 1 $ 12,570.00 $ 12,570.00 $ 3,330.00 $ 3,330.00 $ 50,000.00 $ 50,000.00 B16 Remove&Replace 6"Concrete Curb Gutter&Sidewalk LF 1,140 $ 146.00 $ 166,440.00 $ 43.00 $ 49,020.00 $ 141.00 $ 160,740.00 B17 Cut&Restore HMAC Pavement SY 4,618 $ 276.00 $ 1,274,568.00 $ 112.00 $ 517 216.00 $ 55.00 $ 253 990.00 B18 Remove&Replace Running Track South End LS 1 $ 113,724.00 $ 113,724.00 $ 82,000.00 $ 82,000.00 $ 200,000.00 $ 200,000.00 B19 Remove&Replace Double-Ended UIL Re ulatron Long Jump Pits LS 1 $ 58,320.00 $ 58,320.00 $ 36,000.00 $ 36,000.00 $ 200,000.00 $ 200,000.00 B20 Remove/Replace Throwing Rings&Backstops LS 1 $ 65 610.00 $ 65 610.00 $ 13 000.00 $ 13 000.00 $ 100 000.00 $ 100 000.00 B21 Connection to Existing Force Main LS 1 $ 233,774.00 $ 233,774.00 $ 134,000.00 $ 134,000.00 $ 173,000.00 $ 173,000.00 B22 New 36"DR 13.5 HDPE FM(OSO WRP Connection LF 54 $ 905.00 $ 48,870.00 $ 6,000.00 $ 324,000.00 $ 3,778.00 $ 204,012.00 823 Reve etation H dromulch SY 15,610 $ 4.30 $ 67 123.00 $ 1.20 $ 18 732.00 1$ 0.80 $ 12 488.00 824 Temporary Chain Link Fencing LF 2,830 $ 19.00 $ 53,770.00 $ 9.00 $ 25,470.00 $ 20.00 $ 56,600.00 B25 Temporary Construction Entrance/Exil EA 3 $ 4,665.00 $ 13,995.00 $ 4,700.00 $ 14,100.00 $ 1,000.00 $ 3,000.00 B26 Remove&Replace 8"Gravity Wastewater Line LF 843 $ 197.00 $ i66 071.00 $ 257.00 $ 216 651.00 $ 214.00 $ 180 402.00 B27 Remove&Replace Existing Wastewater Manhole EA 2 $ 14,961.00 $ 29,922.00 $ 10,100.00 $ 20,200.00 $ 20,030.00 $ 40,060.00 B28 New 4'Diameter Wastewater Manhole EA 1 $ 15,290.00 $ 15,290.00 $ 9,300.00 $ 9,300.00 $ 20,030.00 $ 20,030.00 B29 Allowance for Utility Improvements MANDATORY AL 1 $ 200 000.00 $ 200 000.00 $ 200 000.00 $ 200 000.00 $ 200 000.00 $ 200 000.00 630 Allowance for Reroute of ExistingUtilities MANDATORY' AL 1 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 B31 Allowance for Unanticipated Disposal of Contaminated Groundwater AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART B-BASE BID(Items B1 thru B31) $ 18,892,327.00 $ 20,603,424.00 $ 26,006,602.00 TOTAL BASE BID 1$ 21,369,292.00 $ 22,440,424.00 $ 27,731,602.00 Page 1 of 1 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRIST].TEXAS TABULATED BY: Travis Granberry,E.I.T. DESIGN ENGINEER:Grady Atkinson,P.E. BID DATE:Wednesday,Aril 23rd 2025 RFB 6392 Guerra Underground,LLC Reytec Construction S7 Louis Construction of Texas, PROJECT NO.18085A WILLIAMS LIFT STATION FORCE MAIN 9810 FM 969 1901 Hollister Street 10515 Gulfdale Street,STE 111 BASE BID Austin,TX 78724 Houston,TX 77080 San Antonio,TX 78216 ITEM DESCRIPTION UNIT OTY UNITPRICE AMOUNT UNITPRICE AMOUNT UNITPRICE AMOUNT ALTERNATEA: Part C-GENERAL(ALTA) C1 IMobilizabon Maximum of5%of Contract Price LS 1 $ 1,166,400.00 $ 1,166,400.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 $ 1,000,000.00 C2 Bonds and Insurance Maximum Allowance of 2%' LS 1 $ 415 530.00 $ 415 530.00 $ 210 000.00 $ 2W 000.00 $ 500 000.00 $ 500 000.00 C3 Storm Water Pollution Prevention Plan LS 1 $ 19,683.00 $ 19,683.00 $ 17,000.00 $ 17,000.05 $ 3,000.00 $ 3,000.00 C4 Sedimentation and Erosion Contro LS 1 $ 58,320.00 $ 58,320.00 $ 82,000.00 $ 82,000.00 $ 101,000.00 $ 101,000.00 CS lConstruction Traffic Control Plan LS 1 $ 827,535.00 1$ 827,535.00 $ 460,000.00 $ 460,000.00 $ 121,000.00 $ 121,000.00 SUBTOTAL PART C-GENERAL(ALT A)(Items C1 thru C5) $ 2,487,468.00 $ 1,839,000.00 0 $ 1,725,000.00 Part D-BASE BID(ALTA) DI Pre-Construction Exploratory LS 1 $ 205,187.00 $ 205,187.00 $ 51,000.00 $ 51,000.00 $ 101,000.00 $ 101,000.00 D2 Video Documentafion of Existing Conditions LS 1 $ 40 095.00 $ 40 095.00 $ 7,000.00 $ 7,000.00 $ 15 000.00 $ 15 000.00 D3 Trench Safe[ Plan&Implementation LS 1 $ 352,716.00 $ 352,716.00 $ 102,000.00 $ 102,000.00 $ 5,000.00 $ 5,000.00 D4 Dewaterin LS 1 $ 442,357.00 $ 442,357.00 $ 5.00 $ 5.00 $ 2,000,000.00 $ 2,000,000.00 DS Clearin and Grubb in ACRE 3 $ 3,353.00 $ 10 059.00 $ 13 000.00 $ 39 000.00 $ 10 000.00 $ 30 000.00 D6 New 36"DR 21 Fusible PVC FM O n Cut LF 8,010 $ 1,875.00 $ 15,018,750.00 $ 2,100.00 $ 16,821,000.00 $ 2,632.00 $ 21,082,320.00 D7 New 36"DR 21 Fusible PVC FM Au er Bore LF 380 $ 2,252.00 $ 855,760.00 $ 5,100.00 $ 1,938,000.00 $ 3,902.00 $ 1,482,760.00 D8 36"PI uq Valve with 6"Valve Box&Cover EA 3 $ 158 800.00 $ 476 400.00 $ 142 000.00 $ 426 000.00 $ 141 750.00 $ 425 250.00 D9 36"Knife Gate Valve EA 2 $ 264,623.00 $ 529,246.00 $ 213,000.00 $ 426,000.00 $ 187,750.00 $ 375,500.00 D10 36"Knife Gate Valve EA 1 $ 262,547.00 $ 262,547.00 $ 214,000.00 $ 214,000.00 $ 187,750.00 $ 187,750.00 D71 INew 3"Air/Vacuum Valve(Including all appurtenances and vault EA 1 5 1$ 53 755.00 $ 268 775.00 $ 73 000.00 $ 365 000.00 $ 42 430.00 $ 212 150.00 D12 8'Precast Concrete Panel Fencing LF 308 $ 42.00 $ 12,936.00 $ 166.00 $ 51,128.00 $ 500.00 $ 154,000.00 D13 8"Concrete Pavement SY 950 $ 96.00 $ 91,200.00 $ 160.00 $ 152,000.00 $ 200.00 $ 190,000.00 D14 8"Decomposed Granite-Williams Lift Staton SY 166 $ 78.00 $ 12 948.00 $ 92.00 $ 15 272.00 $ 320.00 $ 53 120.00 D15 14'Access Gate EA 1 $ 12,570.00 $ 12,570.00 $ 3,300.00 $ 3,300.00 $ 50,000.00 $ 50,000.00 D16 Remove&Re lace 6"Concrete Curb Gutter&Sidewalk LF 1,140 $ 146.00 $ 166,440.00 $ 42.00 $ 47,880.00 $ 141.00 $ 160,740.00 D17 Cut&Restore HMAC Pavement SY 4,618 $ 257.00 $ 1 186 826.00 $ 112.00 $ 517 216.00 $ 55.00 $ 253 990.00 D18 Remove&Replace Runnin Track South End' LS 1 $ 113,724.00 $ 113,724.00 $ 82,000.00 $ 82,000.00 $ 200,000.00 $ 200,000.00 D19 Remove&Re lace Double-Ended UIL Re ulafion Lon Jum Pits LS 1 $ 58,320.00 $ 58,320.00 $ 36,000.00 $ 36,000.00 $ 200,000.00 $ 200,000.00 D20 RemoveV lace Thr-o n Rings&Backstops LS 1 $ 65 610.00 $ 65 610.00 $ 12 800.00 $ 12 800.00 $ 100 000.00 $ 100 000.00 D21 Connection to Existin Force Main LS 1 $ 63,129.00 $ 63,129.00 $ 164,000.00 $ 164,000.00 $ 173,000.00 $ 173,000.00 D22 New 36"DR 21 Fusible PVC FM OSO WRP Connection LF 54 $ 3,266.00 $ 176,364.00 $ 8,500.00 $ 459,000.00 $ 3,778.00 $ 204,012.00 D23 Reve etation H dromulch SY 15610 $ 4.30 $ 67123.00 $ 1.20 $ 18732.00 $ 0.80 $ 12488.00 D24 Tem ora Chain Link Fencin LF 2,830 $ 19.00 $ 53,770.00 $ 9.00 $ 25,470.00 $ 20.00 $ 56,600.00 D25 Temporary em ora Constmction Entrance/Exil EA 3 $ 4,665.00 $ 13,995.00 $ 4,700.00 $ 14,100.00 $ 1,000.00 $ 3,000.00 D26 Remove&Re lace 8'Gravi Wastewater Line LF 843 $ 199.00 $ 167 757.00 $ 257.00 $ 216 651.00 $ 214.00 $ 180 402.00 D27 Remove&Re!ace Existin Wastewater Manholes EA 2 $ 17,148.00 $ 34,296.00 $ 10,100.00 $ 20,200.00 $ 20,030.00 $ 40,060.00 D28 New 4'Diameter Wastewater Manhole EA 1 $ 18,117.00 $ 18,117.00 $ 9,400.00 $ 9,400.00 $ 20,030.00 $ 20,030.00 D29 Allowance for Utility Improvements MANDATORY' AL 1 $ 200 000.00 $ 200 000.00 $ 200 000.00 $ 200 000.00 $ 200 000.00 $ 200 000.00 D30 Allowancefor Rerouteof Existin Utilities MANDATORY' AL 1 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 $ 20,000.00 D31 Allowance for Unantici aced Dis osal of Contaminated Groundwater AL 1 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 $ 15,000.00 SUBTOTAL PART D-BASE BID(ALTA)(Items D1 thru D31) $ 21,012,o1Zo0 $ 22,46Q154.00 $ 28,203,172.00 TOTAL ALTERNATE A $ 23,499,485.00 $ 24,308,154.00 $ 29,928,172.00 Page 1 of 1 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 18085Ar� Project Name Williams Lift Station Force Main r Type Improvement/Additions Department Wastewater 4 Useful Life 40 years Contact Director of Water Utilities Category Wastewater System Maint. Priority Priority Level 1 Council District 4 Status Active urnrxrzw Description Williams Lift Station is the largest lift station in the City's collection system and is a critical asset in the wastewater infrastructure.It transports approximately 30%of the City's wastewater(approximately 100,000 population)to Oso Water Reclamation Plant.The lift station was constructed in 1980 and has not had any upgrades.This project includes temporary bypass pumping,replacement of four main pumps and one jockey pump,suction and discharge piping replacement,new plug valves,new check valves,new electrical switchgear electrical and instrumentation upgrades,and other miscellaneous items of site work.As part of this project a new emergency pumping connection,emergency enerator,and odor control unit will also be installed.The construction improvements in project 21143 will be taken into consideration. Justification This project will ensure functionality and increase the lifespan of these critical lines that deliver wastewater flows to the Oso WWTP.These upgrades are necessary to maintain regulatory compliance,increase efficiency,and minimize potential hazards. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 12,000,000 12,000,000 24,000,000 Design 864,440 864,440 Contingency 300,000 300,000 Eng,Admin Reimbursements 139,487 500,000 400,000 1,039,487 Total 1,003,927 12,500,000 12,700,000 26,203,927 Funding Sources Prior Years 2025 2026 2027 Total Revenue Bonds 1,003,927 12,500,000 12,700,000 26,203,927 Total 1,003,927 12,500,000 12,700,000 26,203,927 Budget Impact/Other 71 The implementation of this project will lead to increased efficiency and resiliency in the wastewater system,reducing future maintenance costs, allowing for reduced emergency repairs,and allow for regulatory compliance. 319 { t •t c s . jib OR At iv top ..\ 'r_�.,,, Ala j. `'4�. T1� •1 ,r 1 • r? OPpUS OtiR WILLIAMS I , CITY OF CORPUS CHRISTI, TEXAS FORCE MAIN DEPARTMENT OF ENGINEERING SERVICESssz NUECES RIVER 624 NUECES BAY lei a AN N AVI LIFE of 7 SON co o o SHIP CM PNNEL o Fos CORPUS CHRISTI ARO LEOPARD ROBSTOWN qT coRPus CN RISTI °Wti INTERNATIONAL AIRPORT n C ORG PN U 358 - O �vvvvvvvVIII'lll 9ti PROJECT LOCATION o � s 3 P 0� Q� hq T O M} Mq R 4 O � �O /� SA OCC O Q 9N Q 5 All IN RS CY I AOQ CY r4 p358 y M.F ARN Oc 3M0 2 \ Cq�OLe O Q onEAlwss a �� y OSO BAY C\�/ coRvus cr+RISTI FIELDVAL AIR STATION Q p 4 665 p° FLOUR BLUFF 0 p 2 8 286 Op p� F Jp VICINITY MAP z444 yo a wti WILLIAMS LIFT STATION CITY COUNCIL_ EXHIBIT FORCE MAIN CITY OF CORPUS CHRISTI, TEXAS DEPARTMENT OF ENGINEERING SERVICES �` Williams Lift Station Force Main Construction Contract Wesley Nebgen Director of Water System Infrastructure, Corpus Christi Water Ccwserving Corpus ChristiWater=°September 23, 2025 theCoastalBend } � � � fey e `�":�, �•. .A'�� ; �'_. ICT WE 1-loject Number: .1 Background Lift Station • The Williams Lift Station is the largest lift station in the City's wastewater collection system • This lift station pumps an average daily flow of so MGD of wastewater, With the ability to handle a t- peak flow capacity of 49 MGD Force Main • The existing 36" ductile iron pipe force main was installed in 1978, and is currently 47 years old • This critical force main conveys approximately 30% of the City's Wastewater to the Oso Water Reclamation Plant for treatment eProjJect Sco P Proposed improvements include: - • Construction of a new force main that is w- parallel to the existing force main - ; y • The new force main will be approximately ' IN, _ 8,500 linear feet of 42-inch HDPE pipe With the " ' purpose of transporting wastewater from the Williams Lift Station to the Oso WRP • The new force main Will be installed via conventional trenching method and auger bore Project Timeline October - February March - September October - Novemberl Wesignin Bid/Award IL Construction 'l Project schedule reflects City Council award in September 2025 with anticipated construction completion in November 2027. Staff Recommendation Staff recommends awarding the construction contract for the Williams Lift Station Force Main project to Cash Construction Company, Inc., in the amount of $18,555,978. The fiscal impact in FY 2025 is an amount of$12,000,000 with funding available from the Wastewater Capital Fund. The remaining funds will be incurred in FY 2026 in an amount of$6,555,978. ccw- Thank you ! Corpus Christi Water- Serving the Coastal Bend so 00 0 � F U NCORPORpIE 1852 AGENDA MEMORANDUM Action Item for the City Council Meeting of September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services 0effreye(a)cctexas.com (361) 826-3851 Nicholas Winkelmann, P.E., Director of Water Systems and Support Services nickw�cctexas.com (361) 826-1796 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance& Procurement sergiov2�cctexas.com (361) 826-3227 Construction Contract Award London Area Wastewater Collection System Improvements CAPTION: Motion awarding a construction contract to M5 Utilities, LLC, of Boerne, TX for the London Area Wastewater Collection System Improvements project in an amount up to $9,673,073.25 for the Total Base Bid plus Additive Alternate No. 1, located in Council District 3, 5, and outside City limits, with FY 2025 funding available from the Wastewater Capital Fund. SUMMARY: This motion awards a construction contract to M5 Utilities, LLC for the London Area Wastewater Collection System Improvements project. The project will construct a new lift station, force main, and gravity lines to provide the wastewater collection system infrastructure needed in the London Area. BACKGROUND AND FINDINGS: The London Area is primarily located outside of the City limits and South of the Oso Creek in council district 3 & 5. The area extends South to County Road 18 and West to County Road 51. The London Area is mostly undeveloped with some residential subdivisions. The London Area is rapidly developing and is anticipated to grow substantially in the next 10 years. The London Area does not have public wastewater infrastructure, so the wastewater from households is treated by privately-owned septic systems. The septic systems limit the growth in the area and will create public health impacts and environmental issues in the long term. The London Area Wastewater Collection System Improvements will serve the projected development in the London Area. The wastewater infrastructure improvements were designed and sized to accommodate phased growth and development around the area as the population increases. The Wastewater Master Plan and additional information from ongoing developments were incorporated into the design. The project includes construction of a new lift station, biofilter odor control system, standby generator, flat work, and security fence. The service area for the proposed lift station is bound by SH 286 (Chapman Ranch Rd) on the west, FM 2444 (Staples St) on the south, and Oso Creek on the north and east. The project also includes construction of approximately 15,700 linear feet of 10-inch force main, 2,800 linear feet of 24-inch gravity wastewater line, 3,130 linear feet of 30-inch gravity wastewater line, and 3,030 linear feet of 12-inch waterline. The waterline is necessary to provide water service to serve the lift station and odor control system. The gravity wastewater system will provide connections for future developments and improvements. Air release valve manhole venting and odor control will be installed in areas that are sensitive to odors such as residential and commercial sites. The new infrastructure will tie into the existing infrastructure that ultimately conveys wastewater flow to the Greenwood Wastewater Treatment Plant (WWTP) headworks. The additive alternate includes the construction of approximately 1,560 linear feet of redundant 16-inch force main, parallel to the existing 16-inch force main that runs from the existing London Lift Station to the Greenwood WWTP, to provide emergency backup service in the event of failure in the existing 16- inch force main. This work will alleviate concerns about the existing 16" force main being a single point of failure for two wastewater service basins. PROJECT TIMELINE: 2022 - 2025 20251 1 October - March April - September October - May Design Bid/Award Construction The project schedule reflects City Council award in September 2025 with anticipated construction completion by May 2027. COMPETITIVE SOLICITATION PROCESS On April 7, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6484) for the London Area Wastewater Collection System Improvements project. The solicitation included a Base Bid to construct new wastewater collection system infrastructure,and an Additive Alternate to construct a redundant force main for emergency backup service. On June 11, 2025, the City received twelve bids. The lowest bid received was within the acceptable range of the Engineer's Opinion of Probable Construction Cost. An admin hearing was held July 101h, 2025 to further review background and history. The meeting concluded and the City determined that M5 Utilities, LLC was the lowest responsive and responsible bidder. A summary of the bids is provided below: BID SUMMARY BASE BID CONTRACTOR BASE BID ADD. ALT. NO. 1 PLUS ADD. ALT. NO. 1 M5 Utilities, LLC Boerne, TX $8,678,043.94 $995,029.31 $9,673,073.25 Gerke Excavating, Inc. Tomah, WI $8,760,774.40 $994,020.90 $9,754,795.30 Bridges Specialties, Inc. Robstown, TX $9,929,292.00 $1,205,357.50 $11,134,649.50 Max Underground Construction, LLC Corpus Christi, TX $10,029,389.87 $923,381.26 $10,952,771.13 (`_i iorro I Inr-lornrni nr-J I I ('' A616tiR, T-X Bid Expired $10,187,497.95 $1,095,674.20 $11,283,172.15 Mor-Will, LLC Mission, TX $10,222,617.28 $1,005,891.21 $11,228,508.49 Cash Construction Company, Inc., a MasTec Company $10,610,389.50 $1,026,707.00 $11,637,096.50 Pflugerville, TX Reytec Construction Resources, Inc. Houston, TX $10,890,158.00 $1,176,813.00 $12,066,971.00 lhaheres GAP, IRG. GeFpus Ghristi, T-X Bid $12,055,755.66 $939,627.80 $12,995,383.46 Expired Spiess Construction Co., Inc. San Antonio, TX $13,041,181.00 $1,170,019.00 $14,211,200.00 €"' 2�RtraGtiRg, L.P.Rap 4n4nnin Bid�d $nnn�p^7np Expired Keeley Construction Group, Inc. New Braunfels, TX $15,284,148.00 $969,878.00 $16,254,026.00 Engineer's Opinion of $11,345,290.90 $976,841.55 $12,322,132.45 Probable Construction Cost M5 Utilities, LLC has successfully completed various projects with comparable scopes and projects currently in construction, including: • Saphhire Grove Lift Station and Force Main (San Antonio, TX)—$1.1 M Start Date: 6/3/2023— Completion Date: 8/21/2024 • Stone Garden Lift Station Force Main (Bexar County, TX)—$3.5M. Start Date: 11/1/2022 — Completion: 09/01/2023 • New Sulphur Springs Lift Station and Force Main (San Antonio, TX) —$8.9M. Start Date: 3/23/2023—Ongoing • Northlake Lift station & Force Main (North Lake, TX)—$5.1 M. Start Date: 5/9/2025— Ongoing M5 plans to use its in-house crews for this project, leveraging the multiple teams that are already working nearby. The company maintains a comprehensive quality control program, with oversight from the Chief Operating Officer, General Superintendent, Assistant Superintendent, Project Manager, and Safety Manager. Daily activities are reviewed and documented using the Plan Grid program, which includes taking pictures to create as-built records of the work. ALTERNATIVES: City Council could choose not to award the construction contract to the low bidder, M5 Utilities, LLC, which would delay the necessary wastewater infrastructure improvements in the London Area and subsequently prevent planned development in the area. FISCAL IMPACT: The fiscal impact in FY 2025 is an amount of$9,673,073.25 for construction with funding available from the Wastewater Capital Fund. The total funds available for the project is $16,481,505 and any projects savings will be allocated to the fund reserve upon warranty expiration & project closeout. FUNDING DETAIL: Fund: Wastewater2024 CIP (Fund 4261) Department: Wastewater(46) Organization: Grants & Capital Projects Funds (89) Project: London Collection System Impro(Project No.23036) Account: Construction (550910) Activity: 23036-4261-EXP Amount: $9,673,073.25 RECOMMENDATION: Staff recommend awarding the construction contract to M5 Utilities, LLC in the amount of $9,673,073.25 for the London Area Wastewater Collection System Improvements project. The construction duration is planned for 19 months from issuance of the Notice to Proceed to begin construction in October 2025 with anticipated completion by May 2027. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Bid Tab CIP Page Presenta tion TABULATION OF BIOS PR BRONEHIHSnTEZs S16RFISoGE nc lDO.W.NI.e,PE) ITEM DESCRIPTION UNITOUIRTIOCE I AMOUNT UNITIOCE AMOUNT UNITIODC I AMOUNT UNITPUCE AMOUNT UNITIOCE AMOUNT UNITIOCE I AMOU e<aIISECTION 0+z 0+MEASUREMENT AND BASIS FORPAYMENT) S 1DCD4D I I s 3M,040 11 s 43G,22D 51 433,22011 s 3W,000 00 s o s 380D37 ID 3AS917. s o s o s o s AL I57. s o $ m S w s oo S o s o s o s o s 0 s o s o s555 S 34,236 OR $ OR s ao s o s o s o s SO s SO s oo s OR s oo s2205D UP S o s m s oo s DO S U s is o:00 s S) s so s m s 00 s DO s14JOO DO s o $ o s o s So s 35W0.00 s o s s s s0 s oo s OR s o s14J00 DO s a s a s o s o s 0 S oo s zz3ius s oa s o s ao s 3 s S a $ a s z s z s o s o s z3aSso s o s o s 0 s o s s A $ o s o s o s o s o s s s 13- s U s o s o s 22.00 AD le EA 2 8 S S a}eia S 3 S B S o S o S s S +Sazs0 S +2w a0 8 o 55125 S s B s SO s a s z s 0 s oo s + s 3 s o s o s s s All -1 EDI-e EA S azai oz s z s a $ Ras S.DO s DOW 00 s 3,S37 00 $ 23,.2 oo s DOW 00 $ oo s o $ 2205D UP S 093 S 1,D45 DO s 1 36 S o I 5D s 91.DO 511 s o s 2 AD s I A2DO m S DID s 2535D DO a o I GOO 00 DO a o $ o s o a o s o 1 ODFOO DO $ I WOOD DO a o a o s a o a o a o s S o a o a o a o s o $ o a o s25FDO 00 SURUPOTALPARTA RAEINe.AIDhD A+a) S $ $ 701,813DO $ 105,9611A. $ 8H,016JO $ +0010,6e03v IMPROVEMENTS fie SECTION 0+z90+MEASUREMENTAND BASIS FORPAYMENT) s 1 $ 1 s o s o s o $ o s o s o s o s o $ zzos oo S zzos oo 8 E S E S o 8 0 8 0 8 a S o 8 0 8 0 8 o S zzos 00 S 2zas.00 S DDI s 6.1 DO S 15. S 1S.0. 10. S D 1 D2 $ 00 S IDDH $ I.Ow 00 $ o $ 1,47D 00 S 57. $ a $ 21 Ss $ o $ 15. $ +2ao.00 s 100.1 $ SU.80 $ 22. s a s 22. $ 1,7.80 S as $ 527160 $ 3a $ o s m $ a $ $ o s a $ 3,3oo.oB s 3 $ f12 as s B $ 87. s 25E309 42 s 75 m $ Z+ o $ s s o s va o S s S s $ s $ 3 s s s a $ aSoo_00 $ SO 70 s D.,DR 5. s 12100 $ + m S . s S 3 8 S $ z S a s 0 $ o $ s S o S o $ SO.oa 8 + S 4,09542 s B s B s r s saa-i.n s o $ 6JSA 00 s a $ a s o $ 7.013 00 $ r $ s 1 16 $ 3,54A 44 $ 4 DO $ 12,23600 100 $ 3,0.00 $ o $ So $ o s a $ + $ S z s a $ 3 $ z S +Zoo00 $ o $ zSTus $ 00 $ o $ o S 22.0. $ S + S + S +5zB.Tz $ +5ze3z $ +Zoo.00 S +Zm 00 $ o $ o $ +2u 00 $ +Zze.00 S 223552 $ 22.2 S 1,00a 47 $ o $ S $ 15.76490 s +zoo.00 $ a s o $ a $ +zaz0o s oo $ r $ 23.05470 EA 15 $ o $ DOS z $ ao S 4S0000 $ 00 S i,3 $ s $ 0 $ DOs 7 $ s a s a $ a s a s o $ 0 s os a 0 s es $ o $ o s o s as os s 5,5.00 $ 3.6.65 s 7,38530 s a90 s S $ o s 4253.40 S 0 $ o $ o $ o s o $ R S z $ z�as $ az�a7s $ C9.87 $ 4,96087 CAW 00 $ 4,800 00 s 12,001 s0 $ 12,001 sB $ 5,650 00 s 5,65000 $ DOW 12 $ 6,08812 BID Go-USa $ 1.77 $ 411 12 $ 47132 $ 1 SO Do $ 1.Do $ 1.90500 $ o $ o $ a $ IS.12 $ S a s a s 93T5.6 $ 6 S a500 00 $ a5oo.00 $ 1 I.S57 m $ 1 I.S57 m $ oo s 12,AO8 OR $ 6S $ I s s s s S $ S $ a s a $ a $ a $ 0o $ m s Sa $ S z 8 z 8 z S z S z S0D00 $ �.5 00 $ o S o S o $ a $ D S 7,632 ON a oo $ 55,ODD 00 $ 55,DDD DO s 55,ODD DO s m $ o s m s 55,00P m $ 55,00D DO 55,ODD 00 $ 55,DDD 0o s Ts)Ne�rs at tnru az31 $ S $ $ $ $ �NA9 IMPROVEMENTS(—SECTION 0129 0+MEASUREMENT AND BASIS FOR PAYMENT) S 1 a 5 a 2 8 0 8 o S 125oDa S a 8 0 8 a s a s a 8 a S a z a z s o s o $ o s 3 S S S o s o a 3 S 16750 S 56111 s 499,96925 s 1.61 S 331,05543 s 455 DO s 392,665 00 $ 459. s a 5.DO s 485,0%DO s I I a S 1,106 l4 s S,S.56 S 2D.35 s 9,32140 s o s oo $ IS.3D s 7,937S2 s 15DO DO s o s o s 29,400 UP GO 9L s 7 s a s z s a s ao s o $ s0 s GO oo $ +z3e.330.0o S 57. s S 76. $ 13FORS76 $ Di 71 $ 165,62a26 $ 70. $ 1.,42000 s DO 47 $ z $ 9.. s a $ a $ s oz s B s a $ z s o s o s a $ z s o s +T12aaa ao $ s a I.S.a au s B s azo sa s s s s o $ o $ + s a s o s o s B s $ 15202 $ sa $ 1 A2 96 s 51045 as S 16500 $ 46,035 OR $ 1 DO 24 s 37,731% s 206 00 $ m S 13548 s 37JO8 SO s z s 1 20,35S 68 $ 191 D2 s s s 0 $ 1 DED.00 13163 s 106,19192 s 2M 00 $ U S 3 s S 16693 $ 66,27121 $ 2.44 $ sa 325 DO $ l2AO.00 1.37 $ S $ 24100 s a $ 1.80 $ 56691 NO S 11,10 29,T528O 21S 62 s B $ 3.DO 63.00000 $ 1.49 s z s o s a $ 1 f15 16 s S 2.99 s 22S93256 275 2D 314.88600 s 4.00 457.6.00 $ 14343 $ z s 2V 00 $ 334,04D 00 s S s s 2.DO s I U,037 56 $ o 197,03749 $ 4250 s 2.,92500 s o s1 DO I SO 56 s o $ 2.,09600 s 25169 $ 2.SO s 260,D30 80 $ 2.DE s z s 0 $ o $ 2.84 s a s 394 00 $ 43a,i a UP S 26356 $ 293,07872 s2S7 45 s o 2.07 s B $ o 699,3.00 s 2.51 21,7.58 46300 62AjS4 00 s 3.82 s 2 3z 48J60 sa $ 511 s S s 500 $ 103,79500 $ z s 1 CEWS 98 s 5 7D s 119,36425 s 511 s 37 23 $ +SO o $ aB B s S m $ as o s s o s m s o $ a s s z s szsaao s 4.75 s a $ 22500 s o 4.SO 16,954. 6.00 $ 27,120 w s 41026 $ S z $ 44,737 as $ 6,622 07 $ 46,36U 79 S 65M 00 $ 4S,SUO DO 12,101 2A $ 84,7090 $ 7.086 00 s a3 $ 8,82791 $ S 1,681 D4 11,81 S sa 2,11233 $ 14J86 31 $ 1.900 00 13.300 ao $ 1.7.712 s a $ 2j 25 00 s DO 3j SO 6S s2219D SO S z s 16.78020 $ 7 $ o s 0 $ w $ s $ so s o $ m $ 3 $ 31996 DO $ z $ z $ azu 6+ S anus+ S a $ +a1 00 $ o s o s a}3z as 4,33200 $ 5.10A Do s s oo S 370,92762 $ 21,09802 s 379,764 36 s m $ o s a 181 22S 04 $ 14940 m $ 232,D2A 0. $ a s s 14,377 A9 $ a s BB s a s DO s o s a3 s B $ ao s o s o s256,493 AS s34,445Ss s Ss 34J69 SO s D4J69 SO $ 28,000. 2AOOO DO 21399 so s so $ UP $ a s a s TABULATION OF BIOS PR B IORPoHIHSnTEXAS 51�6RF%M GE n..(DO.W.l PE) on U NIT PRIC AMOUNT U NIT PRICE AMOUNT U NIT PRICE AMOUNT U NIT PRICE AMOUNT U NIT PRICE ANN)NIT UNITPUCE AMOUNT S5DO DO $ DO 443 11 13,73641 s 50000 $ DO 2,D4D 11 $ 9 $ o $ DO 3,5.45 s $ 6.DO $ 0 $ 1331 $ as 0 $ 0 $ 3 $ 2 $ 0 $ o $ 6 $ 241,86164 s 5 $ 0 s 6 $ e $ asw.00 $ 36,000 DO 1.730.S $ 0E 3.00700 $ 24,05D AD 1,564 82 $ $ 1 2d.1 41 $ 9e $ 98 $ W $ W $ So $ So $ W $ W $ ] $ s 5 $ 5 $ a $ o $ o $ W $ 2 $ W $ o $ W $ a $ $ ]23as3 $ 172MD3 $ S $ 6 $ W $ o $ u $ a $ 0 $ 0 $ W $ $ ] $ ] $ 6 $ 6 $ W $ o $ 0 $ 0 $ 0 $ 0 $ W $ S ] $ ] $ s s 6 s W $ o s W $ W $ o s a $ 46 s $ izsn.a]] $ m $ 9 $ 6 $ o $ o sD.D3 $ 41,.7 111 $ 941 00 43,732 DID Li m 77 $ 6 611,11 DO $ o $ 0 $ o s o $ o s 0 $ o s o s o $ o s6DD,DDD OF IMPROVEMENTS(11.C1 lnru e39 S $ E172186 $ +80}55.80 $ 5,326,]S.os $ 6,165AN.m $ tB-12 ftl TO LIFT STABON,STRUCTU Bi PUMPS,PIPING,A ODOR CONTROL fi-SECTION 81 2901 MEASUREMENT AN TO BASIS FOR PA'MExil S 3 5 O S 5 8 O S O S O S 9 8 O S O S O S 5 8 S 2 $ O $ Ed 8 O S O $ O S 3 8 5 8 O $ O $ O S4,1 SF 41D $ D25 $ 3,1.15 $ I DO 50031 15. $ O 443 $ 11 4 DO $DO S D, $ S71.DO 7,086 DO 8 ] $ 1E.171 8 O S 0 7.8.00 S 7,87400 S W $ 14,496 W 8 DO 390 88 2.7DO 16 33197 $ 9 $ 642 00 4,49400 $ 121557 $ 8.5. 2.00 2,09300 $ LOSO 00 $ 7.3.00 $ 0 $ 1,77170 S 35W_E6 $ 3 $ 15.00 $ o $ W $ O DOROOO $ O $ 4,41000 $ 22W_00 8 6 8 2 184 $ 8 A do 8 DO D 06 $ 2 12. S W 918 $ 24. $ W $ 0 26,51 A SO 3D AD 21,050. $ 3 28J1 0 66 31. 8 AD 4410 $ $ 3 $ 5 3279 $ 21,805 35 S 12. $ W 40. $ 21JUS 40 S 44. $ W 4421 $ 8 I 11 D4 $ 97,611. $ IM23 $ 6 8 i III Do $ 95,S20 OR 5 $ 0 $ 1.00 $ 0 A.50 S 192.276 00 $ 5 4TD,O57 65 $ 2 S 1 3COB3 42 8 0 $ 0 $ 241,30D 00 $ 241300 00 $ 2A5,680 00 $ 0 8 224,703 47 $ $ 2 $ R 60,035 N 6d03S Ad I000 AD 24,00000 $ DO 21344 AD 12.570 W $ OR 00 $ 851,125 83 51,125 83 $ 1 $ R $ 0 1 WOOD 00 9,6.00 O.AK 00 $ W 40,024. DOX5 W $ 55J25 DO 8 22 27,36A 22 13,112. 13,112 40 S W $ W $ 0 $ 0 $ W $ W $ W $ $ S $ S $ 65 $ 5 $ 355W00 S 355W 00 $ W $ W $ W $ W $ 9 $ 8 0 8 O S 5 $ 5 $ i50o_00 8 15W.00 $ 36'}9].00 S 36}9100 STOM 00 S 1,00000 1,6150. S3,67500 $ ] $ 7 $ 0 $ 0 S 0 $ 0 S 0 $ 0 $ 0 $ 0 $ 0 $ S 5 $ 5 2.j.18 $ 22A,79D 18 $ 1 TEOW 00 $ 0 $ 0 S 0 241309 00 $ 0 416J 16 a7 $ 8 In.71022 $ 2 $ 218,31830 S 218,31830 8 2WODXU 2 0 $ 3] 0 S 3] 0 $ 0 $ 0 $ 0 S E $ 225.46144 $ O S 0 8 SO 8 8 85W_00 $ 85.00 $ e}8200 $ e,382.00 9.97700 $ . 20,139 W $ 20J39 DO 8 620a32 8 62W32 11,434 K $ 2 $ 65WOo 8 65W.00 $ 4.01300 4.01300 do S 0 13,744 SO 82,6%16 2,ASA 16 7.0.18 1,048 78 $ 0 $ 35W 00 2.D.IS 2.9.75 1 550 $ OR DO SO $ 1303A SO 8 1 .05 $ W $ E 9 $ 22 $ 0 $ 95W00 $ 6 $ 68 $ 1 S.00 57,000 OR 0 $ W860 DO $ I 2A 36 $ O $ 23d 16 $ 8}3560 1.00 S 42W 00 1.01 5,810 DO 14100 C9.00 $ 10500 $ 3,67500 12 IS 8 2C.S OE S 54 S 2 15. $ 30J20 00 23,794 W 19. $ W 32. $ 55. $ 9 $ 6 $ 6 $ W $ W $ 9 $ 9 $ W $ W $ O $ IS 0 20 $ 12]600 $ 382]6.00 $ 258]20 $ 2258]20 $ E200.00 $ EE200.00 $ O $ O $ O $ O $ ]}W.00 $ 8 O $ O $ O $ O $ o $ 0 $ 5 $ 5 $ 2}2000 $ O $ 220500 $ 22W 00 $ 2 S Be $ + $ n $ W $ W $ S $ a $ W $ 5 $ + $ 95523E 8 5 8 5 8 W $ W $ 65W 00 8 265W.00 $ O $ W $ W $ W $ W $ 8 O $ O $ O $ W $ O $ W $ W $ W $ W S50,00000 1 5DDOD DO S S O I S O S O S O S O S O $ O $ O S O S O S 0 $ lAB STATHR,STRUCTURAL,PUMPS,PIPING,&ODOR CONTROL IBt THRU B32I S 68E5E5A7 S t592,a6341 S ".A... 88$ 22ATFIS $ 1A36A...IS 2235A9e•t3 ELECTRICAL(P SECTION 012901 MEASU REMENT AND BASI S FOR PAxMEND S 921D00 $ 921D00 8 3057 ED $ O S O $ 1,511. S O S 0 8 O S O S O S S O S 0 S O S 0 S 0 8 0 8 O S O $ O S O S O $ S O S O S 9 8 9 8 O S O $ O S O S O $ O S O $ $ E6 S E6 $ 0 $ O $ DO DO W $ W $ DO $ O $ ] $ 141,.DD DO S2d.2 W S 20,DD2 W 9,40A 00 S 9,4W 00 S 12,000. $ W $ SO W S 1 dBOO DO I dOO D DO S 5 F.0 AD 8 87,951 2A $ 87,9512A $ A 79,35178 $ 7AS00 DO 7D.S00 W 94..600 $ 00 67.OUB W $ O S O $ S M S 6CSDO EO $ 80,436 DO 8O,CdG 05 $ DO 92,000 DO 0 $ 0 71,21D DO $ 71,290 DO $ 329,02128 $ 8 0 S o 8 4 105,9%94 $ 1 DAOW 00 1 ADOW 00 S 118,91772 118.91772 $ O 95,ODD 00 S 141,48750 S 8 1AII16 AT W 1 434S RD TAMA W $ W $ W $ W $ DO 15,000 00 $ 15,DDD DO $ W $ S 26,10000 8 26,100 W S DO O $ IISOOD DO S H,000 W $ 107,35d 00 S 0 $ O DD,DDD DO $ 23,.D 40 S 8 O S W S 12,1DO DO S E2,1DO SO I FOOD DO S I TOOD DO S O S 25,40D DO S I SOOD 00 S 1 DFOO DO S I 5S76 DO S 15,D16 DO S O S O $ 2D9111 11 S 11911111 $DO O S O S O S O $ O $ O S21911111 SUBLOTALPARTE ALIEITHRUE7 $ t25AEe.o6 S S S S $ 1,S23].t5 M(p,SECTON012310ALTERNATESANDALL NW ESI 8 O S1,1717D7171 $ ] 8 E S O S O $ O S IZ]B00 8 O S O S 5 $ LF TO8 9 8 8 5 8 O $ O S O S O $ O $ O S O $ 5 8 $ O S 0 8 3 1 $ ] $ 350800 $ 350800 $ O $ 0 $ O $ 0 8 0 $ $ 3 $ 882 57 1 161 1$ 1 D 2522 1 3 NO 1$ 2,84700 1 381 $ 8 !2 I$ O I$ E 1$ 352960 1 1 2A 00 1$ CAW 00 1$ D2 21 4W $ O $ 141..F7 m5�_'e DO T e,chiIy $ 8 + $ 5 $ 2 $ O $ 0 $ 0 $ 5 $ 5 $ O $ O $ 3 $ $ 5 $ 0 $ 9 $ E�5W58 $ 0 $ to,WOW $ 5 $ E5323e.s0 $ 1 5W.o0 $ 30W.0 I$ 0 TABULATION OF BIDS PR 99IiOMEsRPHIHST TEMS 51 6L oGE ) ee.(9ri.W.B.,PE) ITEM DESCRIPTION UNIT .1 U NIT PRICE AMOUNT U NIT PRICE ANIOUNT U NIT PRICE AMOUNT U NIT PRICE AMOUNT U NIT PRI AMOUNT U NIT PRICE AMOUNT 18588 a 2 F.2 M a U441 a 12,11620 75 dF a 0 125 36 s tC.I AN a 0 a oo a e a a 3 a 9 a s 1J.05 a 0 a 2.07000 1 3S d4 a 3,174 K a o a 0 a 13793 a 11 1- 11) ILLa 0 a 0 a 3 IA.41 a 12doo a 0 13136 a e a o a a s 4 a a z a 0 a z a o a 0 a 0 a 1 a 6i9�sso a o a 0 a 0 a zzoz.00 a 12,70981 a 4 1CC44 90 57,379 w a m a o0 a 63 FS78z a m a 0 a 46 a a 6 a 48 a z a 6 a 0 a 00 a 3 a 9 a 142- a 0 a z a a 3 a 2 a 9 a 96 a 0 a 06 a 625E 8s a 00 a 42.00 a 0 a s a a 1 a a? a 6 a z a a2.uo 16,WO 00 a . a so a a2.Do a 0 a 10,25279 a a17,272 09 3CS44 s 29,123 65 a 3o a OR a 00 30,28S so 60,579 m a 00 a dF a z a4.j6H Ad 212 DH 464 00 5.18 s 1 168 76 1,5W 00 3.OW 00 1,87325 a 0 a 5.dP a dD a 1.837SO a a s a 6,1 M 40 a 3.7S a se a 0 a AT 28178 s n a 11700 7,4SA 00 a 1 4A 30 a 9,S-0 a m o 3 a z m a ooa0 a o a.0 0 0sa e0 o sa a 6 o m a o a s 0 a o0 a a s 0 a o a SUBBOTALPARTF ADDITIVE AIETTENATE NO.1 REDUNDANT FORCE WIN ITT Tx80 F231 $ 995,on3i 1 $ $ '2ISGO .5o 1 $ $ $ 1A05As1 21 BASE BID SUMMARY SUBTOTAL PART A aAL(ilems Al mm AUTO ]29414.]9 871,M645 ]01813.00 9059fi8.4fi 8]/016.]0 1000680.39 $ 481399.]] $ 51fi 112.fi2 $ 442094.00 $ fi1398].98 $ 5]9 fi84.00 $ 504418.49 8 465]fi36 $ 49]98fi.16 $ fi180355.00 $ 5326750.06 $ fiifi54fi0.25 $ 51256M.12 SUBTOTALPARTD LET 8 168 545.0] $ 159 OW.41 $ 1)58030.00 $ 22086n.15 $ 183fi022.00 $ 223500.13 SUBTOTALPARTE cAL(0ems El Rh E12) $ 1,125,048.06 $ 808,265.76 $ 847,000.00 $ 974,006.22 $ 729,315.00 $ 1,356,737.15 TOTAL BASE BID•PARTS A IIvu E $ B,fi]8,043.94 $ 8,760,714.40 $ 9,929,292.00 $ 10,029,389.87 $ 10,18),49).95 $ 10,2M61728 ADDITIVE ALTERNATE W.1 SUMMARY Airy(hems Ei lnru Fz3I 995 029.31 994 020.90 i 205 35].50 923 381.26 i 095 6]4.20 1 005 891.21 TABULATION OF ENDS PNESE= I rroHHEsTEzs 12 In )DYIsn w.0.,,PE) ITEM DESCRIPTION UNITOUNITIRI.E I AMOUNT UNITPRI.E AMOUNT I UNITPRICE AMOUNT UNITPRICE I AMOUNT UNITP-E AMOUNT U.ITIRI.E AMOUNT -I(SECTION 01 n 01 MEASUREMENT AND BASIS FOR PAYMENT) S O s szs0000w S Saos a0000 S Sss0 00000 s ens 0o0oo s 82E0 oo0o0 s S a S 510000000 S etas oo0m S S2s0 o0ODO S SnD11 a S3oDEDDo s S 0 S $1z000 S SSSOO 00 $ 10sao oo $120000O $ S825O00 s Te250_oo $A 000 o0 a $ m S $n oo0.00 S Sn an oO S S1n 000.00 S Ss 000oo s $1500000 a 8 00 $ SSSDOW S $E 05800 S 52030.U0 S S300D00 S 83 S0000 S s 0 S Ss00m S SS10m $ Ss0oO0 $ St a39 oo S S150O00 $ $ a $ SSOO.Oo S 55000o $ Ss 000m S 560.5900 S SOUOO Do $ CA 1 8 0 $ ST.Do S 532800 S $1.. S 1SO.UO SP1300 $ S3W0o S 8 O S SSSOUP S S965W S 5250000 S S32]00 S S-OP $ ,ADD Do S o s S3o0 s saw S Ssw S $a 20 S Saw S83EI2 DO S 352au0 S $1,$0. S S30]2.00 S 8300000 S S51 o100 S S5 D) S S O S 51O0 a S12o S 51O0 $ Sv0 S St. a 26DOO 00 AL 1 L "Da O S $ 1n0000oo a amo 00000 a $m0 oo000 S amo0000o a $100,00000 a a o a az5000 oo a $2500000 s 52500000 s sz5000 o0 a az5000 o0 s 27,DGD DO SURTDOTALPARTA xAL(I1 sAnntiAle) s s s s s $ 1D85j12.00 IMPROVEMENTS(—SECTION 01 n 01 MEASUREMENT AND BASIS FOR PAYMENT) s O 41D DO a 30000 $ 30000 a 2H3DD $ O $ I DO DO a I DO DO 33D DO a 33D DO $ 450 DO S450 DO $ 4.DO $ 4.DO $ 5.DO $ 5.DO $ 10,765W $ 1 P,7A5 00 $ 1.00 $ TDD.P s 3.DP 3.DP S.Do $ 86D 00 S m $ O S o0 S 1200.0o s w S O S o0 S o S 0 $ 0 $ 0 $ Do o0 S S.400 00 $ 24 OR S O S DO S O $ a $ o $ n S o S o spoo 00 S o s O S OR S a3n 00 S DO S 0 S o0 S O s 20 S O S O S9,0.00 121 DO 3STJ S7 DO s o 3DO484 00 S DOOD S 0 $ 10100 S 0 $ 0 S 0 S 0 S52038()00 S O $ m S 1 0 S m $ O S O S O S 29s,3su.00 S 0 S a s O $ 8 0 $ V) S 0 $ 5200.0. S O $ 5200.0. $ 0 S 0 8 0 $ 0 $ 0 $ tv2a0.ao 8 230 00 $ 9.4.00 550 00 $ 22.55.0H S 1.00 7,5A5 00 $ 2.00 S 820000 S O 4.920 00 $ 2.00 $ $ 0 SO 1,529 DO 2 DO $ 6j 18 00 $ a 3,6.80 1 Do 3,05D 00 S 1 DO s 4.894 40 $ 11 OR S11M9 UP $ TOM 00 $ 4.0.00 S 0 $ D.S.00 1.4%00 $ 5.82400 $ 1.000 00 $ CAOOOO S 0 $ 4j 84 00 $ 7.00 $ 2.800 00 8 1.04000 $ 1.04000 $ 1,80000 S O S 1,47900 S 1,47900 S O $ TOM 00 S 0 $ O $ 22.00 $ 220O0R $ 1 110 00 S 11 10D DO S 1250.00 8 12.50000 8 0 $ DO 8 1 woo $ lOPOIDD S O S OR S Ow 00 S 5DOO 00 CA 11 8 5j AD 00 $ IIJOO AD S 520000 $ DO S o S AD S o 75,D00 DO S 6,68D 00 $ O $ 12 00 DO 3o. S S 2 5 . EA 6 S o $ o S o o a a $ o S o o5 woo CA HIS 1ZS 00 $ O $ 6200 $] , 0S 15W00 8 $ 0 $ 0 S 21.0. U 2]1.OR S O 2S20oo 0 $ 0 $ 3532.00 $ 0 $ 32W00 S e o S O $ O $ O $ 0 $ 0S 3000oS O O S O S 0 S 1A.00 B19 H.DO, EA 00 O O $ 2j GO 00 $ 1.00 1.00 DOO 00 8.D DO S 1.4.00 $ 1.434 00 $ o 1,0000 S 0 $ O $ 00 $ 0o $ 0 $ 0 $ 0 $ o s 0 $ 0 $ DO $ 15.WO DO S ADS DO S 00 S DO S 00 S m S a $ a DO S w $ O S45.000. S 0 $ 0 S 1COHO m S 14,000 m $ 10,968 DO S T0,968. $ DO S 12,000 00 S 1,77800 $ 1,178 DO $ 7,7DO DO $ 7,700 00 DO S IIEDP DO S 55,00P ED a 55,DOP ED $ 55,000 a $ 00 $ 0 S a 0 DO S D) S O S IMPROVEMENTS)1.ED uru B23) $ S S Sn,-N, $ $ 5H,71530 $ 71.7 N 0 IMPROVEMENTS(P SECTION 01 n 01 MEASU REMENT AN D BASIS FOR PAYMENT) $ 3. S 15. $ 15 ID S 175 ID S 3500 S 115 DO S O $ O $ O a 12.DO I I DO S 42500 a O S l65E.ED $ O S D57,4.DO S T.DO $ l25,191 DO $ 9D DO $ 71,11D DO S l214D I I T611P 3DO DO S25D,9DD DO 8 411. $ O $ 1.DO $ 5 1 ISOP DO $ 3.OD S O $ 415 DO $ 411,515 DO S 391 AD $ 343,12111 a 21D DO $ 8 2 DO 800 S 12..D 0O 8 48.WD 0O 8 232 DO $ 9.DO $ 2.0m 00 S SODO DO S 9D.DO 38,2A4 00 $ 4,60000 S 8 121 DO $ 0O 1 00 S 1.587,7RA DO S 80. S 1,041.120 00 S 0O I I W,SO 0O S 9S. $ 12..0.o $ O $ 2,04D.1 SO DO 11000 $ 1 ASS60 00 $ 1 00 8 0 8 95W 8 171 STO 00 8 90 0O $ I.S.Do $ 123 30 S O $ 1.00 SD2S.O.00 8 11400 $ 91200 $ 140 Do S 0 S 1.00 A.00 2.00 1,600 00 8 1 DO 20 87360 $ 2.00 $ S 0 S 53M 00 S 1 DO Do 5,4M 00 S 2.DO 7,504 00 $ 6.DO S 19M.00 8 0 5,79600 $ 0 S1 DODO UP 1.00 8 SC40S 00 S 26100 $ 72,819. $ 30700 S 8D..3 UO S 68500 S 191.1 IS.0 8 20700 $ S7J53 00 S 1.00 8 8 ISO 00 $ 1 D5,2D2 00 $ 27300 S 0 S 37100 8 290SA4 00 $ 6WOO $ 540SW 00 8 21350 $ O S 380 00 $ 297S20 00 619 $ 21100 $ 83,737 00 $ 2.00 8 1 1SJ DO 00 8 5.00 8 1SASOOOO $ 69500 $ 275,91D 00 2 13 50 S 50 $ 3W 00 $ 8 24700 41..S 00 2.00 $ 0O $ S.00 S Oo 7.00 117,600 00 $ 23240 $ AT 8 4.DO SS7200 DO $ 3.DO $ 3,18.920 00 $ 37000 8 0 8 0 COPQ 00 $ 1.00 829.40000 S 3.70 405J.80 42D 00 $ 48D480 00 8 339.. $ 2AR79 00 $ 170 DO S 2.S7O 00 S OUT O S 0 $ 0 $ O S 0 $ 0 $ O $ 8 0 $ O S 0 $ 0 $ 0 8 111,12DO. $ 77000 $ 0 $ O $ O S DID 00 $ 567,1 DO DO 8 43700 $ 0 $ 50700 $ 6DA506 00 S 9.00 S 1200.1mm 1.00 S 0s02ao.00 S 345 8D 4.S.4D $ 530 00 $ 719j,10 00 200 S 00 S 10. S OR 120 $ S1 Too S 2U759 00 8 650 S 1 3C93D so S 500 S DO UO $ 0 S Too 8 4.8Q 00 8 44. S 0 S 40 00 S 193,6000 8 3O S O S I SO Do 8 7.000 00 8 22700 $ 9.0.00 4.00 S 16,000 W S 448.0 S 00 S 4.00 1 ADO.0O S 2AS 40 $ 10,736 UO $ 0 $ $ 7540.00 S 52,780. $ 0 8 58,80000 8 0 8 00 8 DOW 00 $ 00 $ 5.72A 00 S 4P.6. S 3,0PO 00 S 21000 DO 8 1.97000 $ 13J90 00 $ Ij DO 00 $ 21,700. $ 22.00 S Oo S 25.DO S 0O S 1,66100 8 11,621 OR 8 2,1 DO DO S14700 DO $ 1,97000 $ 1 DO S o 8 00 $ 22M 00 S OR S 25 2 0000 S DO S o $ OR S O S21000 DO $ a20 00 S a20O00 S 0 S 0 S o S 0 S a500.00 S a500.00 8 O S O S 0 a Spoo 00 8 00 $ O S2AOUOU0 SOCOOO 00 $ 22J39 O0 $ 0 $ DO 3.,00000 8 00 $ 481,6ASOO $ 35,DDO 00 8 6.OVO 00 8 21000 OR $ 2K,000 00 $ 2%00.00 S 0 S P) 341268 00 $ 0O S 0 S DO 23A,2A 00 $ O S 216000 00 SDi ODO 03 51000 OR S OR S OR SD1,.5 DO S 03 S DO S DO S OO S OO S 4D,ODO DO S4SOOO UP TABULATION OF ENDS PR B I rroHIHESTEZs 12 HIGHEST) HDYI..W.0.,PE) ITEM DESCRIPTION UNITTY U NIT PRI AMOUNT U NIT PRICE AMOUNT U NIT PRICE AMOUNT U NIT PRICE AMOUNT U NIT PRICE ANIOUNT U NIT PRICE AMOUNT .27 CA s T.Do 3,90600 S 55000 17XODO 5.Do s I Dwo oo S 50D 00 1 5,5oo Do s 65390 S 20,270 W 3,00000 $ S o s 0 S o s o s L2.0o S o s o s o $ o s 0 S 0 S P00 00 s 1'm.50 $ o s o s o s 0 S oo S 0 S 6320000 S az 00 S O S 32M 00 $ 25,60P Do S 36,000 00 3o000 oo 33000D oo 33N.W S 1L.600 3L.6 00 38,000 W 38wo Do $ oo $ ISA52 W S 42,000 oo S S 43700 72JO5 W 18500 S 1D.S W S I lo 00 1 DO140 00 IN 0. 4S50D W s 2.7D s 40,37D So S 2.00 S41,25P 00 S 2,11 DO $ 2J.00 SAW 00 S 8.800 00 $ 10,913 W 1 PSI 3 oo S 2o000 00 25EDD Do S 8.64000 S 0 $ 13,002 W S S 0 $ O S o s o s oo S W S 00 S o S 0 S o $ W S S 0 S 0 $ 00 8 00 8 W 8 W 8 W $ o S .S7a oo S O S 00 S 24NO UP a o s W S o s oo S o s oo S o s 0 S o s oo S 0 S s o s o S 0 $ o s o s o s o s o s o s o s o $ 'Now Do IMPROVEMENTSSO_ (I1.C110ru c36� S 6,3t06,n6.ao $ $ 7ae2,o28.m $ 8.137AM.W 1 $ 6595An.. $ 9255A18.00 D IFIRT STATION,STRUCTURAL,PUMPS,PIPING,A ODOR CONTROL Per SECTION 01 29 of MEASUREMENT AND BASIS FOR PAYMENT) S 15 ED D,50 ED 211 O SS S O S O S O IE2�2 EH O O O O 3250D0 O O O a l6w 8 o S 5 Do S 2295.00 464 2,12976 5 Do S 22.Do So 0o 22,950 W 18 Do S 82.oo 86 So 00 S O S 550000 S 0 1 OOAS5 W I D.S DO 16NO W S 16wO DO loo0o Co S W S Do S20,P00 Do S 0 $ 0 S 0 8 0 S 0 S OR S 0 S 0 S 0 S 3EST7.DO 2.00 $ 2AW 00 DO AC 1 8 72a0.00 $ D.6.00 6,700 00 S 3,3W.00 S 2F.0 W S 10,765 W S 6.000 00 DAN 00 $ 37ND W $ 18,513 W $ 20,000 W $ S 0 S W $ 0 8 O S W 8 W 8 W $ W S W S W S W S 26 W S W 12 00 2A.4 OR S 25. S 00 35W 31 570 UP 65W $ 5AS30 W $ 37 OR S33,374 00 S 04 00 22S1 0 UP 50 W S W S 33. 2F.S DO 4D W S 26fflO W S DO W 16,57D OR 42. S27,930 00 1.00 109,872 00 S 119.0 8 103,1.Do S 2.00 S 211.8%00 S 2.00 S 174.400 00 8 1 So 00 1 Do.0. 3.00 8261,60000 83MOOW 00 $ 32A,000 00 S52OOOW 00 $ 520,000 00 S 261,6000 8 261,6000 $ ITAOW 00 1 ACOW 00 8 655oOo 00 $ 655oW 00 $ 30OOOW 00 $ Dwow DO 830,000 W $ 3OX0 DO S48N.W S 48N.W S 26,371 DO S 00 S70,00000 70,000 W S Dowo W 55,000 DO S50,000 W $ 5P.0 Do 8 00 95,000 UP S11000 W $ 11000 W S D2SI 1 OR 92,817 W S 00 28,OU0 W S O 50wP DO SD2,000 OR SKwO Do $ 25,000 W $ 25NO OR S40,000 W S 40,000 W $ 19,74D W S 3A74D OR S50,000 00 S W S 75000 ED 15000 Do $ 40,000 W $ 400lo Do 8 Swo W $ W S W S W S W S OR S 00 S W $ 0 a o S W $ S 161.00 S 16,520.00 $ 400 00 4.00 8 5W 00 8 580 00 8 5.00 $ 5.00 S25oOO 00 25,000 00 4,000 00 S4DOO 00 8220H.00 $ 220ROU 00 S1 RABOO 00 1 RA000 00 S 23APOO 00 23AP00 00 S300,000 00 $ 300,000 00 S 3A7,000 0 0 397,000 00 S47ORO0 00 $ 470,DOO DO S21Do.00 2100000 00 S1 4S,000 00 S 1 4DR00 00 S 2MPW 00 223PW 00 S221 POP 00 S 221,00000 S 745,0.Do S 745,000 00 827SoW 00 S275FOO 00 S 0 230,000 00 S 261,000 00 S 261000 00 S 237,60100 S 237,60100 S 1 Now 00 S 193ow 00 8 550ow 00 $ 55AFOO 00 S 300,000 00 83oOF0O 00 8 l2wP W $ 12,000 W $ W 1 Two W S 4,55o 00 $ 4,55o 00 $ 1 LOOP W I 1000 DO S3S,000 W $ 35,000 Do S 20wo W $ S1 DROP W S 1 DOOR W $ 0 7.0.00 5.4.00 8 5.4.00 8 9.000 00 $ 0 25,00000 S o S1 Swo W S 86,07000 $ S,070 00 S 0 Do.00 2S.00 2S.00 S 00 lo.0 W S i W $ W S W $ 14,000. S 0 $ 0 S 0 8 W S 0 S 00 S 0 S 0 S 1'.00 S OR S 0 $ 380.000 8 O $ tt5,5 .00 11200 3.9.00 S 1.00 S 4D75 00 $ 0 S o S 45D 00 $ 15,750 W $ 170.. $ 5S.OR 8 LOW $ W 10. $ W ism $ 30,120 W $ 25 W 5P,2A1 lo $ TO. $ 25,100 W $ S 00 $ 12,048 DO 48 00 S W S W S W S 00 S 00 S W S S W S W $ W S1AND Do 20 S 3550.00 S 33SW 00 S O S O S O S O S O S O S O S O S O S2222 S 2,3WD0 8 O S 1,SW.00 8 155o.00 S O S O S 2,500.00 S O S O S O S 0 8 D1118 W S W S W S W S 5 S W S W S W S 20 S W S W $ 11,16D Do S W S W S O S 27SWD0 8 W S W S W S W S O S O S OR SDowo Do 8 O S W S W S W $ O S O SOwo 00 1 5W a O S W S 00 S5owl Do ON ALa O S 0 8 0 a O S o 8 o 8 0 8 O S O a o S o S 2L�ON Do OTAILDAND STRUCTURAL,PUMPS,PIPING,&ODOR oL FO1 THRU 032� S ts62a9tW S 1,ADO 757.00 S t,a97A..o6 $ $ 6o9A28t0 I S 2A.1.m ELECTRICAL(IN,SECTION 012901 MEASU REMENT AND BASIS FOR PAYMENT) 8 4,00000 S o 8 O S O S O S O S o 8 o S O a o a o 55,DDD Do 8 o 8 0 8 0 8 0 8 0 8 0 8 o 8 o 502D,DoD Do 8 D21,000 Do S Doo,000 Do aEW,oW Do SD0000 W $ DDXD Do 849,WD Do S 49,WD W S 51,55600 S 5L.6. S 65,Wo Do D5,Wo DO S151,DoD o S T51ow Do S7D,oDD Do 8 8low 00 8 1,000 00 S 1 N,OW 00 1 WOOD OR S W S 33,519 W S W S o 8 W $ W S o 8 S 00 S W S 0 S O S 3927A00 8 927A00 8,00000 S 8,00000 4S775 W S 4ST75 W S D,1W Do 8 CS $ W $ 8D.wo OR S74.000 W 74.000 W S 78,219 OU S W S W S W S 0 $ 0 $ o 592000 Do 8 W $ OR S W S W S W S W S 00 S W S W S W S W S 85'wo Do $ 1 o.00 S 0 $ W S 99,P00 OR S 0 8 0 8 0 20O,OW 00 $8 0 S 0 S 0 S W S W S W S W S W S W S 0 S 0 S 01523100 $ 01523100 8 DC000 OR S D4.000 00 S 100,000 00 S 0 S 94,000. 14,000. S98,53200 1o,532 W S 2.,ODD W S 20,00000 8130,79700 S 1 DA797 00 S 135,00000 S135,D.Do 8 I Awo W S I D000 Do 8 I 2000 Do 8 I 2000 Do 8 14,649 Do 8 L4,649 W S 20000 Do 8 20000 Do 5 o 8 o 8 12,WD Do 8 12,WD Do a O S O S O S O a O S O S o 8 O a O a 0 a 0 S 20,00000 SUBTUBTALPARTE ALFE1THRUEI2) S S $ S 1260,Ooom $ $ 1183,300,00 IN(P,SECTON012310ALTERNATESAN.ALL NCESI S 22D0 8 o s O S OO S o s SS EOO 865400 O S o S 92000 SffFl SffFB O o 0 o S OS O O o8 8 O S S 8 O S O1,112 Do Doo. 5 DOOR O O O O8 $ O O S O O O O O O0 8 W W O $ $ 0 O0 O $ O $ 0 $ 2NO0W 00F7 Do.NPTch j_' $ 13,000 WS 26, WS O S SW.O S 2 OW OOJS 4.00000 S 9,56G.00 S 190132.00 LL 4 ON 00 $ e,OW. TABULATION OF ENDS PNOG= 1-,zao srroHCHEsnTezns ...Oyl..W.N1.1 PE) ITEM DESCRIPTION UNIT CITY s 2,H Do 27,95600 $ IDDDD 34wO oo $ 2.DD $ 23,664 oo $ 275 DO $ 3TwoDo $ o $ eo $ o $ 241 Do $ 5,54300 $ 20D DO $ 4.60D 00 $ o $ S,3.0D $ 28500 $ S55500 $ Iw80 $ 6wo $ o $ 4,370 Do s o oo $ o toaom a $ o $ o oo $ o 50 o $ a o o w oo a o $ 00 a o $ o $ o $ D low a 1,500 00 a l7wO oo a S8,000 oo 1SH00. 12wO OR a 12,182 OR 48,72S oo 2SwO oo 1 PCOOD 00 $ 20,65D oo a wS3N oo a 13,P00. a a4,11 00 $ OR a o $ oo a 0 12,570 OR 4.00000 l2000 w 3.7oo 00 $ m a 1,000 OP $ a ezoo.00 a 00 a OR a OR a 7j.00 $ oo 8,0.00 $ a SJTID4 $ 46 a o $ 18,000 00 a 23wO oo 46000 oo a o2w.oo a 64w.oo a 31wi 00 a OR 2o.0 00 a 56,000 00 a NO 1B,.4 00 a 75wO m a 150,000 00 $ 200 $ o $ 5.DO $ OR 0 464 00 $ o $ 1,000 Do a 6.10 $ o $ 4.0.00 $ 9,000 00 MR.II, BY a 304 00 $ OR 2— 16,00000 a 60. s 0.. 50H 00 $ s o $ a $ o $ 8 0 $ W $ 22 $ oo $ W $ 2 $ 2 $ o a W $ 2 $ W S 29,800 00 S So_ $ o $ o $ o $ o $ a $ a $ a $ o $ o $ o $ o $ 41111 $ ao $ o $ sso oo $ o a 3zcn oa $ ao 1$ 1X2 oo 1$ WL12 oo 1$$ oo m $ $oo oo $ $ 00 $ oo $ a 22 $ oo $ oo $ oo $ oo $ m $ oo $ SoOoo 00 a o $ o $ o $ o a oo s o s o $ o $ oo $ oo a oo $ WIN IFt TURU C231 $ tA26.]0�a0 $ t]$At3a $ $ t]o 1— $ $ $49,6]BAN BASE BID SUMMARY SUBTOTAL PART A GENERAL(Oems Al mru At41 . $ . $ ]8978).0800 1199]5.0 $ $ 8 ]]1554]24. 0) 9100 $$ 82529].50 48fi9.00 1 35 200 A90 2 4 2 255818.0 GUBTOTATPARTD LET 6194 .10 248812.01.) 186 90 $ 0)6] 0 9790.O $ 191]02AL(1 Ea I- 2 SUBTOTALPARTE $ 921,000.00 1$ 90fi,3fi0.00 1$ 838,]6].00 1$ 1,264,000.00 I$ 1,739,199.00 1$ 1,383,300.00 TOTAL BASE BID•PARTS A URIDE I$ 10,610,389.60 1$ 10,890,158.00 I$ 12,055,755.66 1$ 13,041,181.001$ 13,618,513.70 $ 15,284,148.00 ADDITIVE ALTERNATE NO.1 SUMMARY Airy(Gems Fi tnru Ez31 1,026,]0].00 11I6813.00 93962].80 ii]0019.00 99084].OB 969878.00 Capital Improvement Plan 2025 thru 2027 City of Corpus Christi, Texas Project# 23036 "a Project Name London WW Collection System Improvements Type Improvement/Additions Department Wastewater PROJECT LOCATION Useful Life 25 years Contact Director of Water Utilities Category Wastewater Lift Stations Priority Priority Level 1 Council District 3 Status Active Description The project will consist of the design and construction of a sanitary sewer lift station(s),associated force main(s)to the Greenwood WWTP,and other collection system infrastructure.It is anticipated that lift station will be designed for expansion as the population within this area increases. The force main(s)will also be sized to accommodate phased growth and development.The wastewater will be conveyed from south of the Oso Creek to the Greenwood Wastewater Treatment Plant headworks.Development in the London area is recent and is anticipated to continue at a rate higher than other areas of the city and a separate planning area has been developed to address the anticipated development.There are currently two new lift stations;the Oso Creek Lift,and the London Lift Stations in the London area.Development in the areas of these lift stations is limited at the present time,and no meaningful current flow data is available.The Oso Creek lift station currently sends flows through a temporary force main under Oso Creek to the Oso WWTP. Justification Considering current and projected growth in the area as defined by the wastewater master plan study.This is a prudent measure that will develop new wastewater infrastructure. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 13,000,000 13,000,000 Design 2,235,590 2,235,590 Contingency 300,000 300,000 Eng,Admin Reimbursements 245,915 700,000 945,915 Total 2,481,505 14,000,000 16,481,505 Funding Sources Prior Years 2025 2026 2027 Total Revenue Bonds 2,481,505 14,000,000 16,481,505 Tom 2,481,505 14,000,000 16,481,505 Budget Impact/Other 71 An assessment will be done upon completion of the project to determine maintenance costs. 307 Al 4 14 PROJECT LOCATION ava LONDON AREA WASTEWATER SYSTEM IMPROVEMENTS CORPUS CHRISTI BAY SCALE: N.T.S. HWY 286 VICINITY MAPCABANISS • FIELD NOLF NOT TO SCALE k t4, Fill PROJECT LOCATION WEBER RD. FCR22] -A LOCATION MAP NOT TO SCALE Project Number: 23036 j- LONDON AREA CITY COUNCIL EXHIBIT WASTEWATER COLLECTION CITY OF CORPUS CHRISTI,TEXAS SYSTEM IMPROVEMENTS DEPARTMENT OF ENGINEERING SERVICES London Area Wastewater Collection System Improvements Construction Contract Nicholas Winkelmann, P.E. Interim COO, Corpus Christi Water Ccws"erving Corpus ChristiWater°September 23, 2o25 theCoastalBend Project Location 1 T �1 C�kV 11 t'- '1�IHITYM6P'� ti+ RN Uf f:T�4CJ17iMr F Project N u�l�ar;23U08 eProjJect Sco P Proposed improvements include: • Construction of a new lift station, biofilter odor control system, standby generator, flat work, and security fence low • Construction of approximately... • 15,700 linear feet of io-inch force main • 2,800 linear feet of 24-inch gravity wastewater line • 3,13o linear feet of 30-inch gravity wastewater line • 3,030 linear feet of 12-inch waterline • The additive alternate includes the construction of approximately 1,560 linear feet of redundant 16-inch force main to provide emergency backup service in the event of failure in the existing 16-inch force main CCW New Lift Station Service Area The service area for the proposed Lift station is bound by SH 286 (Chapman Ranch Rd) on the west, FM 2444 (Staples St) on the south, and Oso Creek on the north and east. 35HVC Fea°ea'K1=9 ]P PV lt? ♦ �� rvo�F a L J ♦ za�iP - s°"°m ' �r° � counir Ae.°zna I Legend Gravity Force Main r Effluent Gravity } Effluent Force Main °ate L J J Service Area Boundary Project Timeline October- March April - September October- May Design Bid/Award Construction Project schedule reflects City Council award in September 2025 with anticipated construction completion in May 2027. Staff Recommendation Staff recommends awarding the construction contract for the London Area Wastewater Collection System Improvements project to M5 Utilities, LLC, in the amount of$9,673,073.25 with funding available from the Wastewater Capital Fund. ccw- Thank you ! Corpus Christi Water- Serving the Coastal Bend se O� A H U NCggppqpl E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P.E., Director of Engineering Services 0effreye(o-)-cctexas.com (361) 826-3851 Nicholas Winkelmann, P.E., Interim Chief Operating Officer, Director of Water Systems and Support Services nickw(a)cctexas.com (361) 826-1796 Sergio Villasana Jr, CPA CGFO, CIA, Director of Finance sergiov2(a-)cctexas.com (361) 826-3227 Construction Contract Award and Professional Services Contract Amendment Sand Dollar Connection Line 16" (Coral Vine) CAPTION: Motion awarding a construction contract to Guerra Underground, LLC, of Austin, Texas for the Sand Dollar Connection Line 16" (Coral Vine) project in an amount up to $9,997,672.00 for the Base Bid plus Additive Alternate No. 2 and authorizing a professional services contract amendment no. 2 with Garver, of Houston, Texas with an office in Corpus Christi for construction administration phase services in an amount of $201,025.00 with a total contract value of $884,985.00, located in Council District 4, with FY 2025 funding available from the Water Capital Fund. SUMMARY: This motion authorizes a construction contract to Guerra Underground, LLC for the Sand Dollar Connection Line 16" (Coral Vine) project and a professional services contract amendment for additional geotechnical investigation and construction administration phase services with Garver. The project scope of work includes the construction of a 16-inch waterline to enhance the capacity of the City's water distribution network on Padre Island and the construction of a 20-inch waterline to provide redundancy in a critical area of the water distribution system. BACKGROUND AND FINDINGS: Corpus Christi Water operates the Padre Island water distribution system on a separate pressure zone, the Padre Island Pressure Plane, from the mainland, the Main Pressure Plane, using the Sand Dollar Pump Station and Coral Vine Elevated Storage Tank (EST) to supply water to the residents of Padre Island. This project will allow the Sand Dollar Pump Station to more easily control operation of the Coral Vine EST and provide adequate water supply for the anticipated growth and development on Padre Island. Strengthening of the distribution system is necessary to maintain normal operations and provide a reliable water supply to Padre Island. The new 16-inch water line will connect the Sand Dollar Pump Station to the Coral Vine EST. Interconnections with the existing distribution system will improve water pressure. The new 16- inch water transmission main will be installed within TxDOT right-of-way. Appurtenances will be placed along the alignment to help with maintenance. The limits for rehabilitation were provided by Corpus Christi Water to fully remove the existing 16-inch Asbestos Cement Pipe from Whitecap Blvd. to Commodores Drive. The existing 12-inch Asbestos Cement Pipe from Whitecap Blvd. to the Kleberg County Line is to be replaced with a new 16-inch American Water Works Association (AWWA) standardized C900 PVC pipe to support increased water demand. The City has a single 20-inch transmission main from the Sand Dollar Pump Station to Commodores Drive. Water supply is a concern if the existing 20-inch transmission main ever fails or if maintenance practices require temporary shutdown of the transmission main. The new 20- inch transmission will provide redundancy in the distribution system from the Sand Dollar Pump Station to Commodores Drive. The project will specifically consist of: 1. The installation of approximately 10,900 linear feet (LF) of 16-inch waterline, 560 LF of 12- inch waterline, and 60 LF of 8-inch waterline along with the corresponding High-Density Polyethylene (HDPE) casing installed through trenchless methods under roadways and waterline appurtenances. 2. The connection to the existing 6-inch and 16-inch waterlines on Commodores Dr. The installation of approximately 60 LF of 8-inch waterline and 500 LF of 16-inch waterline along with the corresponding HDPE casing through trenchless methods under the roadway. The connection to the existing 12-inch waterline on Park Road 22. 3. The installation of approximately 2,170 LF of 20-inch waterline to provide redundancy for the Padre Island Pressure Plane distribution system. 4. The rehabilitation of approximately 4,600 LF of 16-inch waterline via Close Tolerance Pipe Slurrification (CTPS) with Fusible PVC. Provide temporary water service for existing fire hydrants, services, and interconnections during the rehabilitation. 5. The removal of approximately 4,246 LF of existing Asbestos Cement Pipe waterline, 3,804 LF of cast iron waterline, and ductile iron waterline within TxDOT ROW. Approximately 1,757 LF of asbestos waterline will be grout-abandoned underneath the pavement. The project includes three options for the rehabilitation of the existing 16-inch ACP: 1. Base Bid: Pressure Rated Cured-in-Place Pipe (CIPP Liner) a. Rehabilitate approximately 4,600 LF of 16-inch waterline with pressure rated CIPP Liner. b. The CIPP Liner extends the service life span of the Asbestos Cement Pipe by approximately 50 years. 2. Alternate No. 1: Inserted Reinforced Hose System (Bullet Liner) a. Rehabilitate approximately 4,600 LF of 16-inch waterline with Bullet Liner. b. The Bullet Liner extends the service life span of the Asbestos Cement Pipe by approximately 50 years. 3. Alternate No. 2: Close Tolerance Pipe Slurrification (CTPS) with Fusible PVC a. Rehabilitate approximately 4,600 LF of 16-inch waterline with the CTPS method for removal and replacement with Fusible PVC pipe. b. The CTPS process removes the Asbestos Cement Pipe and provides new fusible AWWA C900 PVC pipe with a service life span of 50 years to 100+ years. c. Asbestos Cement Pipe shall be disposed of according to EPA, TCEQ, and TxDOT requirements. Close Tolerance Pipe Slurrification is a trenchless technology method used to remove and replace existing Asbestos Cement Pipe with minimal excavation. CCW prefers to remove the existing Asbestos Cement Pipe via the CTPS method and install new Fusible PVC pipe in its place because this is the most cost-effective bid option that provides the best longevity for the pipe. This option also provides ease of maintenance because CCW staff already have the tools, training, and experience necessary to maintain PVC waterlines. The CIPP Liner and Bullet Liner options would require specialized maintenance and the acquisition of new tools plus training. PROJECT TIMELINE: November - June June - September October - December Design Bid/Award Construction The project schedule reflects City Council award in September 2025 with anticipated construction completion by December 2026. COMPETITIVE SOLICITATION PROCESS: On June 29, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6672) for the Sand Dollar Connection Line 16" (Coral Vine) project. On August 14, 2025, the City received five bids. The City analyzed the bids according to the contract documents and determined that Guerra Underground, LLC was the lowest responsive and responsible bidder. As the lowest bid received was within the acceptable range of the Engineer's Opinion of Probable Construction Cost, the City has elected to proceed with the project. The Base Bid provides for the rehabilitation of the 16-inch waterline via Pressure Rated CIPP Liner. The Additive Alternate No. 1 provides for the rehabilitation of the 16-inch waterline via Inserted Reinforced Hose System (Bullet Liner). The Additive Alternate No. 2 provides for the rehabilitation of the 16-inch waterline via Close Tolerance Pipe Slurrification (CTPS) with Fusible PVC pipe. A summary of the bid results is provided below. CCW has elected to proceed with the third option which is CTPS method with Fusible PVC pipe. BID SUMMARY BASE BID + BASE BID + BASE BID CONTRACTOR ALTERNATE 1 ALTERNATE 2 CIPP Liner Bullet Liner CTPS with Fusible PVC Guerra Underground, LLC $8,997,924.00 $11,034,108.00 $9,997,672.00 Clark Pipeline Services $11,599,891.46 $11,298,958.14 $10,379,006.54 Gerke Excavating $11,412,193.95 $12,328,614.33 $10,405,750.39 M5 Utilities $11,888,150.49 $11,593,087.25 $10,514,735.21 Jhabores Construction Company, Inc. $12,152,005.60 $13,064,619.60 $11,913,533.60 Engineer's Opinion of Probable Construction $10,790,000.00 $12,680,000.00 $12,910,000.00 Cost Guerra Underground, LLC, has significant experience working on similar construction projects for the City of Corpus Christi as a subcontractor to the prime contractor. Listed below are the recent projects that have been completed: • Airport Road (Morgan Avenue to Horne Road) awarded on December 5, 2023, subcontractor to JE Construction Services, LLC. • Carroll Lane (Holly Road to Dead End) awarded on April 18, 2023, subcontractor to JE Construction Services, LLC. • Trinity River Drive (FM 624 to Wood River Drive) awarded on March 28, 2023, subcontractor to JE Construction Services, LLC. Additional projects awarded to Guerra Underground, LLC over the past five years include projects for the San Antonio Waters System, City of Rockport, City of San Marcos, City of Seguin, and the City of Laredo, which have ranged in value from $2.0 million to $14.3 million. ALTERNATIVES: City Council could choose not to award the construction contract to the low bidder, Guerra Underground, LLC, which would delay the necessary water infrastructure improvements to strengthen the distribution system that is crucial to ensure normal operations and a reliable water supply to Padre Island. FISCAL IMPACT: The fiscal impact for Corpus Christi Water in FY 2025 is an amount of $4,500,000.00 for the construction contract and $201,025.00 for the professional services contract amendment with funding available from the Water Capital Fund. The remaining funds will be incurred in FY26 in an amount of$5,497,672.00. FUNDING DETAIL: Fund: Water 2025 CIP (Rv Bds) (Fund 4492) Department: Water (45) Organization: Grants & Capital Projects Funds (89) Project: Sand Dollar Connection Line 16" (Coral Vine) (Project No. 23021) Account: Construction (550910) Activity: 23021 Amount: $4,500,00.00 Fund: Water 2025 CIP (Rv Bds) (Fund 4492) Department: Water (45) Organization: Grants & Capital Projects Funds (89) Project: Sand Dollar Connection Line 16" (Coral Vine) (Project No. 23021) Account: Outside Consultants (550950) Activity: 23021 Amount: $201,025.00 Year 1 (FY2025): $4,500,000.00 $201,025.00 Year 2 (FY2026) $5,497,672.00 Total: $10,198,697.00 RECOMMENDATION: Staff recommends awarding the construction contract to Guerra Underground, LLC for the Sand Dollar Connection Line 16" (Coral Vine) project in the amount of$9,997,672.00 for the Base Bid plus Additive Alternate No. 2 and authorizing the professional services contract amendment no. 2 with Garver for construction administration phase services in an amount of $201,025.00. The construction duration is planned for 14 months from issuance of the Notice to Proceed to begin construction in October 2025. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Map Bid Tabulation CIP Page Presentation TABULATION OF BIDS PROCUREMENT-Clry OF CORPUS CHRISTI,TEXAS TABULATED BY Garver DESIGN ENGINEER:Wade P.Parks,PE,CFM,Garver BID DATE:Fritlay August 14 2025 RFB 16612 Garver.Opinon of Probable Guerra Ungergrountl,LLC Clark Pipeline Services Gerke Excavating MS Utilities JHar C-pil onstruction Construction Cost Company,LLC PROJECT NO.23021:Santl Dollar Connection Line 16-in(Coral Vine) W N.Shoreline Suite 610 9810 FM 969 820 McBride Ln 15341 State Highway 131 10038 John Rd P 0.BOX60089 BASE BID Corpus Christi,TX 78401 A,en,TX 78724 DR,s Christi,TX 78408 Tomah,WI 54660 Be.,,.,TX 78006 Corpus Christi,TX 78466 ITEM DESCRIPTION UNIT qry UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Part A-GENERAL Al Mobilization LS 1 $4S5,000.00 $495,000.00 $ 310,000.00 $ 310,000.00 $ 442,600.00 $ 442,600.00 $314,938.02 $ 314,938.02 $550,000.00 $ 550,000.00 $550,000.00 $ 550,000.00 A2 Fends&Insurance LS 1 $194000.00 $194000.00 $ 100,000.00 $ 100,000.00 $ 150,000.00 $ 150,000.00 $102,122.03 $ 102,122.03 $178,212.61 $ 178,212.61 $138,529.00 $ 138,529.00 A3 Storm Water Ronnie,Prevention LS 1 $40000.00 $40000.00 $ 36,440.00 $ 36,440.00 $ 41,300.00 $ 41,300.00 $44,588.24 $ 44,588.24 $92,915.44 $ 92,915.44 $129,649.00 $ 129,649.00 A4 sit.Restorat" LF 12,038 $30.00 $361,140.00 $ 2.00 $ 24,076.00 $ 25.4T $ 316,60T.86 $3.91 $ 4T,068.58 $4.09 $ 49,235.42 $15.00 $ 180,ST0.00 AS Traffic Control LS 1 $100,000.00 $100,000.00 $ 50,000.00 $ 50,000.00 $ 41,621.50 $ 41,624.50 $5,250.00 $ 5,250.00 $164,090.65 $ 164,090.65 $40,854.00 $ 40,854.00 A6 e LS 1 $100,000.00 $100,000.00 $ 100,000.00 $ 100,000.00 $ 184,000.00 $ 1.4 669,000.00 $92,669.88 $ 92, .88 $93,706.67 $ 93,706.67 $300,000.00 $ 300,000.00 SUBTOTAL PART A-GENERAL(it...Al thru A6): $1,290,140.00 $ 620,516.00 $ 1,166,032.36 $ 606,636.75 $ 1,128,160.79 $ 1,339,602.00 Part B-STREET IMPROVEMENTS _ Remove and Replace Existing HMAC 31 Driveway SV 51 $75.00 $3825.00 $ 172.00 $ 8,772.00 $ 159.30 $ 8,124.30 $205.17 $ 10,463.67 $219.80 $ 11,209.E $120.00 $ 6,120.00 Hemove and Replace living His- Be Pavement SV 329 $75.00 $24,675.00 $ 189.00 $ 62,181.00 $ 194.70 $ 64,056.30 $147.43 $ 48,W4.47 $219.79 $ 72,310.91 $160.00 $ 52,640.00 SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 third 32): $28,500.00 $ 70,953.00 $ 72,180.60 $ 58,968.14 $ 83,520.71 $ 58,760.00 Part F-WATER IMPROVEMENTS Furnish and Install 6"Dia.PVC AW W A F1 C900 DR 18 Water Line LF 20 $150.00 $3,000.00 $129.00 $ 2,580.00 $ 155.67 $ 3,113.40 $129.44 $ 2,588.80 $220.14 $ 4,402.80 $350.00 $ 7,000.00 Furnish and Install 8"Dia.PVC AW W A F2 C900 DR 18 Water Line LF 18 $150.00 $2,700.00 $130.00 $ 2,340.00 $ 192.81 $ 3,470.58 $164.54 $ 2,961.72 $239.70 $ 4,314.60 $360.00 $ 6,480.00 Furnish and Install 12"Dia.PVC AMA F3 C900 DR 18 Water Lin e LF 110 $150.00 $16500.00 $135.00 $ 14,850.00 $ 199.05 $ 21,895.50 $178.99 $ 19,688.90 $242.08 $ 26,628.S) $491.00 $ 54,010.00 Furnish and Install 16"Dia.PVC AMA F4 C900 DR 18 Water Line LF 9745 $1T5.00 $1 705375.00 $137.00 $ 1,335,065.00 $ 157.67 $ 1,536,494.15 $165.66 $ 1,614,356.70 $2A4.36 $ 2,381,288.20 $117.00 $ 1,140,165.00 Furnish and Insta1120"Dia.PVC AMA FS C900 DR 18 Transmission Main LF 2,lb4 $200.0. $432,800.00 $184.00 $ 398,176.00 $ 214.07 $ 463,247.48 $191.45 $ 414,297.80 $306.6T $ 663,633.83 $198.00 $ 428,472.00 Furnish and Install 16"Dia.PVC AMA C900 DR 18 Water Line by Tret chless lb Construction LF 36S $500.00 $182,500.00 $573.00 $ 209,145.00 $ 339.84 $ 124,041.60 $367.44 $ 134,115.60 %W.02 $ 200,T5T.30 $495.00 $ 180,65.00 Furnish and Install 8"Dia.PVC AW W A C900 DR 18 Water Line in 16"HIPE F/ En casemen[b Trenchlass Con struction LF 39 $450.00 $17,550.00 $993.00 $ 38,727.00 $ 365.80 $ 14,266.20 $609.43 $ 23,767.77 $786.79 $ 30,684.81 $675.00 $ 26,325.00 Furnish and Install 12'Dia.PVC AMA C900 DR 18 Water Line in 24"HDPE F8 Encasemen[b Tr ln6,lgss Con.traction LF 411 $550.0. $248,050.0. $948.00 $ 427,548.00 $ 436.60 $ 196,906.60 $761.54 $ 343,454.54 %57.45 $ 251,409.95 $828.00 $ 3T3,428.00 Furnish and Install 16"Dia.PVC AWWA C900 DR 18 Water Line in 30"HIRE F9 Encasemen[b Trenchless Construction LF 1,ill $700.00 $781,900.00 $1,025.00 $ 1,144,925.00 $ 560.50 $ 626,078.50 $852.69 $ 952,454.T3 93".16 $ T19,526.T2 $1,001.00 $ 1,118,117.00 Fumish and Install 2-Split Steel F10 Encasement LF 18 $750.00 $13,500.00 $789.00 $ 14,202.00 $ 1,723.37 $ 31,020.66 $468.71 $ 8,436.78 $1,058.50 $ 19,053.00 $881.00 $ 15,858.00 F11 Trench Sal and Support LF 12,938 $5.00 $60,190.00 $3.00 $ 36,114.00 $ 29.50 $ 366,121.00 $4.54 $ 54,652.52 $1.16 $ 13,964... $16.00 $ 192,608.00 Fumish and Install2"Air Release Valve Ty.I F12 Includin Manholes EA 3 $15,000.00 $45,000.00 $15,463.00 $ 46,389.00 $ 16,201.40 $ 48,604.20 $132,571.74 $ 397,715.22 $13,185.55 $ 39,556.% $23,918.00 $ 71,754.00 Fumish and Install 2'Air Release Valve Ty. F13 Il Includin Manholes EA 7 $17000.00 $119000.00 $16,141.00 $ 112,987.00 $ 17,201.83 $ 120,412.81 $51,317.66 $ 429,223.62 $16,268.29 $ 113,878.W $27,110.00 $ 189,70.00 F14 Fumish and Install 4"Gate Valve EA 1 $5,000.00 $5,000.00 $1,432.00 $ 1,432.00 $ 1,135.16 $ 1,135.16 $1,241.70 $ 1,241.70 $2,06.07 $ 2,06707 $2,168.00 $ 2,168.00 F1S Fumish and Install 6"Gate Valve to 2 $7,000.00 $14,000.00 $1,726.00 $ 3,452.00 $ 1,361.72 $ 2,723.44 $1,469.52 $ 2,939.04 $2,32A.55 $ 4,649.10 $2,428.00 $ 4,856.00 F16 Fumish and Install 8"Gate Valve EA 5 $8500.00 $42500.00 $2,365.00 $ 11:825.00 $ 1,990.66 $ 9,953.30 $2,225.61 $ 11,128.05 $3,3123 $ 16,T31.15 $3,419.00 $ 17,095.00 F17 Fumish and Install 10"Gate Valve EA 2 $10500.00 $21000.00 $3,596.00 $ T,192.00 $ 3,.4.4: $ 6,128.92 $3,258.05 $ 6,516.10 $4,392.78 $ B,785.56 $4,T96.00 $ 9,592.00 F18 Fumish and Install 12"Gate Valve EA 11 $11,500.00 $126,500.00 $4,463.00 $ 48,983.00 $ 3,750.63 $ 41,256.93 $4,133.89 $ 45,472.79 $5,384.28 $ 59,227.08 $5,635.00 $ 61,985.00 Fumish and Install Double Offset 16" F19 B"en Valve EA 22 $20000.00 $440000.00 $17,650.00 $ 388,300.00 $ 17,733.04 $ 390,126.88 $15,983.51 $ 351,63T.22 $16,870.95 $ 371,160.90 $16,841.00 $ 3T0,502.00 Fumish and Install Double Offset 20" F20 Butterfl Valve EA 2 $25000.00 $50000.00 $27,350.00 $ 54,700.00 $ 25,488.00 $ 50,976.00 $20,861.05 $ 41,T22.10 $22,060.40 $ 44,120.80 $23,891.00 $ 47,782.00 pw1 of3 TABULATION OF BIDS PROCUREMENT-Clry OF CORPUS CHRISTI,TEXAS TABULATED By: Garver DESIGN ENGINEER:Wade P.Parks,PE,CFM,Garver BID DATE:Fritlay August 14 2025 RFB 11112 Garver.Opinon of Probable Guerra Ungergrountl,LLC Clark Pipeline Services Gerke Excavating MS Utilities JHar C..p.onstruction Construction Cost Company,LLC PROJECT NO.23021:S..d Dollar Connection Line 16-in(Coral Vine) W N.Shoreline Suite 610 9810 FM 969 820 McBride Ln 15341 State Highway 131 10038 John Rd Po BOX60089 BASE BID Corpus Christi,TX]8401 Au stin,TX 78724 Corp,s Christi,TX 78408 Tomah,WI 54660 Boeme,TX 78006 Corpus Christi,TX 78466 ITEM DESCRIPTION UNIT Dry UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT Rehab.E Ati,g 16"Diam.AC Transmission Main Via Pressure Rated CIPP Liner With All F21 A ,rtenanc.s LF 4586 $475.00 $2,178,350.00 $452.00 $ 2,072,872.00 $ 871.52 $ 3,996,790.72 $8]].67 $ 4,024,994.62 $184.85 $ 3,599,322.10 $862.00 $ 3,953,132.00 112 Pr9CCTV InseQion LF 4586 $5.00 $22,930.00 $14.00 $ 64,204.00 $ 41.30 $ 189,401.80 $15.75 $ 72,229.60 $1.45 $ 5,649- $12.10 $ 55,490.60 F23 C.....ton to Existing 4"Water Line EA 1 $4000.00 $4000.00 $3,88.00 $ 3,888.01 $ 1,218.55 $ 1,218.55 $1,547.06 $ 1,547..: $4,1]0.42 $ 4,1]0.42 $6,563.00 $ 6,563.00 F24 C.....ton to Existing 6'Water Line EA 4 $4000.00 $16000.00 $4,07.00 $ 16,308.00 $ 1,518.2] $ 6,0]3.08 $3,019.97 $ 12,079.88 $5,17 6.43 $ 20,]O5.]2 $],582.00 $ 30,328.00 F25 C.....ton to Existing 8"Water Line EA 3 $5,000.00 $15,000.00 $8,763.00 $ 26,289.00 $ 1,742.47 $ 5,227.41 $3,501.]] $ 10,505.31 $5,]95.]4 $ 1],38].22 $8,109.00 $ 24,327.00 F26 Con necLon[o Exis[in 10"Water Line EA 2 $5,000.00 $10,000.00 $5,593.00 $ 11,180.00 $ 2,03-7 $ 4,169.34 $4,247.57 $ 8,495.14 $10,303.30 $ 20,606.60 $8,932.00 $ 1],864.00 F2] Connecton[o Existing 12"Water Line EA 5 $7500.00 $37500.00 $7,140.00 $ 35,700.00 $ 2,826.10 $ 14,130.50 $5,170.53 $ 25,852.65 $10,812.]] $ 54,063.85 $11,569.00 $ 57,845.00 F28 C.....ton to Existing 16"Water Line EA 2 $8000.00 $16000.00 $8,316.00 $ 16,632.00 $ 4,2]8.68 $ 8,557.36 $7,762.53 $ 15,525.06 $12,522.05 $ 25,044.10 $15,117.00 $ 30,234.00 F29 C.....ton to Existing 20"Water Line EA 2 $15,000.00 $30,000.00 $13,641.00 $ 27,282.00 $ 7,428.10 $ 14,856.20 $10,103.44 $ 20,206.88 $13,602.15 $ 27,204.30 $18,695.00 $ 37,390.00 FJO Connecton[o Exis[in 30"Water Line EA 2 $20,000.00 $40,000.00 $27,244.0. $ 54,488.00 $ 23,517.4. $ 47,034.80 $17,798.29 $ 35,596.58 $16,506.70 $ 33,013.40 $21,715.00 $ 43,430.00 F31 C.... o.to Existing Water Line Service EA 14 $5000.00 $70000.00 $1,]98.00 $ 25,172.00 $ 3,147.06 $ 44,058.84 $5,291.41 $ 74,079.74 $4,417.91 $ 61,850.74 $3,750.00 $ 52,500.00 F32 F-ish and Install FIIbn s LS 1 $103400.00 $103400.00 $19],362.00 $ 19],362.00 $ 259,]18.00 $ 259,718.00 $197,812.96 $ 197,812.96 $207,316.99 $ 207,316.99 $287,614.00 $ 287,614.00 F33 F,mishand Install Fire Hydrant Assembly EA 15 $10,000.00 $150,000.00 $8,563.00 $ 128,445.00 $ 5,605.00 $ 84,075.00 $7,412.68 $ 111,190.20 $9,1 W.66 $ 137,259.90 $10,882.00 $ 163,230.00 114 Removean d SalvaeExisOn Fi,,HdrantA EA 12 $500.00 $6,000.00 $756.00 $ 9,UI2.00 $ 1,3T/.50 $ 15,930.00 $1,388.68 $ W,664.16 $1,230.]6 $ 14,]69.12 $3,182.00 $ 38,184.00 F35 Bollards for Fire HydrantI EA I 45 $50.00 1 $2250.00 $946.00 1$ 42,570.00 $ 980.58 1$ 44,126.10 $985.62 1$ 44,352.90 $2,28).35 1$ 103,020.75 $1,756.00 $ 79,020.00 F36 Remove and Dispose of Cast l Ton&Ductile lr LF 3,804 $10.00 $38040.00 $15.00 $ 57,060.00 $ 45.23 $ 172,054.92 $6.98 $ 26:111.92 $10.29 $ 39,143.16 $25.50 $ 97,002.00 F37 Remove and Dispose of Asbestos Cement W LF 4 246 $50.00 $212,300.00 $18.00 $ 76,428.00 $ 46.41 $ 197,056.86 $8.06 $ 34,222.]6 $29.69 $ 126,063.74 $38.00 $ 161,348.00 118 Abandon Existin Water Line LF 1,"1 $50.00 $87,850.00 $13.00 $ 22,841.00 $ 33.43 $ 58,]36.51 $18.00 $ 31,626.00 $23.96 $ 42,097.72 $40.00 $ ]0,280.00 F39 Remove and Replace Existing sigh EA 18 $500.00 $9,000.00 $325.00 $ 5,850.00 $ 1,298.00 $ 23,364.00 $293.18 $ 5,2]].24 $913.41 $ 16,441.38 $850.00 $ 15,300.00 WO All owance for Commodores Crossing AL 1 $100000.00 $100000.00 $1001000.00 $ 100,000.00 $ 100,000.00 $ 100,000.00 $100,000.00 $ 100,000.00 $1001000.00 $ 100,000.00 $100,000.00 $ 100,000.00 Allowance for UnanOcipa[ed Water W1 A ro men6MANDATORV AL 1 $1,000,000.00 $1,000,000.00 $1,000,000.00 $ 1,000,000.00 $1,000,000.00 $ 1,000,000.00 $1,000,000.00 $ 1,000,000.00 $1,000,000.00 $ 1,000,000.00 $1,000,000.00 $ 1,000,000.00 SUBTOTAL PART F-STORM WATER IMPROVEMENTS(Items F1 thru F41): $8,475,685.00 $ 8,292,676.00 $10,333,553.30 $10,727,182.26 $10,631,971.39 $10,639,723.60 Part G-WASTEWATER IMPROVEMENTS Furnish and InsLll 16"Dia.PVC DR 25 G1 Pressure Rated Sanitary Sewer Line LF 40 $180.00 $],200.00 $ 3414.01 $ 12,160.00 $ 463.29 $ 18,531.60 $ 281.44 $ 11:25].60 $ 1,084.22 $ 43,368.80 $ 2,]48.00 $ 1.9,920.00 G2 Sewer Line LF 40 $30.00 $1,200.00 $ 43.00 $ 1,]20.00 $ 239.84 $ 9,593.60 $ 203.]3 $ 8,149.2. $ 28.22 $ 1,128.80 $ 100.00 $ 4,000.00 SUBTOTAL PART G-WATER IMPROVEMENTS(Items G1 thru 32): $8,400.00 $ 13,880.00 $ 28,125.20 $ 19,406.80 $ 44,497.60 $ 113,920.00 SUBTOTAL: $9,833,000.00 $ 8,997,924.00 $11,599,891.46 $11,412,193.95 $11,888,150.49 $12,152,005.60 10%CONT. $ 980,300.00 TOTAL BASE BID $10,790,000.00 $ 8,997,924.00 $ 11,599,891.46 $ 11,412,193.95 $ 11,888,150.49 $ 12,152,005.60 Part H-ADDITIVE ALTERNATE NO.1 Rehab.E:isOng 16"Diam.ACTransmissi on Main Via Inserted Reinforced Hose System H1 B,I letli n er LF 4586 $850.00 $3,898,100.00 $ B96.00 $ 4,109,056.00 $ 805.90 $ 3,695,857.40 $ 1,060.64 $ 4,864,095.04 $ ]20.51 $ 3,304,258.86 $ 1,061.00 $ 4,865,746.00 Rehab.ERAt g 16"Diam.AC Transmission Main Via Pressure Rated CIPP Liner Ded,ct H2 Item F21 LF 4586 $475.00 $2,178,350.00 $ 452.0. $ 2,0]2,8]2.00 $ 871.52 $ 3,996,]90.]2 $ 877.67 $ 4,024,994.62 $ 184S5 $ 3,599,322.10 $ 862.00 $ 3,953,132.00 SUBTOTAL PART H-ADDITIVE ALTERNATE NO.1(Items H1 thru H2): $1,719,750.00 $ 2,036,184.00 $ (300,933.32) $ 839,100.42 $ (295,063.24) $ 912,614.00 SUBTOTAL: $11,523,000.00 $11,034,108.00 $11,298,958.14 $12,251,294.37 $11,593,087.25 $13,064,619.60 10%CONT. $1,152,300.00 TOTAL ALTERNATE BID NO.1 $12,680,000.00 $ 11,034,108.00 $ 11,298,958.14 $ 12,251,294.37 $ 11,593,087.25 $ 13,064,619.60 Part II-ADDITIVE ALTERNATE N0.2 Rehab.ExisLng 16"Diam.AC Transmission Main Via Close Tolerance Pipe Sl,mfirtion (GYPS)with F,sible PVC(FPVC) 11 LF 4586 $895.00 $4,104,470.00 $ 670.00 $ 3,072,620.00 $ 605.30 $ 2,]]5,905.80 $ 658.21 $ 3,018,551.06 $ 485.37 $ 2,225,906.82 $ 810.00 $ 3,]14,660.00 P. ]of8 TABULATION OF BIDS PROCUREMENT-CITY OF CORPUS CHRISTI,TEXAS TABULATED BY: Garver DESIGN ENGINEER:W.d.P.Parks,PE,CFM,Garver BID DATE:Frid y,August 14 2025 RFB 11112 Garver.Opinon of Probable Guerra Ungergrountl,LLC Clark Pipeline Services Gerke Excavating MS Utilities JHar C..p.onstruction Construction Cost Company,LLC PROJECT NO.23021:S.dd Dollar Connection Line 16-in(Coral Vine) W N.Shoreline Suite 610 9810 FM 969 820 MCBnde Ln 15341 State Highway 131 10038 John Rd Po BOX60089 BASE BID Corpus Christi,TX]8401 Austin,TX78724 DR,s Christi,TX 78408 Tomah,W154660 Boeme,TX 78006 Corpus Christi,TX78466 ITEM DESCRIPTION UNIT Dry UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNITPRICE AMOUNT UNIT PRICE I AMOUNT UNITPRICE AMOUNT UNIT PRICE AMOUNT Rehab.Existing 16"Diam.ACTransmission Main Via Pressure Rated CIPP Liner Dedu ct 12 Item F21 LF 4586 $475.00 $2,178,350.00 $ 452.00 $ 2,072,872.00 $ 871.52 $ 3,996,790.72 $ 877.67 $ 4,024,994.62 $ 184.85 $ 3,599,322.10 $ 862.00 $ 3,953,132.00 SUBTOTAL PART -ADDITIVE ALTERNATE NO.2(Items 11 thru 12): $1,926,120.00 $ 999,]48.00 $ (1,220,884.92) $ (1,006,443.56) $ (1,3]3,415.28) $ (238,472.00) SUBTOTAL: $11,]30,000.00 $ 9,99],6]2.00 $10,3]9,006.54 $10,405,]50.39 $10,514,]35.21 $11,913,533.60 10%CONT. $1,173,000.00 TOTALALTERNATE BID NO.2 1 $12,910,000.00 $ 9,997,672.00 $ 10,379,006.54 $ 10,405,750.39 $ 10,514,735.21 $ 11,913,533.60 --Notes regerding eny bidder deemed Non Responsive or NonReaponaibid-- V33e 3 of 3 FY 26 thru FY 28 Capital Improvement Plan Project Pages Corpus Christi, Texas 3 11 Project# 23021 Project Name Sand Dollar Connection Line 16-inch(Coral Vine) Contact Director of Corpus Christi Water Department Water Type Improvement/Additions Category Water Distribution Priority Priority Level 2 Status Active Useful Life 40 years Council District 4 Description This project is designed to extend an existing 16"water line from White Cap to the Coral Vine elevated storage tank and implement water interconnections as needed.This infrastructure will allow the Sand Dollar pump station to more easily control operation of the elevated storage tank on Padre Island and provide adequate supply for the anticipated growth.The project scope includes design and installation of a redundant 20" waterline from the Sand Dollar Pump Station to the distribution system. justification Strengthening of the distribution system is crucial to ensure normal operations and a reliable water supply to Padre Island. Expenditures Prior FY 26 FY 27 FY 28 Total Construction/Rehab 4,500,000 7,930,000 0 0 12,430,000 Eng,Admin Reimbursements 330,000 500,000 0 0 830,000 Design 800,000 0 0 0 800,000 Total 5,630,000 8,430,000 0 0 14,060,000 Funding Sources Prior FY 26 FY 27 FY 28 Total Revenue Bonds 5,630,000 8,430,000 0 0 14,060,000 Total 5,630,000 8,430,000 0 0 14,060,000 Budget Impact The implementation of this project should provide resiliency in the system as well as allow for increased growth on Padre Island. 339 EXHIBIT A SCOPE OF SERVICES CITY OF CORPUS CHRISTI, TEXAS SAND DOLLAR CONNECTION LINE 16" (CORAL VINE) AMENDMENT NO. 2 PROJECT 23021 BACKGROUND The City of Corpus Christi (City) has awarded Garver project 23021, known as the Sand Dollar Connection Line 16" (Coral Vine). This project involved the design of approximately 11,000 linear feet of 16-inch diameter water line from Whitecap Blvd. to the Coral-Vine EST, the design of a new redundant 20-inch pipeline from the Sand Dollar PS connecting across South Padre Island Drive(SPID) also known as Park Road 22, at approx. 14237 SPID. Additionally, Garver was to perform a hydraulic assessment of the impacts of the improvements on existing and future demands. Included in this assessment, was approximately 1,500 ft of pipeline extending South towards Commodores St. In total, an additional 8,500 linear feet of pipeline design were added to the original approximate 11,000 linear feet of pipeline design. Amendment No. 1 addressed the design of the additional pipeline by utilizing all of the funds associated with construction phase services and SUE services, with the understanding a contract amendment (No.2) would be required to re-fund the construction phase services budget and that the city would be responsible for all SUE work. In order to perform construction phase services, an additional amendment (Amendment No. 2) is required. Amendment No. 2 shall account for the construction phase effort associated with the original approximate 11,000 linear feet of pipeline work, as well as the additional construction phase effort associated with the additional approximate 8,500 linear feet of pipeline. Additionally, Amendment No. 2 shall account for additional fees from the Geotechnical sub-consultant as required to complete the geotechnical borings and analysis. 1. SCOPE OF WORK The scope of services for this contract includes the Construction Phase Services, along with the additional services outlined below. A. BASIC SERVICES -COMPLETED B.ADDITIONAL SERVICES (ALLOWANCE) This section defines the scope and ALLOWANCE for compensation for additional services that may be included as part of this contract, but the A/E will not begin work on this section without specific written approval by the Director of Engineering Services. Fees for Additional Services are an allowance for potential services to be provided and will be negotiated by the Director of Engineering Services as required. The A/E will, with written authorization by the Director of Engineering Services, do the following: 1. Geotechnical Investigation. a. Locate borings and incorporate approximate site elevations. b. Conduct investigations in areas where suspected utility conflicts exist prior to boring. c. Drill borings to obtain samples. Five (5) samples will be obtained in the upper 10 feet of d. each boring and an additional sample every 5 feet thereafter. e. Backfill borings and patch pavement upon completion. Exhibit A- Scope of Services 1 of 4 Project No. 23021 Sand Dollar Connection Line 16" (Coral Vine)Amendment No. 2 f. Conduct laboratory testing on samples. Testing shall include the following but additional testing might be needed depending on soil conditions: i. Water content ii. Atterberg limits iii. #200 Sieve iv. Corrosion Test V. USCS Soil Classification g. Prepare and submit a Draft Geotechnical Report. It shall include the following: i. Boring logs with field and laboratory data; ii. Stratification based on visual soil classification; iii. Groundwater levels observed during and after the completion of drilling; iv. Site location and exploration plans; V. Subsurface exploration procedures; vi. Description of subsurface conditions; vii. Open trench and trenchless excavation recommendation including OSHA discussions; viii. Lateral earth pressure recommendations; a. Backfill recommendations and; b. General pavement recommendations. h. Conduct QA/QC of the Geotechnical Report based on Project Management Plan. i. Engineer will resolve and incorporate comments into the Final Geotechnical Report in electronic format (PDF). 2. Construction Phase. The Engineer will perform contract administration to include the following: a. Participate in pre-construction meeting conference and provide a recommended agenda for the preconstruction meeting highlighting critical construction activities and elements impacting the project. b. Review up to 30 submittals for conformance to contract documents including shop and working drawings, materials, and other submittals. c. Review field and laboratory tests. d. Provide interpretations and clarifications of the contract documents for the contractor and authorize required changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. Review and respond to 30 RFIs to be reviewed throughout the construction phase. e. Attend up to 6 site visits to the site of the Project to confer with the City project inspector and contractor to observe the general progress and quality of work, and to determine, in general, if the work is being done in accordance with the contract documents. This will not be confused with the project representative observation or continuous monitoring of the progress of construction. Exhibit A- Scope of Services 2 of 4 Project No. 23021 Sand Dollar Connection Line 16" (Coral Vine)Amendment No. 2 f. Prepare up to 2 change orders as authorized by the City(coordinate with the City's construction division); provide interpretations and clarifications of the plans and specifications for the contractor and authorize minor changes which do not affect the contractor's price and are not contrary to the general interest of the City under the contract. g. Attend bi-weekly progress meetings that are set up and facilitated by the City inspector, for up to 14 consecutive months, and provide meeting minutes for each meeting. h. Attend substantial completion inspection and final completion inspection. Provide punch list items to the City project inspector for Contractor completion. i. Review construction "red-line"drawings, prepare record drawings of the Project as constructed (from the "red-line" drawings, inspection, and the contractor provided plans) and deliver to the Engineering Services a reproducible set and electronic file(AutoCAD r.14 or later)of the record drawings within one month of receiving the Contractors red-line drawings. All drawings will be CADD drawn using dwg format in AutoCAD, and graphics data will be in dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The City staff will: a. Prepare applications/estimates for payments to contractor. b. Conduct the final acceptance inspection with the Engineer. 3. FEES B. Fee for Additional Services (ALLOWANCE). For services authorized by the Director of Engineering Services under Section I.B. "Additional Services"the City will pay the A/E a not-to-exceed fee as per the table below. Exhibit A- Scope of Services 3 of 4 Project No. 23021 Sand Dollar Connection Line 16" (Coral Vine)Amendment No. 2 C. Summary of Fees Original Amendment Amendment Total Contract No. 1 No 2. Contract Fee FEES FOR BASIC SERVICES fee 1. Preliminary Engineering $94,248.00 $0.00 $0.00 $94,248.00 2. Hydraulic Capacity Technical Memorandum $50,184.00 $0.00 $0.00 $50,184.00 3. 60% Design Phase $144,499.00 $0.00 $0.00 $144,499.00 4. 90% Detailed Design $108,879.00 $59,002.00 $0.00 $167,881.00 5. 100%and Bid Ready Design $70,844.00 $32,838.00 $0.00 $103,682.00 6. Bid Phase $12,706.00 $4,628.00 $0.00 $17,334.00 Subtotal Basic Services Fees $481,360.00 $96,468.00 $0.00 $677,828.00 FEES FOR ADDITIONAL SERVICES(ALLOWANCE) 1. Permit Preparation(as applicable) a. .TxDOT Permits/Amendments b. Wetland delineation and Permit C. Texas Commission of Environmental Quality(TCEQ)Permits/Amendments d. Nueces County e. Texas Historical Commission(THC) f. United States Environmental Protection Agency(USEPA) Total Permitting $20,000.00 $3,532.00 $0.00 $23,532.00 2. ROW Acquisition Survey $20,000.00 $0.00 $0.00 $20,000.00 3.Topographic Survey $20,600.00 $0.00 $0.00 $20,600.00 4. Environmental Issues $7,500.00 $0.00 $0.00 $7,500.00 5. Geotechnical Investigation $30,000.00 $0.00 $20,820.00 $50,820.00 6. Subsurface Utility Engineering $20,000.00 -$20,000.00 $0.00 $0.00 7.Warranty Phase $4,500.00 $0.00 $0.00 $4,500.00 8. Construction Phase(Time and Materials) $80,000.00 -$80,000.00 $180,205.00 $180,205.00 Sub-Total Additional Services Fees Authorized $202,600.00 $96,468.00 $201,026.00 $307,167.00 Total Authorized Fee $683,960.00 $0.00 $201,026.00 $884,986.00 Exhibit A- Scope of Services 4 of 4 Project No. 23021 Sand Dollar Connection Line 16" (Coral Vine)Amendment No. 2 Exhibit B-Manhour Breakdown for Amendment No.2 City of Corpus Christi Sand Dollar Connection Line 16"(Coral Vine) Technical Senior PM Projec[Manager Senior Pre- Project Graduate CAD Advisor Erg Engineer Engineer WORK TASK DESCRIPTION E-T E-6 E-5 E-4 E-2 E-1 D2 GARNER LABOR GARNER SUBCONSULTANT GARVER MARKUP GARVER SU&W TOTAL OV ON SUBS TOTAL TOTAL $448 $331 $2T0 $221 $15] $136 $144 Terrecon hr hr hr hr hr hr. hr. 10% Additional Services Section 1. TASK5-Geotechnical Investigation Geotechnical analye-iith up to 21 borings $0 $16200 $4,620 $4,620 $16,200 $20,820 Subtotal-TASK5-Geotechnical Investigation 0 0 0 0 0 0 0 $0 $0 $16,200 $4,620 $4,620 $16,200 $20,820 2. TASKS-ConstructionPhase Services(Time&Materials) a..Attend Pre Constru Rion Meeting 4 8 8 $4104 $0 $4,104 $0 $4,104 b.Review Shop Drawings and Submittals(up to 30) 8 48 59 88 $43399 $0 $43399 $0 $43,399 c.Reviewfield and laboratory tests 2 4 $1,070 $0 $1,070 $0 $1,070 d.Respondto RF1's up to 30 16 30 69 93 $45,118 $0 $45,118 $0 $45118 e.Site Visits up to 6 12 24 24 $12312 $0 $12312 $0 $12312 f.Prepare up to two Change Order Requests 6 8 12 24 $11 268 $0 $11 268 $0 $11,268 a Bi-Weekly Progress Meetings for 14 months,Minutes 6 28 56 56 $31,416 $0 $31,416 $0 $31,416 h.Substantial and Final Completion Walk throughs 8 T 16 16 $13952 $0 $13952 $0 $13,952 i.As built drawings 32 32 38 $17566 $0 1 $17566 $0 $17,566 $0 $0 1 $0 1 $0 $0 Subtotal-TASKB-Construction Phase Services(Time&Materials) 44 0 146 1 278 345 1 0 38 $180,205 1 $01 $0 1 $0 1 $180,205 1 $0 $180,M5 Subtotal-Additional Services Section 44 0 146 278 345 0 38 $180,205 $0 $16,200 $4,620 $184,825 $16,200 1 $201,025 Project Totals 44 0 146 278 345 0 38 $180,205 $0 $16,200 $4,620 $184,825 $16,200 $201,025 Project Totals(Cost) $19,712.00 $0.00 $39,420.00 $61,438.00 $14,161.00 $0.00 $5,470.10 Note:The amount of$4,620 is based on Terracon's total fee of$46,200. The amount of$16,200 is the additional amount of Terracon's fee over the$30,000 in Garver's original contract. PROFESSIONAL SERVICES AGREEMENT FOR SUBCONSULTANT PROFESSIONAL SERVICES Terracon Consultants, Inc. Project No. 22WO9330 THIS AGREEMENT FOR SUBCONSULTANT PROFESSIONAL SERVICES ("Agreement") is made this February 24, 2025 (the "Effective Date") by and between GARVER, LLC, (hereinafter referred to as "Garver") and Terracon Consultants, Inc. (hereinafter referred to as "Subconsultant"). Subconsultant and Garver may individually be referred to hereinafter as a "Party" and/or "Parties" respectively. RECITALS WHEREAS, Garver has entered into an agreement with the City of Corpus Christi, TX("Owner")fully executed on November 20th, 2023 (hereinafter referred to as "Prime Agreement") which provides for Garver and/or its subconsultants to perform professional services described therein ("Project"). WHEREAS, Garver hereby engages Subconsultant to perform specific services for Garver in connection with said Project in accordance with the terms and conditions of this Agreement. WHEREAS, Subconsultant agrees to provide those specified services related to the Project as further set forth herein. NOW THEREFORE, in consideration of the mutual covenants herein contained and other good and valuable consideration,the receipt and adequacy of which are hereby acknowledged,the Parties agree as follows: 1. DEFINITIONS In addition to other defined terms used throughout this Agreement,when used herein,the following capitalized terms have the meaning specified in this Section. "Damages"means any and all suits, claims,damages, liabilities,or costs(including reasonable attorneys' fees and court costs) recoverable under applicable law. "Personnel" means affiliates, directors, officials, officers, partners, members, employees, and agents. 2. SCOPE OF SERVICES 2.1.Services. Garver hereby engages Subconsultant to perform the scope of service more fully described in Exhibit A attached hereto (the "Services"). The Subconsultant's General Terms and Conditions (or any similar document) provided in the Subconsultant's referenced proposal are expressly rejected. Execution of this Agreement by Garver constitutes Garver's written authorization to proceed with the Services in accordance with the terms of this Agreement. 2.2.Time of Performance. Time is of the essence. Subconsultant shall perform and complete its obligations under this Agreement in a prompt and continuous manner so as to not delay the Services for the Project, in accordance with the approved schedules. Requirements for the Subconsultant's time of performance are set forth in Exhibit A, subject to any shorter period for performance of the same set forth in the Prime Agreement. Notwithstanding anything Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 1 of 16 Garver Project No. 22WO9330 herein to the contrary,this Agreement is contingent upon the Prime Agreement being executed and will be terminated upon termination of the Prime Agreement. 2.3.Incorporation by Reference. The provisions of the Prime Agreement, expressly including Exhibit D, Excerpt from Form 00 72 00 General Conditions for Construction Projects related to design services, are hereby incorporated by reference and provided in Exhibit B. Subconsultant agrees it has read and understood the terms and conditions of the Prime Agreement. To the extent applicable to Subconsultant's Services, Subconsultant shall be bound to observe all the terms and conditions of the Prime Agreement to the same extent as Garver.Any provision in the Prime Agreement that requires consent of the Owner shall be deemed to require the consent of Garver. In the event of conflict of terms between the Prime Agreement and this Agreement, the more stringent requirement upon Subconsultant shall apply. 3. PAYMENT 3.1.Fee. For the proper performance of Services described herein, except as otherwise agreed to in writing by Garver and the Subconsultant, Garver will pay Subconsultant in accordance with this Section 3 and Exhibit A. 3.2.Invoicing Statements. Subconsultant shall invoice Garver on a monthly basis. Such invoice shall include supporting documentation reasonably necessary for Garver to know with reasonable certainty the proportion of Services accomplished, including the project number and project title on each invoice.All Subconsultant invoices must be received ten (10)calendar days prior to the last Friday of the month to be included in Garver's invoice to the Owner for that month. 3.3.Payment.As a condition precedent to Garver's obligation to make payment hereunder or issue a notice to proceed, Subconsultant shall have issued, and Garver shall have received, a Certificate of Insurance meeting the requirements of Section 7. Payment to the Subconsultant will be made within ten (10) days of Garver receiving payment from the Owner for the Subconsultant's Services included in each invoice, unless Garver otherwise withholds payment. Garver shall have no obligation to pay Subconsultant for Services represented by invoices received more than sixty(60)days after the billing period when the Services occurred. 3.4.Garver may withhold compensation to such extent as may be necessary, in Garver's opinion, to protect Garver from damage or loss for which Subconsultant is responsible, because of: delays in the performance of Subconsultant's Services; failure of Subconsultant to make payments to sub-subconsultants or vendors for labor, materials, or equipment; damage to Garver; or persistent failure by Subconsultant to carry out the performance of its Services in accordance with this Agreement. When the aforementioned reasons for withholding are removed or remedied by Subconsultant, compensation of the amount withheld shall be made within forty (40) days. Garver shall not be deemed in default by reason of withholding compensation as provided under this Agreement. 4. AMENDMENTS 4.1.Amendments. The terms of this Agreement may be modified by written amendment if Garver determines there is a significant change in the scope, complexity, or character of the Services or the schedule for performing the Services. In the event Subconsultant is aware any of the factors listed above would be impacted by such an authorized change in Services, and as soon as reasonably possible, Subconsultant shall forward a formal Amendment to Garver with backup supporting the Amendment. All Amendments should include, to the extent known and Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 2 of 16 Garver Project No. 22W09330 available under the circumstances, documentation sufficient to enable Garver to determine: (i)the factors necessitating the possibility of a change; (ii)the impact which the change is likely to have on the cost to perform the Services; and (iii) the impact which the change is likely to have on the schedule. For additional services outside the scope of Services described herein, the Subconsultant and Garver agree to negotiate the fees and related time extensions, if required, in accordance with any limitations set forth in the Prime Agreement prior to start of the additional services. Changes or modifications will not be binding unless and until approved and executed in writing by Garver. Additional services completed without a mutually agreed upon Amendment shall be deemed part of the existing, authorized Services and fees. 5. GARVER'S RESPONSIBILITIES 5.1.Garver's responsibilities shall include the following: 5.1.1.Reviewing documents presented by the Subconsultant and informing the Subconsultant of all decisions within a reasonable time so as not to delay the Services of the Subconsultant. 5.1.2.Furnishing the Subconsultant such plans and records of construction and operation of existing facilities, available aerial photography, reports, or copies of the same, related to or bearing on the proposed work as may be in the possession of Garver. Such documents or data will be returned upon completion of the Services or at the request of Garver. Subconsultant shall be entitled to rely upon Owner-provided information to the same extent Garver may rely upon Owner provided information pursuant to the Prime Agreement. 5.1.3.Giving prompt written notice to the Subconsultant whenever Garver observes or otherwise becomes aware of any defect in the Project or other events which may substantially alter the Subconsultant's performance under this Agreement. 6. GENERAL REQUIREMENTS 6.1.Standards of Performance. 6.1.1.Industry Practice. Subconsultant shall perform any and all Services required herein or which would normally be required by law or common due diligence in accordance with the professional skill and care ordinarily provided by competent licensed professionals and generally accepted practices and standards employed by the applicable United States professional services industries practicing under similar conditions and professional license, and performed as expeditiously as is prudent in accordance with the standards stated herein. Subconsultant shall be represented by personnel with appropriate licensure, registration and/or certifications. Notwithstanding the foregoing, in the event a more stringent practice and/or standard is required by the Prime Agreement, the more stringent requirement takes precedence. 6.1.2.Garver shall not be responsible for discovering deficiencies in Subconsultant's Services. Subconsultant shall promptly correct deficiencies, as well as resulting Damages, as part of the existing, authorized fees without the need for an Amendment. 6.1.3.Subconsultant shall immediately provide notice to Garver when Subconsultant observes or otherwise becomes aware of any defect in the Project or other events which may substantially alter the Subconsultant's performance under this Agreement. Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 3 of 16 Garver Project No. 22W09330 6.1.4.0n-site Services. Subconsultant and its representatives shall comply with the Project specific safety programs, and any applicable survey requirements, associated with the site. Subconsultant shall ensure it has a copy of the foregoing prior to performing on-site Services and shall abide by the same. 6.1.5.Quality Assurance and Control Plan. The Subconsultant shall establish and maintain a quality assurance plan that ensures the Subconsultant's Services meet the requirements set forth in Section 6.1.1. The Subconsultant shall submit a copy of their quality assurance plan to Garver prior to commencing performance of the Services. Garver reserves the right to review, comment, and require a resubmission of the quality assurance plan.The Services shall be performed in conformity with the quality assurance plan. In addition to the requirements set forth above, Garver may require Subconsultant to follow Garver's quality assurance plan, including any and all related checklists, etc. Neither the submission nor acceptance of the quality assurance plan by Garver, or the request to add to such plan,shall relieve the Subconsultant of its full liability for any errors, omissions, or other deficiencies in the Services. 6.1.6.To the extent Subconsultant's Services include providing an opinion of probable construction cost, Subconsultant will be held to the same accuracy range included in Section 2(A) of the Scope of Services in the Prime Agreement. 6.2.Instruments of Service. 6.2.1.Deliverables.All reports, contract documents (specifications and plans), record drawings, models, submittal data, data and all other information produced, provided by Subconsultant or its lower-tier consultants and vendors (the "Deliverables"), shall become the property of Garver subject to the terms and conditions stated herein. Deliverables that do not meet Garver's standard may be rejected, and Subconsultant will not be compensated for having to resubmit documents. Subconsultant will furnish to Garver copies of electronic media, including CADD files,to the extent included as part of the Services. In the event of an inconsistency or conflict in the content between the Deliverables and the electronic media, however, the Deliverables shall take precedence over the electronic media. 6.2.2.Property Rights. All underlying property rights of a Party, including copyright, patent, and reuse ("Intellectual Property"), shall remain the Intellectual Property of that Party. Notwithstanding the foregoing, Subconsultant hereby agrees to grant ownership to Owner of the Intellectual Property to the extent required under the Prime Agreement. Subconsultant shall obtain all necessary Intellectual Property from any necessary third parties in order to execute the Services. 6.2.3.License. Subconsultant hereby grants Garver and Owner a license to use Subconsultant's Intellectual Property, but only in the operation and maintenance of the Services for which it was provided. 6.3.Confidentiality. Subconsultant shall consider all information provided by Garver to be confidential information. Except as legally required, and only with written notice to Garver, confidential information shall not be discussed with or transmitted to any third parties, except on a "need to know basis"with equal or greater confidentiality protection. Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 4 of 16 Garver Project No. 22W09330 7. INSURANCE 7.1.1 nsurance. 7.1.1.Subconsultant shall procure and maintain in force for the life of this Agreement, the following minimum schedule of insurance: 7.1.2.Workers' Compensation and Employers Liability Insurance. Workers' Compensation and Employers Liability Insurance, in accordance with applicable law. If Subconsultant or any employee is not subject to the workers' compensation laws of the governing state, Subconsultant shall notify Garver, and Subconsultant shall obtain such insurance to the same extent as though the employer and employee were subject to the workers' compensation laws. The Employers Liability insurance shall not be less than $1,000,000 each accident, $1,000,000 each employee by disease, $1,000,000 disease policy limit or such higher limits as required by the Prime Agreement. Endorsements for USL&H (Longshoreman) and Marine insurance coverages shall be provided if relevant to the Services. 7.1.3.Commercial General Liability (CGL). CGL, on an occurrence form at least as broad as an unmodified current ISO edition of CG 00 01, covering liability arising out of all locations and operations of Subconsultant, for personal injury, bodily injury, mental anguish and property damage, including contractual liability coverage covering Subconsultant's indemnification obligations herein, with a minimum per occurrence limit of $1,000,000 and an aggregate limit of$2,000,000 during the policy period or such higher amounts as required by the Prime Agreement. Policy limits must apply on a per project basis. Coverage shall be maintained for the greater of: four (4) years after completion of the Project, the applicable statute of repose period, or the applicable statute of limitations period. 7.1.4.Automobile Liability Insurance. Automobile liability insurance, on an occurrence form, covering owned, non-owned, and hired vehicles, and including the vicarious liability of protecting against claims for bodily injury, including without limitation death, and loss of or damage to property, with a minimum combined single limit of $1,000,000 each accident. This insurance shall also provide contractual liability insurance coverage. 7.1.5.Not used. 7.1.6.Umbrella / Excess Liability Insurance. Umbrella / Excess Liability Insurance, on an occurrence basis, with minimum limits of$5,000,000. Subconsultant's excess liability or umbrella insurance shall provide the same or greater coverage as the coverage required by the Commercial General Liability and Automobile Liability provisions herein and include a drop down provision, contain "pay on behalf' language, and have concurrent effective dates with the primary coverages. Coverage shall be maintained for the greater of: four (4) years after completion of the Project, the applicable statute of repose period, or the applicable statute of limitations period. 7.1.7.Professional Liability Insurance. Professional liability insurance to be provided with minimum limits of$5,000,000 each claim, written on a "claims made" basis, to provide coverage for negligent acts, errors and omissions in the performance of professional Services. The retroactive coverage shall pre-date commencement of any professional Services,with any renewal policies maintaining the same retroactive date. Coverage shall Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 5 of 16 Garver Project No. 22W09330 be maintained for a minimum of four (4)year discovery and reporting period beyond the final acceptance of the Project by Owner. 7.1.8.Limits of Insurance. If required insurance coverages have higher insurance limit(s) than the minimum insurance limits herein, then such higher insurance limit(s) shall be considered the minimum insurance limit(s) required herein. 7.1.9.Additional Insured Status. The Subconsultant shall name Garver, LLC, Owner, their respective affiliates, directors, officers, agents, employees, successors, assigns and any other party identified as an additional insured designee in the Prime Agreement (if any), as an Additional Insured ("Additional Insured Parties") for both ongoing and completed operations, on the Subconsultant's Commercial General Liability policy (using ISO Additional Insured Endorsement CG 20 10 11 85 and CG 20 37 07 04 or substitute(s) providing equivalent coverage), Automobile Liability policy (using ISO Additional Insured Endorsement CA 2048 or a substitute providing equivalent coverage), and Umbrella/Excess, if any. Additional insured coverage, except as otherwise required by law or this Agreement, will be at least as broad as the Subconsultant's underlying coverage. 7.1.10.Primary Coverage. All of Subconsultant's policies shall be endorsed to provide that Subconsultant's insurance policies, including insurance provided under the Umbrella/Excess, if any, shall apply as primary and non-contributory insurance with respect to any other insurance or self-insurance programs afforded to, or maintained by Garver or Owner. 7.1.11.Waiver of Subrogation. Subconsultant, and Subconsultant's insurers, shall waive all rights of subrogation in favor of the Additional Insured Parties, except on Professional Liability. 7.1.12.Deductible & Retention. Except specified otherwise herein, all deductibles and retentions will not be in excess of$10,000, without written approval from Garver, and all such deductibles and retentions will be paid by Subconsultant, for which it will not be reimbursed. 7.1.13.Certificate of Insurance; Non-Waiver. The Garver project name and number shall be listed within the comments section of the certificate of insurance,which shall evidence all of the insurance required under this Section 7. Prior to commencement of the Services, Subconsultant shall furnish Garver with a certificate(s) of insurance, in form acceptable to Garver, executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements set forth. Failure of Garver to demand such certificate or other evidence of full compliance shall not be interpreted as a waiver of these obligations. 7.1.14.Maintenance & Notice. Subconsultant will ensure that such insurance policies are maintained in full force and effect, without interruption throughout the term of this Agreement or as otherwise may be required, whichever is longer, and not cancel or reduce the limits of coverage, or materially change any insurance, without giving Garver at least thirty (30) days' prior written notice. No more than three (3) business days after the date Subconsultant becomes aware of an impending or actual cancellation or expiration, or material reduction, of any required insurance of Subconsultants or its sub- subconsultants, Subconsultant will notify Garver of the same in writing. Garver shall have the option to suspend Subconsultant's performance should there be a lapse in coverage Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 6 of 16 Garver Project No. 22W09330 at any time during this Agreement. Failure to provide and maintain the required insurance shall constitute a material breach of this Agreement. In addition to any other remedies Gamer may have upon Subconsultant's failure to provide and maintain any insurance or policy endorsements to the extent and within the time herein required, Garver shall have the right to withhold any payment(s) if any, which become due to Subconsultant hereunder until Subconsultant demonstrates compliance with the requirements hereof. 7.1.15.Should an insurance policy expire, an updated Certificate of Insurance shall be resubmitted and approved prior to any payments by Garver to Subconsultant on all subsequent invoices for the duration of the Services. 7.1.16.By requiring insurance herein, Garver does not represent that coverage and limits will necessarily be adequate to protect Subconsultant, and such coverage and limits shall not be deemed as a limitation on Subconsultant's liability under the indemnities granted to Gamer in this Agreement. These insurance requirements shall support, but shall not limit Subconsultant's duties, obligations, and liabilities under any other provision of this Agreement. 7.1.17.Exclusionary Endorsements. Required coverages will not contain endorsements that limit or exclude coverage that is otherwise required by this Agreement. 7.1.18.Insurance Company Rating &Status.All insurers must be authorized in any state where Subconsultant's services are performed and rated at least A-(minus):VIII by the current A.M. Best's Key Rating Guide. 7.1.19.Sub-Subconsultants. Subconsultant will require all its subconsultants and vendors to provide the same types of insurance coverages required of Subconsultant herein, including, without limitation, the limits of insurance, duration of coverage, additional insured status,waiver of subrogation, and primary/non-contributory application benefiting the Additional Insured Parties. Subconsultant will furnish proof of this insurance prior to any work or services by such sub-subconsultants and vendors. 7.1.20.Prime Agreement. To the extent the Prime Agreement requires more stringent, or additive, insurance requirements than those provided in this Agreement, Subconsultant, as well as its sub-subconsultants and vendors, will also satisfy those requirements. 8. DOCUMENTS 8.1.Audit. Subconsultant will retain all pertinent records, including any and all information, materials and data of every kind and character, for a period of four (4) years beyond completion of the Services and final acceptance of the Project by Owner or final resolution of an ongoing dispute beyond that period. Garver, Owner, or their designees, which may include their internal auditors or outside representatives shall have the right to access, audit, examine or inspect the Subconsultant's records during normal business hours. The Subconsultant's facilities and current employees must also be made available if deemed necessary. Subconsultant also agrees to provide adequate and appropriate work space necessary to conduct said audits, inspections and examinations. 8.2.Delivery. After completion of the Services, and prior to final payment, Subconsultant shall deliver to Garver all Deliverables required under this Agreement. Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 7 of 16 Garver Project No. 22W09330 9. INDEMNIFICATION 9.1.1 ndemnification. 9.1.1.Garver Indemnity. Garver agrees to defend, indemnify, and hold Subconsultant harmless for Damages to the extent caused by the negligent acts, errors, or omissions of Garver, or any other party (excluding Subconsultant) for whom Garver is legally liable in the performance of its obligations under this Agreement. 9.1.2.Subconsultant Indemnity. The Subconsultant shall fully indemnify and hold Garver, and Garver's Personnel harmless from and against any and all Damages to the extent caused by or resulting from the negligent acts, errors or omissions, failure to pay a subcontractor or supplier, intentional tort, or intellectual property infringement of Subconsultant or any other party for whom Subconsultant is legally liable in the exercise of rights or performance of the Services under this Agreement. Subconsultant shall further indemnify and hold Garver and Garver's Personnel harmless from any liens, claims, security interests, or encumbrances filed by anyone claiming by, through or under the items covered by payments made by Garver to Subconsultant. In the event Garver's indemnification obligation towards the Owner in the Prime Agreement is more stringent than the obligation imposed on the Subconsultant by this Section 9.1.2, Subconsultant shall assume towards Garver the indemnification obligation Garver has assumed towards Owner in the Prime Agreement. Subconsultant shall defend Garver, with counsel satisfactory to Garver, from and against any and all Damages if such Damages are not based wholly or partly on the negligence of, fault of, or breach of contract by Garver. If a claim is based wholly or partly on the negligence of, fault of, or breach of contract by Gamer, the Subconsultant shall reimburse Garver's reasonable attorney's fees in proportion to the Subconsultant's liability. 9.1.3.In the event claims or Damages are found to be caused by the joint or concurrent negligence of Subconsultant and Garver, they shall be borne by each Party in proportion to its own negligence. 9.1.4.Subconsultant must advise Garver in writing within 24 hours of any claim or demand against Garver or Subconsultant known to Subconsultant related to or arising out of Subconsultant's activities under this Agreement. 9.1.5.The Subconsultant agrees that any claim or suit for Damages made or filed against Gamer by the Subconsultant will be made or filed solely against Garver or its successors or assigns and that no member or employee of Garver shall be personally liable to the Subconsultant for Damages under any circumstances. 9.1.6.The Subconsultant waives all rights against the Owner and Garver and its agents, officers, directors and employees for recovery of Damages to the extent these Damages are covered or should have been covered by the insurance policies required in Section 7. 9.1.7.If the Subconsultant's failure to meet contractual obligations causes Garver to suffer actual damages, Garver may elect to pursue its actual damages and any other remedy allowed by law. Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 8 of 16 Garver Project No. 22W09330 10. DISPUTE RESOLUTION 10.1.Any controversy or claim ("Dispute") arising out of or relating to this Agreement, or the breach thereof, shall be resolved in accordance with the following: 10.1.1.Any Dispute that cannot be resolved by the project managers of Garver and Subconsultant may, at the request of either Party, be referred to the senior management of each Party. If the senior management of the Parties cannot resolve the Dispute within thirty (30) days after such request for referral, then either Party may request mediation. If both Parties agree to mediation, it shall be scheduled at a mutually agreeable time and place with a mediator agreed to by the Parties. Should mediation fail, should either Party refuse to participate in mediation, or should the scheduling of mediation be impractical, either Party may file a Dispute in accordance with the dispute resolution provisions of Section 12.2 of the Prime Agreement. 10.1.2.To avoid multiple proceedings and the possibility of inconsistent results, either Party may seek to join third parties with an interest in the outcome or to consolidate dispute resolution with another matter regarding the same nucleus of facts. Subconsultant hereby further agrees to joinder in any and all proceedings related to the Prime Agreement and the underlying Services. 10.1.3.Subconsultant further agrees to include a similar dispute resolution provision in all agreements with independent contractors and subconsultants retained for the Project. 11. TERMINATION 11.1.Termination for Convenience. Garver shall have the right, at its sole discretion, to terminate or suspend this Agreement for convenience at any time upon giving Subconsultant five (5) days' written notice. In the event of a termination for convenience, Subconsultant shall immediately bring any ongoing Services to an orderly cessation. Garver shall compensate Subconsultant for all Services properly rendered in accordance with this Agreement. 11.2.Termination for Default. This Agreement may be terminated by Garver in the event of failure by the Subconsultant to perform any material obligation in accordance with the terms hereof. Prior to termination of this Agreement for cause, Garver shall provide at least ten (10) days' written notice and an opportunity to cure to the Subconsultant. The Subconsultant must begin, within three (3) days of receipt of such notice, to correct its failure and proceed to diligently cure such failure within ten (10) days. If the Subconsultant again fails to perform under this Agreement, Garver may terminate the Agreement upon seven (7) days'written notice with no additional cure period. In all events of termination for cause due to an event of default by the Subconsultant, Garver shall be entitled to retain all or a portion of payments otherwise due and payable, which are necessary to protect Garver until resolution of the Dispute. If it is determined the Subconsultant was not in default of the Agreement, the rights and obligations of the Parties shall be the same as if Garver issued the termination for its convenience in accordance with Section 11.1. above. 11.3.Within thirty (30) days after receipt of the notice of termination, unless Subconsultant has successfully cured a failure to perform, Subconsultant shall submit a statement showing in detail the Services performed under this Agreement prior to the effective date of termination. Subconsultant shall further submit all completed and/or partially completed Deliverables under this Agreement. Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 9 of 16 Garver Project No. 22W09330 11.4.It is recognized that if Subconsultant becomes insolvent, or institutes or has instituted against it bankruptcy proceedings, or makes a general assignment for the benefit of creditors, or if a receiver is appointed for the benefit of its creditors, or if a receiver is appointed on account of its insolvency, such event or events could impair or frustrate Subconsultant's performance of this Agreement. Accordingly, it is agreed that upon the occurrence of any such event, Garver shall be entitled to take over the Services following notice to Subconsultant. 12. MISCELLANEOUS 12.1.Governing Law. This Agreement is governed by the laws of the State of Texas,without regard to its choice of law provisions.Venue for legal proceedings lies exclusively in Nueces County, Texas. Cases must be filed and tried in Nueces County and cannot be removed from Nueces County. 12.2.Successors and Assigns. Garver and Subconsultant each bind themselves and their successors, executors, administrators, and assigns of such other party, in respect to all covenants of this Agreement; neither Garver nor Subconsultant shall assign,sublet, or transfer their interest in this Agreement without the prior written consent of the other, which shall not be unreasonably withheld or delayed. 12.3.Independent Contractor. Subconsultant is, and at all times shall be deemed, an independent contractor in the performance of the Services under this Agreement. 12A.Severance. The illegality, unenforceability, or occurrence of any other event rendering a portion or provision of this Agreement void shall in no way affect the validity or enforceability of any other portion or provision of the Agreement. Any void provision of this Agreement shall be construed and enforced as if the Agreement did not contain the particular portion or provision held to be void. 12.5.Counterpart Execution.This Agreement may be executed in any number of counterparts,each of which shall be deemed to be an original and all of which taken together constitute one Agreement. Delivery of an executed counterpart of this Agreement by fax or electronic transmission in legible form shall be equally effective as delivery of a manually executed counterpart of this Agreement. 12.6.Debarment and Suspension. The signer of this Agreement certifies that to the best of their knowledge and belief that Subconsultant and its principals: • Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; • Have not within a three (3) year period preceding execution of this Agreement been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; • Are not presently indicted for or otherwise criminally or civilly charged by a government entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (b) of this certification; and Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 10 of 16 Garver Project No. 22W09330 • Have not within a three (3) year period preceding this Agreement had one or more public transactions (Federal, State, or local)terminated for cause or default. The signer of this Agreement understands that a false statement on this certification regarding debarment and suspension may be grounds for termination of this Agreement. In addition, under 18 USC Sec. 1001, a false statement may result in a fine of up to $10,000 or imprisonment for up to five (5) years, or both. 12.7.Notice. 12.7.1.Notice to Garver. Subconsultant shall provide all notices required under this Agreement to the following address: Gamer, LLC Attn: Garver, LLC Attn: Taylor Hecht 12141 Wickchester Lane Suite 200, Houston, TX-77079 Any notice provided in writing under the terms of this Agreement shall be in writing and may be effectuated by registered or certified mail, return receipt requested, unless specifically requested through electronic mail. All notices or communication required to be given in writing by registered or certified mail shall be considered as having been given to the addressee on the date such notice or communication is postmarked. Gamer may change the address to which notice may be sent by giving notice of such change. 12.8.Compliance with Law. The Subconsultant agrees to comply with any and all applicable law, including but not limited to: 12.8.1.Civil Rights Act of 1964. The Subconsultant agrees to comply with Title VI of the Civil Rights Act of 1964, 42 U.S.C. § 2000d et seq., including all requirements imposed by or pursuant to Title 49, C.F.R., Part 21 —"Nondiscrimination in Federally Assisted Programs of the Department of Transportation — Effectuation of Title VI of the Civil Rights Act of 1964". 12.8.2.City Codes and Standards. Subconsultant shall follow City Codes and Standards effective at the time of the execution of the task order, issued subsequently to the Prime Agreement, associated with the Subconsultant's scope. 12.8.3.Subconsultant shall further comply with the following provisions of the Prime Agreement as it relates to their Services: 12.8.3.1. Article 1 Section 1.3 12.8.3.2. Article I Section 1.6 12.8.3.3. Article III Section 3.6 12.8.3.4. Article III Section 3.12 12.8.3.5. Article XIII Section 13.8 12.8.3.6. Article XIII Section 13.9 12.8.3.7. Article XIII Section 13.10 12.8.3.8. Article XIII Section 13.11 Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 11 of 16 Garver Project No. 22WO9330 12.8.3.9. Exhibit D, Excerpt from Form 00 72 00 General Conditions for Construction Projects related to design services 12.9.Entire Agreement. This Agreement, including the Exhibits referenced below, constitutes the entire agreement between Garver and Subconsultant and supersedes all prior written or oral understandings and shall be interpreted as having been drafted by both Parties. This Agreement may be amended, supplemented, or modified only in writing by and executed by both Parties. 13. EXHIBITS 13.1.The following Exhibits are attached to and made a part of this Agreement: Exhibit A—Scope of Services and Payment Schedule Exhibit B— Prime Agreement 13.2.If there is an express conflict between the provisions of this Agreement and any Exhibit (excluding Exhibit B) hereto,the terms of this Agreement shall take precedence over the conflicting provisions of the Exhibit. Subconsultant, by signing this Agreement, acknowledges that it has independently assured itself of the terms of this Agreement and agrees to be bound to the terms, provisions, and other requirements thereof. Acceptance of this proposed Agreement is indicated by an authorized agent of the Subconsultant signing in the space provided below. [Signatures follow on next page] Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 12 of 16 Garver Project No. 22WO9330 IN WITNESS WHEREOF, Garver and Subconsultant hereby execute this Agreement as of the Effective Date written above. GARVER, LLC TERRACON CONSULTANTS, INC. Y /rzk/kY Srgnahn•e Signahn e Name: (�AHd a t I C-7. r ` cvr►�`'J✓� Name: Tom Barker Printed Name Printed Name Title: brit (7re5c'dte,,,�— Title: National Account Manager Date: � March 3, 2025 l Y 1�fG 0 �Z 5 Date: Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 13 of 16 Garver Project No. 22W09330 Exhibit A SCOPE OF SERVICES AND PAYMENT SCHEDULE A. Scope of Work Terracon will provide geotechnical engineering services to support the Sand Dollar Collection line 16-inch project. Some of the items specifically called out as part of the scope related to this service are itemized below. These specific items were identified in the initial scoping, but Terracon will be providing geotechnical engineering services for completion of the project. • Locate borings and incorporate approximate site elevations. • Conduct investigations in areas where suspected utility conflicts exist prior to boring. • Drill borings to obtain samples. Five (5) samples will be obtained in the upper 10 feet of each boring and an additional sample every 5 feet thereafter. Number of Borings Planned Boring Depth Planned Location 17 20 feet Along 16"water line 4 50 feet Along 16"water line • Backfill borings and patch pavement upon completion. • Conduct laboratory testing on samples. Testing shall include the following but additional testing might be needed depending on soil conditions: o Water content o Atterberg limits o #200 Sieve o Corrosion Test o USCS Soil Classification • Prepare and submit a Draft Geotechnical Report. It shall include the following: o Boring logs with field and laboratory data; o Stratification based on visual soil classification; o Groundwater levels observed during and after the completion of drilling; o Site location and exploration plans; o Subsurface exploration procedures; o Description of subsurface conditions; o Open trench and trenchless excavation recommendation including OSHA discussions; o Lateral earth pressure recommendations; o Backfill recommendations and; o General pavement recommendations. • Conduct QA/QC of the Geotechnical Report based on Project Management Plan. • Engineer will resolve and incorporate comments into the revised Draft Geotechnical Report in electronic format (PDF). Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 14 of 16 Garver Project No. 22W09330 B. Engineering Services Fees The table below presents a summary of the fee amounts and fee types for this A reement. Work Description Fee Type Fee Subsurface Exploration, Laboratory Testing, Geotechnical Lump Sum $46,200 Consulting and Report Total $46,200 C. Deliverables • Draft Geotechnical Report Due Date—9 Weeks from Subconsultant Contract Execution Agreement for Subconsultant Professional Services Version 2 Corpus Christi Sand Dollar 15 of 16 Garver Project No. 22WO9330 <F�P R�Fq RORO FA p5enn& ... n i N AG E PACKERY CHANNEL PARK RD. FOR, PROJECT LOCATION W f E CORPUS CHRISTI BAY x ti, a o� �1�41er B Wry'ON -i• S Y y . pOHO x� � z '• N m AYO°El p3o Sq kT PFORF N °°��° A °R SAND DOLLAR PUMP STATION - - 0 3 61 ,o xe VICINITY NOT TO SCALE WHITECAP BLVD. I iw F. a ; x a R ACCESS RD. 4 co e r: CORAL VINE EST ' t61 ( Y AERIAL MAP PROJECT NUMBER: 23021 NOT TO SCALE 0 SAND DOLLAR CONNECTION LINE 16" CITY COUNCIL EXHIBIT (CORAL VINE) CITY OF CORPUS CHRISTI,TEXAS I DEPARTMENT OF ENGINEERING SERVICES Sand Dollar Connection Line 16 " (Coral Vine ) Construction Contract & Professional Services Contract Amendment Nicholas Winkelmann,P.E. Interim COO,Corpus Christi Water Ccws"erving Corpus ChristiWater=September 23,2025 the coastal Bend Project Location I pACKERV CHANNEL PARK R(). W E S I���",e _ S PROJECT LOC4TION J SAND DOLLAR PUMP STATIO i� 361 VICINITY MAP a � _ Q� D e o n WHITECAP BLVD. N ,P ACCESS U� EN�q�rADAA�� Ue� CORAL VINE EST O� FERIAE MnP PROJECT NUMBER:23021 SAND DOLLAR CONNECTION LINE 16" CITY COUNCIL EXHIBIT (CORAL VINE) CCW'3IE1—.1-1-P-OSE ��Es Background • Padre Island Pressure Plane • The City operates the Padre Island water distribution system on a pressure zone called the Padre Island Pressure Plane • This pressure zone is separate from the mainland which is . called the Main Pressure Plane • The Padre Island Pressure Plane uses the Sand Dollar Pump Station and Coral Vine Elevated Storage Tank to € supply water to the residents of Padre Island • This project includes a new 16-inch waterline that will enhance the capacity of the water distribution system -- R , • Sand Dollar Pump Station • The City has a single 20-inch water transmission main from the Sand Dollar Pump Station to Commodores Drive • Water supply is a concern if the existing 20-inch transmission main ever fails or undergoes maintenance µ +' • This project includes a new 20-inch transmission main which will provide redundancy in a critical area of the water distribution system Project Scope • Installation of approxim ate ly • 10,900 LF of 16-inch waterline • 560 LF of 12-inch waterline • 60 LF of 8-inch waterline • Connection to the existing 6-inch and 16-inch waterlines on Commodores Drive • Installation of approximately • 60 LF of 8-inch waterline • 500 LF of 16-inch waterline • Connection to the existing 12-inch waterline on Park Road 22 • Installation of approximately 2,170 LF of20-inch waterline from the Sand Dollar Pump Station to Commodores Drive to provide redundancy • Additive Alternate No.2:Rehabilitation of approximately 4,600 LF of 16-inch waterline via the Close Tolerance Pipe Slurrification (CTPS)method to remove the existing Asbestos Cement Pipe (ACP)and replace with new Fusible PVC pipe • Removal of existing • 4,246 LF ofACP waterline • 31804 LF of cast iron waterline and ductile iron waterline within TxDOT right-of-w ay • Approximately 1,757 LF of asbestos waterline will be grout-abandoned underneath pavement CCW4 Project Timeline November -,June June - September itober - December Design Bid/Award Construction Project schedule reflects City Council award in September 2025 with anticipated construction completion by December 2026. Staff Recommendation Staff recommends awarding the construction contract to Guerra Underground,LLC of Austin, TXfor the Sand Dollar Connection Line 16"(Coral Vine)project in the amount of$9,997,672.00 for the Base Bid plus Additive Alternate No. 2 and authorizing the Professional Services Contract Amendment No. 2 with Garver in the amount of$201,025.00 for construction administration phase services, with funding available from the Water Capital Fund. ! 5 Thank you ! Corpus Christi Waters CONServing the Coastal Bend SUS G� O� �*y. ryCflflPOflAS 4 is52 AGENDA MEMORANDUM Action Item for the City Council Meeting of September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services j eff reye(a)-cctexas.co m (361) 826-3851 Ernesto De La Garza, P.E., Director of Public Works ernestod2(a)cctexas.com (361) 826-1677 Sergio Villasana Jr., CPA, CGFO, CIA, Director of Finance & Procurement s e rg i ov2(a)cctexas.co m (361) 826-3227 Construction Contract Award Starlite Lane—Violet Road to Leopard Street (Bond 2022, Proposition A) CAPTION: Resolution awarding a construction contract with Gerke Excavating, Inc. of Tomah, Wisconsin, for the reconstruction of Starlite Lane from Violet Road to Leopard Street with new concrete pavement, sidewalks, curbs and gutters, ADA-compliant curb ramps, signage, pavement markings, upgraded street illumination, utility, and drainage improvements, in an amount up to $12,563,957.74, located in Council District 1 with funding available up to $7,177,916.50 from FY2025. The remaining funds up to $5,386,041.24, will be available from the FY2026 Street Bond 2022, Storm Water, Water, Wastewater, and Gas Funds. SUMMARY: This resolution awards a construction contract to Gerke Excavating, Inc. for the complete reconstruction of Starlite Lane from Violet Road to Leopard Street. The existing roadway will be demolished and rebuilt with new concrete pavement, curbs and gutters, sidewalks, ADA-compliant curb ramps, signage, pavement markings, streetlight, and drainage improvements. In addition to surface improvements, the project includes underground stormwater, water, wastewater, and gas improvements. BACKGOUND AND FINDINGS: On November 8, 2022, voters approved the City of Corpus Christi's Bond 2022 Program for a total of $125 million with thirty-two projects. The propositions passed on election day included projects for streets, parks, public safety, and library improvements. One of the thirty-two projects is the $8.1million reconstruction of Starlite Lane from Violet Road to Leopard Street. Starlite Lane is classified as a C-1 Residential Collector Street per City's Urban Transportation Plan. Starlite Lane from Violet Road to Leopard Street is approximately 7,285 linear feet(equivalent to 1.38 miles). Starlite Lane is currently a two-lane, hot-mix asphalt concrete (HMAC) roadway with one travel lane in each direction, roadside ditches, and sidewalks. Starlite Lane from Violet Road to Leopard Street was recommended to be design for asphalt pavement based on the pavement design recommendations by Engineering Services and Public Works, approved by the City Council on May 21, 2024 but after review, staff decided to design the project using HMAC and Concrete pavement. Starlite is a cut through street with heavy residential traffic and will be one of the primary access road to the 105 acres residential development proposed adjacent to the Tuloso-Midway High School. The proposed improvements includes the complete reconstruction of the existing roadway with new pavement, curbs and gutters, and sidewalks, installation of ADA-compliant curb ramps, signage, pavement markings, street illumination as needed. Alongside the street enhancements, stormwater, water, and wastewater, and gas utilities will be improved to align with current city standards. PROJECT TIMELINE: September- May June- September October—January Design Bid/Award Construction Project schedule reflects City Council award in September 2025 with anticipated completion by January 2027. COMPETITIVE SOLICITATION PROCESS On June 18, 2025, the Contracts and Procurement Department issued a Request for Bids (RFB #6628) for Starlite Lane from Violet Road to Leopard Street. The City Council Policy 28, approved on May 21, 2024 for Bond 2022 recommended Starlite Lane project to be designed with HMAC but after review, staff decided to design the project using HMAC and Concrete pavement. Starlite is a cut through street with heavy residential traffic and will be one of the primary access road to the 105 acres residential development proposed adjacent to the Tuloso-Midway High School. On August 8, 2025, the city received seven bids. The city analyzed the bids in accordance with the contract documents and determined that Gerke Excavating, Inc. was the lowest responsive and responsible bidder. Since Gerke Excavating, Inc. had the lowest construction for both asphalt and concrete bids, concrete pavement construction was the lowest and selected option. The Engineer's Opinion of Probable Construction Cost was estimated based on the historic data. A summary of the bids is provided below: Bidder Base Bid 1 Base Bid 2 (Asphalt Pavement) (Concrete Pavement) 1 Gerke Excavating, Tomah, $13,018,060.10 $12,563,957.74 Wisconsin 2 Bay Ltd, Corpus Christi, Texas $14,631,826.00 $15,542,556.25 3 Reytec Construction, Houston, No Bid $15,704,735.00 Texas 4 JE Construction Services, Corpus $16,701,992.00 $16,169,947.00 Christi, Texas 5 Mako Contracting, Corpus Christi, $16,862,163.95 $16,483,480.30 Texas 6 J Carroll Weaver, Sinton, Texas $17,966,588.60 $17,320,831.37 7 Go Underground, Harlingen, $14,021,94 3.19 $19,501,182.21 Texas Engineer's Opinion of $19,652,606.64 $21,656,331.72 Probable Construction Cost Gerke Excavating, Inc. is the lowest responsive, responsible bidder for both base bids. Staff conducted comprehensive review of the bid package and an informal meeting with Gerke to discuss the project implementation. Staff recommends City award the construction contract to Gerke Excavating, Inc. for their Base Bid 2. Gerke Excavating, Inc. has successfully completed multiple projects from neighboring cities and is currently working on multiple construction projects with the City of Corpus Christi. Some recently completed and active projects include: • 12th Street Improvements— Ingleside, TX ($1,986,301.78), project was completed in 2022 • East Linden Street— Rockport, TX ($2,811,989.70), project was completed in 2024 • Brownlee St. (Staples to Morgan) (Bond 2020) —Corpus Christi ($7,725,813.45), active construction • Cefe Valenzuela Landfill Road Improvements Phase II —Corpus Christi ($2,643,574.91), active construction ALTERNATIVES: The City Council could choose not to award the contract to Gerke Excavating, Inc. This decision would delay the project and conflict with the City Council's goal of expediting street projects using bond funds. FISCAL IMPACT: This fiscal impact for FY 2025 is an amount not to exceed $7,177,916.50, for the reconstruction of Starlite Lane from Violet Road to Leopard Street. Project funds are available from the Street Bond 2022 Prop A, FY2025 Storm Water, Wastewater, Water, and Gas funds. The remaining funds will be incurred in FY26 in an amount of$5,386,041.24. FUNDING DETAIL: Fund: 2024 GO Bd22 Prop A- Streets (Fund 3561) Department: Streets (33) Organization: Grants & Capital Projects (89) Project: Starlite Lane (Project No. 23153) Account: Construction (550910) Activity: 23153 Amount: $3,275,247.49 Fund: STWCP RR 032950 2023 (Fund 4536) Department: Stormwater (47) Organization: Grants &Capital Projects (89) Project: Starlite Lane (Project No. 23153) Account: Construction (550910) Activity: 23153 Amount: $1,995,935.00 Fund: Water 2024 CIP (Rv Bds) (Fund 4491) Department: Water (45) Organization: Grants &Capital Projects (89) Project: Starlite Lane (Project No. 23153) Account: Construction (550910) Activity: 23153 Amount: $919,432.00 Fund: Wastewater 2024 CIP (Rv Bds) (Fund 4261) Department: Wastewater (46) Organization: Grants & Capital Projects (89) Project: Starlite Lane (Project No. 23153) Account: Construction (550910) Activity: 23153 Amount: $922,791.00 Fund: Gas 2024 (Rv Bds) (Fund 4566) Department: Gas (11) Organization: Grants & Capital Projects (89) Project: Starlite Lane(Project No. 23153) Account: Construction (550910) Activity: 23153 Amount: $64,511.01 Year1 (FY2025): $7,177,916.50 Year 2 (FY2026): $5,386,041.24 TOTAL $12,563,957.74 RECOMMENDATION: Staff recommends awarding the construction contract to Gerke Excavating, Inc. for the reconstruction of Starlite Lane from Violet Road to Leopard Street in the amount of $12,563,957.74 with construction duration planned for 15 months from issuance of the Notice to Proceed with construction starting in October 2025 and completed by January 2027. LIST OF SUPPORTING DOCUMENTS: Resolution Location Map Bid Tabs CIP Page Power Point Presentation Resolution awarding a construction contract to Gerke Excavating, Inc., of Tomah, WI, for the reconstruction of Starlite Lane, from Violet Road to Leopard Street , with new concrete pavement, sidewalks, curbs and gutters, ADA-compliant curb ramps, signage, pavement markings, upgraded street illumination, utility and drainage improvements, in an amount up to $12,563,957.74, located in Council District 1 with FY 2025 funding available from Street Bond 2022, Storm Water, Water, Wastewater and Gas Funds. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: The City Manager or designee is authorized to execute a construction contract with Gerke Excavating, Inc. for reconstruction of Starlite Lane, from Violet Road to Leopard Street, in the amount of $12,563,957.74. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary RED 662E SUNae lane(Violet and Leopard)23153 ID:NFB 6628 Al MOBIDZATION(MAX.5%OE PART A) LS 1BII $22,-12 $22,62112 $3560000 m,-DO $550000o $55,00000 A2 BONDS&INSURANCE AL 1Do $110,38979 $110,38979 $89156 Do $80,1560o $.l,"Do $BLOOD Do A3 CLEAR RIGHT CF WAY AC 1000 $1,B.97 E16,299.70 $13,4000o $13460000 E4,000 DO $4500000 A4 OZ ONE DAYS EA 500 $20194 $1609.7o E1o00 $5o 00 $100 $5 TO AS TRAFFIC CONTROL MOBILIZATION LS 1OD $12,07500 $12,0]5 Do E1%-Do $19,00000 $314,00). $314,G00.00 A6 TEMPORARY TRAFFIC CONTROL MO 1500 $1417 So $21262.50 $5,60000 84000 D$ o $20,Ow PIT $3G5000OF A] TEMP ORARYTRAFFICMESSAGEBOARD EA 2. $19,162.50 $38,32500 $2140000 $42,800.DO $25,-1 $51 GOT 01 A8 TEMPORARY TRAFFIC CONTROL DESIGN BY A PROFESSIONAL ENGINEER LS iW $,5,30150 $45,30750 $45,500.DO $45,500 Do $35,0000o $35,DGo.GG A9 -PP AND BMPS LS iW $133,]2665 $133,72665 $140,900 Do $1., DO $840000o $8400000 A10 SURVEY MONUMENT EA 2. $202.91 $4.B2 E449Do $88000 $4000 1D-oo A11 BLOCK SODDING SY 10,00000 $1024 $102400 DO So. E92o9D Do $10 Do E100,000.00 Al2 FEN CEHRONANOODICHAINUNK)REMOVAL LF 66000 $12 Go $8,31600 $1175 $�]55.00 $230o $15,18000 A13 FENCEBRONNVOODICHAINLINK)REPIACEMENT LF 635 Do $5040 $32,oD4 oD E]800 $49,53000 $2500 $15a 500 A14 TEMPORARY INTERSECTION SIGNAL ADJUSTMENTS LS 100 $60,9w Do $60,"Do $23,500 DO $23,-Do $22,00000 $22,000oo A15 TRAFFIC CONTROL POLICE OFFICER ASSISTANCE HR 4000 $8925 $3,5]00I $9400 $3,]60 Do $9000 $36000G AiG ALLOWANCEFOR UNANTICIPATEDENVIRONMENTALISSUES LS iW 55,0... $5,0... $5,0000O $5000 OP $5,00000 $5G00. A�] ALLOWANCE FORUNANTICIPATEDGENERALACTNITIES AL iW $10,000.DO $1900000 $10,000.00 $10,00000 $10,00000 $15DOoDo _qud T,D, � 1 $620,B12]8 $H3,E3100 $1,132,14000 E MOBILIZATION(MA 5%OF PART B) LS 100 $149,27112 $149,2]1.12 $150,000 Do $150DOWDo $163,000.00 $163,000.00 1 2 STREET EXCAVATION AND EMBANKM ENT Sy 3310000 $1184 $.1 Do4 Do $9 So $314,45000 $22.00 $728,200.00 I. DEM CUT OM OF ASPHALT DRIVEWAY Sy 3,20000 $4]6 $11.11 $3. $9,600.00 $1100 $35,20000 B4 DEMOLITION OFCONCRETE DRIVEWAY Sy 2,]0000 $564 $15,22800 $1]]5 $4],92500 $22.00 $59,40000 B5 UMESTABHAZEDANDCAIPACTEDSUBGRADE(OVERALLB4NCHTHICK Sy 26,50000 $1468 $389,0200o $26 D0 W89,BOBDO $18W $4]],000.00 B6 CRUSH ED IT NESTER E FL EX BASE(11-INOR THICK) Sy 26,50000 $366] $9]i]55 DO $42. $1113,00000 $42 Do $1113,0WOO B1 H MAC DYBE D)(FINAL SURFACE)(41N CH THICK) SY 26,500W $4112 $1 100 280 00 $2800 $]42,00000 $OHDo $J01600.Do BB PRIME COAT(MCJO)(015 GA-) GAL 4,00000 $123 $28,92o 00 $5. $22000.0o E6.00 $24,00000 B9 SINGLE COARSE SURFACE TREATM ENT(UNDERSEAL) Sy 26,50000 $475 $1258]500 $300 $8],450.00 moo E106,0woo B10 REINFORCED CONCRETE DRIVEWAY(64NCH THICK) SE 23,40000 $1453 $-, 2. $12W $292,5000o $14. $32],600.00 B11 RE FL PAV M RK 6INCH BROKEN YELLOW LF 1]6000 $116 $2,04160 $2. SO,-DO $200 $3,52000 B12 RE FL PAV M RK-CH YELLOW SOLID LF 41000 $116 $47560 $2.00 $82000 $200 W20W B13 REFLPAVMR-NCHWHITESOLID LF 14,500 DO $0]i $10,29500 $120 $17,40000 $1 oo $14,500.00 B14 REFLPAVMRK 244NCH WHITE SOUD(CROSSWALK AND STOP BAR) LF 10000o $1470 $14,]W00 $25 DI $25,000.00 $1700 $17,00000 B15 RAISED PAVEM ENT M ARKERS TYPE II AA EA 10000 $7. E]e8 oo $1350 $1350.00 $900 S9o0 oo Bib FU RNISH AND I NSTALL N EW REGU IATORY SIGNAGE WITH BASE' EA 3000 $934.50 $26,035. $980.00 $29,40D00 $990 Do $29,]00.0D Bi] RE MOVEANDDISPOSECFEXISTINGREGUTATCOY SIGNAGEWITHBASE EA 2]00 $36]50 $9,92250 $13oBB $351DW $T/.00 $20]900 Bib ALLOWANCE FOR UNANTICIPATED STREET IN PRWEM ENTS AL 100 $150,00000 $150,00000 $153DDO.GG $lW,.O To $1.,000.OD $i50,G00.GG Sub TOIZd $3,]43,]4482 $3,698,92500 $4,15291900 MOB ILIZATION(MAX.5%OF PART C) LS 100 $18,]50.00 $18,]5000 $3.,Ow PIT $30,-Do $30,0000O $30,000.00 D EMOLITIONOECONCRETESIDEWALK SF 2],10000 $03] $10,0271 $2.10 $56,91oW $2. $54,200.00 REINFORCED CONCRETE SIDEWALK(41NCH THICK)(INCLUDING 2-INCH SF 5565000 $691 $38],880 So $710 $395,115 OD $900 $500,850.00 C4 REIN-ED CONCRETECURB RAMP SF 0,-Do $21 D2 $995170D $.Do $134,OOD.0D $2500 $83,]5D Do !. ALLOWANCE FORUNANTICIPATED ADA IM PROVEM ENTS AL 1Do $20,000.DO $2o 0.. $20,000001 $2DODO DG $20,Ow Do $zEDDO DG _uC T�.als $527,174. IF 6 E636,02500 $A.,-Do .1 MOBIUZATION(MAX .5%OE PART D) LS iW $254,55583 $254,555 SO $325J.. $325,l.Do $1W,00000 $199,00000 D2 CURB AND GUTTER DEMOLITION LF 120000 $509 $.,OD $5.. $41]60.00 $00 $50AD D,, D3 REMOVAL OF EXISTING STORM WATER PIPE(B-') LF 5,90000 $low $6448]00 $1]25 $101]]5 D0 $3700 $218,30000 D4 REMOVAL OF EXISTINGSTORMWATER PIPE(4&',) LF 4,02o DO $1151 $46,2]o 20 $240o $96,48000 $44.00 $1]6,88000 DS 6CURB INLET EA 2500 $5,04.SO 1140,D.So $71Dow $iT/,50000 $5,-OP $145,owDO D6 5'CURB INLET DO'THROAT) EA 290O $7,874 DO $228,37442 WOOD. $28110000 $890D 00 $258100.DO D] 5'CURB INLET(16 THROAT) EA 500 $9,922.27 $49,61135 $1260000 $630000D $1970000 $53,50000 D8 10'CURB INLET EA 1DO $10,27098 $10,27098 $1DOoo Oo $10,000 OP $9,]0000 $9,I00 0o D9 SPECIAL CURB INLET(T%DOT) EA 2. $1137206 $22,]44.12 $16,300DO $32,60DW $20,2DO DO $40,400OD D10 GRATE INLET(2'%2')(TXDOT) EA 1DO $1,13.69 $1,11.69 $4,200 DO $420000 $s'o9DO $69oo 00 D11 GRATE INLET(4'%4')(TXDOT) EA 2. $6,43919 1112,8780. $620000 $1240D00 $3Do0DO $1600000 D12 SIDEWALK DRAIN EA 9. $3,.51 $29,002.59 $2.0. $20,70000 $7,.D DO $63,00000 D13 MODIFY JUNCTION BOX IT—) EA 4. $9,84952 $39,398.08 $13,50000 E540D000 $9,40000 $37,60000 D14 MANHOLE RISER STRUCTURE EA 330O $2,034.75 $61146.75 $5,10000 $16830000 $1.,000 DO S330000 DO D15 SAFETY END TREATM ENT(PARALLEL WALLS) EA 1DO $64,385.32 $.4,0.D2 $15300.DO $15,30D 0O $21000 0O $2100D00 D16 TYPE D MANHOLE-4'X4'JUNCTION BOX EA 30D $8,]]219 $26,31657 $14,5Do 00 $435DD 0D $10,3000D $w'900 BD D17 TYPE D MANH OLE-6%4'JU NCTION BOX EA 30O $10,45154 $31354.62 $16600DD $49,800.0O $13OOD OD $39000.DB D18 TYPE D MANH OLE-6X6'J U NCTI ON BOX EA 2. $1317955 $26,35910 $20,200.DO $4040000 $15,70000 $3140000 D19 TYPE D MANHOLE-8'X4'JUNCTION BOX EA 6. $17,568.11 $105,40866 $24,30000 $145,8P)DO $16,000 DO $.,DoD OF D. TYPE D MANHOLE-8'X8'JUNCTION BOX EA 6. $19,669.56 $118,01736 $28,100 DO $168,600 DO $2LTOD 0O $146,200.00 D21 TYPE MANHOLE-S'DIA EA 2. $4,1]515 $8,350.3o $9,50000 E19'"DO $10,30000 $20,60000 D. 18'RCP(CLASS III) LF 655 Do $117. $76,78565 $200.00 $13100000 $278 DO $18209000 D. 24"RCP(CIASS III) LF 75500 $1.. $1031.65 $22000 $166,10000 $297. $224,235 DO D. 30'RCP(CLASS III) LF 60 DO $17141 $10,28,160 $32000 $1920000 $29800 $17,-00 D. DO'RCP(CLASS III) LF 460 Do $20931 $96,28260 $280.00 E128,80000 $248 DO $114,08000 D. -RCP(CLASS III) LF DO OP $3.41 $7,188.20 $500. $10,00000 $522.0O $10,44000 D27 3'X3'REIN FORCED CON CRETE BOX LF 24000 $32200 $T/,280.00 $42000 $100,W000 $41500 $9960000 D. 4X3'REINFORCED CON CRETE BOX LF 37500 $35894 $134,60250 $460.00 $172,50000 $51300 $192,3 DO D. 4'X4'REINFORCED CON CRETE BOX LF ]4500 $39592 $294,96040 V7000 $350,15000 $5420O $403,79000 D30 DX&REIN FORCED CONCRETE BOX LF 34000 $437. $148,T(I.20 $549.00 E183,60000 wD9oo $20],O6000 D31 5'X4'REIN FORCED CONCRETE BOX LF 1,12000 $46874 $524,988.80 $550.00 $616,000.0O $64900 $726,88000 D. S'XS REIN FORCED CON CRETE BOX LF 18500 $51174 $94,67100 $580.00 $107,30000 $703 DO $10005500 D. 6X4 REIN FORCED CONCRETE BOX LF 2,015 DO $S7226 ITT.,—DO $66D.00 $13299DD.00 $74900 $1509,23500 D34 6X5'REIN FORCED CONCRETE BOX LF 14]500 $628 S4 $92],09650 $660.00 $9]3,500.0O $78900 $1163,H500 D. 6X6 REIN FORCED CONCRETE BOX LF 4000 $696.01 $27,840.40 $740.00 $29,6000D $88400 $3'_BID D. 21'RCP30°BENDS EA 1DO $1492.01 $14WO1 $200000 $2,000 DO $3,3000O $3,30000 D37 6'X4'REINFORCED CONCRETE BOX I5°BENDS EA 1DO $3,61046 $3,61046 $5,40000 $5,40000 $15,00000 $15DDD DO D. 5'X4 REINFORCED CONCRETE BOX DO'BENDS EA 1DO $3,32947 $3,329.47 $5,10000 $5,10000 $13,OD000 $1300000 D. 6X4'REINFORCED CONCRETE BOX DO'BENDS EA 2. $3,0 DD $7,21506 $5,40000 E10,80000 $15,00000 $30,Doo 00 D40 REINFORCED CONCRETE CURB AND GUTTER ATNCH)(INCLUDES BASE, LF 14,S8000 $36 SS $532,89900 $330O $481,140.DO $2700 $393,660 DO D41 RIPRAP LIZ)FEKDOT ITEM 132) Sy S5 DO $1.14 $9,02770 W400 $5,170 DO $25D. $13]5000 D42 TRENCHSAFETY LF 8,48500 $359 $3D 461.15 $200 $16,970 DO $300 $25,455 DO D43 ALLOWAN CE FOR U NANTICIPATED STORM WATER IM PROVEM ENTS AL 100 $230,ODODO $230,DDD" $230,000.DD $239000DO $230,000.DO $238ODD.DD Sub Toiais or $5 881.1997 $69523950D E7,732,90000 EI MOBILIZATION(MAX 5%OF PART E) LS 1DO $42698.57 $42,6.8 7 E50000 DO $SOOOD DO $50,500.00 $50,SOD 00 E2 REMOVEASBESTOS CEMENTPIPE LF 1,1.. $1616 111,422. $53.00 $14211 $111 $42,18000 E3 ABANDON WATERLINE IN PLACE-CAP AND GROUT LF 5,6]000 $684 $38]828O $1350 $]6,545.0O $1800 $102,w000 E4 BAN CH DiA C900 PVC WATERLIN E(DR 18) LF 5,-00 $7074 $378,45D. $65.00 $34],]50.00 $86.DO $460,10000 ES BAN CH DIA DI WATERLINE LF SO8 Do $DO D7 $42,656.76 $120o0 $60,96000 $127 DO $6451600 E6 BA NCH BEN D(1125 DEG) EA 21 $63924 $12141 $]3D 00 $146000 $63600 $12]200 E] BA NCH BEND(22.SDEG) EA 300 $659.28 $19H84 $5300D $15900D $66300 $198900 E8 BJNCH BEND(4SDEG) EA 32. $6]864 $2111648 $530 DO $16,96000 $66300 $212160O E9 BA NCH GATE VALVE&BOX EA OD DO E3,304.62 $115,66171 $2,10000 $73,5000o $2,414 DO $84,49000 E10 D'X 0'TAPPIN G SLEEVE EA 11 $5,]]519 $5,]]519 $3,]0000 $3,70000 $8,540.00 $8,w Do E11 8"%6'TEE EA 9. $85]89 $�721.1 $740.DO $6,fi60 GO $916. E8,244.OD E12 D'X D'TEE EA 4. $9]326 $3893..4 $640 00 $2 560 DO $1 003 DO $4,012 00 E13 —CH TIE-IN CON N ECTION EA 50O $2,302.4. $115120o $2,70000 $13S0D 0O $4,61'DO $23,06500 E14 6AN CH DIA GOOD PVC WATERLIN E(DR 18) LF 320.00 $6327 $20,246.40 $11000 $35,20000 $12800 $40%0 DO E15 AIN CH DIA DI WATERLIN E LF 19500 $71. $10,—SO $150.00 $29,25000 $176. $34,32000 Ei6 6ANCH BE D(1125 DEG) EA iW $42768 $42768 $40000 $-1 $514DO $514. Ei7 6ANCH BEND(22.5DEG) EA 1500 $486.21 $72015 so. $585000 $SW 0O $],SW00 E18 INCH BEND(45DEG) EA 22 DO $52494 $115.68 $44000 $9,680W $517. $11,-1 E19 -CH GATE VALVES BOX EA 900 $26'16 $23,81544 $160000 $14,40D 00 $189000 $1],01000 E20 —CH TIE-IN CONNECTION EA 9. $191648 $17248.32 $2,50000 $22,50000 E3,62]0o $12,64300 ,1 FIRE HYDRANT ASSEMBLY(TYPE 1)(INCLUDING FH,VALVE AND DI LEAD) EA 0. $2,185.82 $6,55746 $98(I0PI $26,-PIT $10,-PIT $31615PIT E22 FIRE HYDRANT ASSEM FLY FLY HE 2)HNGLU❑NG FIT,VALVE AN D DI LEAD) EA 15DID $7�43201 $111480.15 $6mo PIT $960o000 s%-PII $13-BIG E23 SERVICE DNE REPIACEM ENT(LONG) EA 45W $2,8374 $127,684.80 $1 woPII $8550000 E3,53SW $159,07500 .4 SERVICE UNE REPIACEM ENT(SHORT) EA 22PII $2,086.84 $45,91048 $1]00 Do $314000o $2,-00 $55,-oO .5 TRENCH SAFETY LF 5,6]00o $359 $23553o $290 $1134090 $4.Go $226800o .6 ALLOWANCE FOR UNANTICIPATED WATER IN PROVEM ENTS AL iW $50,00000 $5goo600 $50,OOo00 $5o,BBo.BB $59000.Oo $59BG9B Sub ToiaS $1147,06368 $1139,52500 $1468,195 Go F1 MOBILIZATION(MAX 5%OF PART F) LS 100 $33,250_00 $33,25000 $5000000 $50,OOoPIT $S05W90 $50,50000 F2 BYPASS PUMPING LS 100 E3%639.06 $39,63906 $83,50000 $B3Soo00 $8o,..PIT $808008O F3 64NCH FORCEMAIN ADJUSTMENTS(70 LF) LS iW $7.4.G4 $7,4W 94 $0]00.00 $6,70090 $5,39880 $5,39800 F4 REMOVE AND REPLACE o'DR 26 WASTEWATER LINE AT-8'DEPTH) LF 6,05090 18117 11.1078 S0 $80.Do $484,000.W $91 0o $586,85000 FS THEN CH SAFETY REM OVE&REPLACE WASTEWATER LI NE(6-8'DEPTH) LF 6,05000 $359 $21]195o vSo $1m.PIT $4.00 $24,20000 F6 WASTEWATER SERVICE RECONSTRUCTION EA ]O o0 $2,14249 $149,97430 $1]00PIT $119,00000 E3,63600 $2SO-PII F] 4FOGT CIA FIBERGLASS MANHOLE EA 250I $8,400.82 $210,02050 $10,700PIT $261500 GO $11,11000 $-,]5080 F8 lo'STEEL CASING-CONFLICT STRUCTURES LF Go PIT $245.38 $14,-80 $420PIT $252000I $.l PIT $35,460.0I F9 TRENCH SAFETY FOR WASTEWATER M AN H GTE EA low $]4]95 $1121925 $4500o %75000 $35490 $5,310MIT ='0 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS AL 100 $55,000.00 $55,oG.00 $5500000 $55,OOo0, $SO,"PIT $15,00Ooo -! T 1, 1_$1034,11685 $1112,-. $13]5,]8800 3. MOBILIZATION(MAX 5%OF PART I) LS 100 $1150.00 $1150.00 $13,"PII $13,"PIT $"PIT $],000 oo G2 TRENCHING FOR GAS LINE LF 8,9500o $545 $48,T]].So $33.00 $295,350.00 $1500 $134,25000 G3 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS AL iW $10,Oo000 $10,00000 $10,00000 $1o00000 $10,"Go $1000000 Sub Totals $60,52750 $318,-HIT $151250.HIT Grand Total - $13,018,060.10 $14,63182600 $16,701992.00 Al MOBIDZATION(MAX.5%OF PART A) LS iW $21905.83 $21905.83 E3500090 Mow PIIT WHIM,PIT $9800090 $55,00o80 $55o.PIT A2 BONDS&INSURANCE AL 1 W $106,51188 $106,51188 $84400 PII $m,-PII $184,"PII $184,000PIT $78,000.00 $]8,Oo0.MIT A3 CLEAR RIGHT OF WAY AC low $162997 $16,299.70 $14,10500 $141050W $20,000PIT $200000PIT $4,"PIT $490090, A4 TRAFFIC CONTROL MOBILIZATION LS 1 00 $20194 $20194 $18,]W W $18,]oo9B $111oo90 $11100 W E314,000.DI $314,000.0O A5 TEMPORARY TRAFFIC CONTROL NO 1500 $12,07500 $18112500 $5,500PIT $8250000 $23,... $-,.0. $20,0w PIT $30000090 AG TEMPORARY TRAFFIC MESSAGE BOARD EA 2. $1G'l.So SOSO 500 $21,1B900 $4220000 $200000o $40,0000o $25,000PIT $50,000.00 A] TEMPORARY TRAFFIC CONTROL DESIGN BY A PROFESSIONAL ENGINEER LS iW $45,307 50 $45,30750 $44,80080 $44,800.0I Wo.Go $i5,00080 $35,ow PIT $35,000.00 A8 -PPAND BMPS LS iW $135,541 Go $135,54165 $13860000 $138,6W8o $11000090 $11o,0000o $mow PIT $6a,000.00 A9 SURVEY MONUMENT EA 2. $202.91 E405.82 $-PII $86o.00 $l Goo00 $320090 $-PIT $1-PII A10 BIF RSODDING Sy 10,00000 $1024 $10240000 $9.io $Gl,"PII $G.00 $Go,"PII $10oo $loo,o00.00 All FENCE(IRONANOODICHAINUNK)REMOVAL LF Go.Go $12. $8,316BIG $1150 $7,590.00 $S..D $3,300.00 $23. $15,18000 Al2 FENCE(IRONAVOODICHAIN LIN K)REPLACEM ENT LF 6350o $6300 $w-Go $HGo $48,89500 $44.Oo $2194000 $200 E159]500 A13 TEM PGRARY INTERSECTION SIGNAL ADJUSTM ENTS LS 100 EG99o0.Go $6o,900.00 $23,1009B $23,10000 $11"MII $1100090 Mow PIT $22,o00.00 A14 TRAFFIC CONTROL POLICE OFFICER ASSISTAN CE IT .PII $8925 $3,570W $9200 $368000 5660o $2,6400o $9000 $3,60000 A15 ALLOWAN CE FOR U NANTICIPATED ENVIRON M ENTALISSUES LS iW $S,o00.Go $5,000.0o $500000 SO,"HIT $500090 $5,00000 $5,00090 $5,000 OD A16 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1AT $lo,000.00 $10,o00.00 $10,WO.Oo $10,000PIT $100000o $10,o0o0, $lGoo0.0o $1o000.00 SUU Totals --I - - $77],3]500 $1,076,18000 $1129,13500 DI MOBIDZATION(MAX.5%OF PART B) LS iW $144,87112 $144,87112 $-,OGG 00 $235,"MII $182,000MIT $18200000 $150,o00.00 ilw000.00 B2 STREET EXCAVATION AND EMBANKMENT Sy 33,lo000 $1184 $391904PIT $940 $311,140.PII $13. $430,30000 E22.00 $728,200.00 B3 DEM OUTI ON OF ASPHALT DRIVEWAY Sy 3,20000 $476 $15-PII $30o $9,600.00 $5. $16,000.0o $1190 $35,20000 14 DEMOLITION OFCONCRETE DRIVEWAY Sy 2,70080 $0. $10,-PII $1150 $47,250.00 $7. $18,900.00 $22.Go $59,4900o B5 LIMESTABILIZEDANDCOMPACTEDSUBGRADE(OVERALL&INCHTHICK Sy 26,50000 $1468 $381),02000 $2600 $689,00090 $17 0I $4501 PIT $1800 $4]],000.00 16 REINFORCED CONCRETE PAVEMENT(BJNCH THICK) Sy 26,50000 E58]] $155],4050I $110W $2,915,000W $88W $2332,000.PII $7600 E2014,000.00 B] REINFORCED CONCRETE DRIVEWAY(64NCH THICK) SF -,-0- $1453 $-002. $12W W.,O 0PII $13PIT $304,200.0I $1400 $321600.00 Do REFL PAV MRK 6-IN CH BROKEN YELLOW LF 1-Go $131 $230560 $195 $1,43200 $15o $2640.00 $2.00 $3,52000 B9 REFL PAV M RK 64N CH BROKEN YELLOW LF 41000 $131 11-1. $195 $7.5. $16o $61500 $200 $82000 B10 REFL PAV M RK 6INCH WHITE SOLID LF 14,50000 $079 $11,- $120 $17,40080 $085 $12,32500 $19B $14,500.00 B11 REFL PAV MRK244-11 WHITE SOUD(CRESSWALK AND STOP BAR) LF 100000 $1622 $16,22000 $250o $25,000.Do $17 DO $17,000.00 $1800 $18,Oo000 B12 RAISED PAVEM ENT M ARKERS TYPE II AA EA 10000 $1 Do $w60P $1325 $132500 $9.00 $90o.00 $1000 $TwoDo BID FD RNISH AND I NSTALL N EW REGU IATORY SIGNAGE WITH BASE EA DO Do $934.50 $28,035.00 $060 Do $28,800 DO Mo. $2190000 $-Do $29,-Do B14 REMOVE AND DISPOSE OF EXISTING REGULATORY Si GNAGE WITH BASE FA 27. $3B,. $9,92250 $13000 $3,510.Oo $7500 $2,-DO $1,DO $2,o10 Oo B15 ALLOWANCE FOR UNANTICIPATED STREET IM PROVEM ENTS AL 100 $15Q0000 $150DDON $15o,000HD $15D,000 HD $15D,000 HD $-,ow HD $150,00M $150,DDOM Sub Totals NONNI E3,073,00332 $4,]29,]56 Do $3,941,305 DO $4,01101900 MOBILIZATION(MAX.S%OF PART C) LS 1DO $18,150.00 $18,7W 00 $300000o E30000 Do $25,0000O $25,0000O $30,000.Oo $30000.0o C2 DEN OUR ON OF CON CRETE SIDEWALK IF 27,10000 $037 $10,02700 .$2.10 $56,910Do $060 $16-OO $260 $54,200.00 C3 REINFORCED CONCRETE SI DEWALK L44 NCH TH ICK)N NCLUDIN G 2J NCH IF 55,65000 $697 $38],880.SO $moo $389,550 DO SHOO $445,200.DO $9.Do $500,850.00 C4 REINFORCED CONCRETE CU RB RAM P IF S-Do $2102 $9o,517 Oo $39 Do $130,65000 $30.OD $1D.S 0.0o $2500 $83,75000 CS ALLOWANCE FOR UNANTICIPATED ADA IM PROVEM ENDS AL 1Do $20,000.00 $20,000 DO $20,0o0 DO $2D,HDo.Do $20,0000o $2DH.DO $20,BOD DO $20,000.00 Sub Toiah $2 174 DO $627,11000 .$606,96000 $688,80000 Di• MOBIUZATION(MAX.5%OF PART LS 1DO $254,55583 $254,55583 $340,0000o $34000000 $310,0000O $310,00000 $195,OOo.Oo $195,000.Do D2 CURB AND GUTTER DEMOLITION LF 120000 $509 $3664800 $5.10 $41040.00 $2. $18,000.Oo $700 $50,40000 D3 REMOVAL OF EXISTIN G STORM WATER PIPE(0-) LF 5,90000 $1093 $64,8 DO $1700 $1.,1.. $8.0o $1,200.00 $3700 $218,30000 D4 REMOVAL OF EXISTIN G STORM WATER PIPE(48'a) LF 4,02000 $1161 $4627020 $240o $96,480.00 $200o $80,400.00 $44.00 $176,88000 DS SCHI RE INLET FA 2500 $S734.So $143,364.50 $7�00000 $175,000 DO $6,o0000 $1SPwODO $5,80000 $145,0000o D6 S CURB INLET(10'THROAT) EA 2900 $7.709.DO $223,58942 $%70000 $2813000O Soon $26100o00 $8,9o0 Oo $258,10o 0o D] 6 CURB INLET(15'THROAT) EA 500 $9,922.27 $49,61135 $12,40000 $62,00000 $13,00000 $.'H.oo $10,10000 $53,SOO.W D8 10 CD RE IN LET EA 100 $10,27098 $10,27098 $0'..0 $9,800.Oo $S2W.Oo $820000 $9,10000 $9,-Do D9 SPECIAL CURB INLET(TXDOT) EA 2. $1137206 $22,744.12 $16,00000 $32,00000 $26,00000 $5200000 $20,200.00 $40,400.00 D10 GRATE INLET(2'X 7)CTXGOT) EA 1DO $1,82269 $1,82269 $4,100Do $4,10000 $9,00000 $0,00000 $0000 Oo $6,90000 OF GRATE INLET(4'X 4')(TXDOT) EA 2. $6,43919 $12,81838 .86,io000 $1220000 $10,000DO $20,00000 $SE.oo $16,000.DO D12 SIDEWALK DRAIN EA 9. $3,22251 $29,OW 59 $230000 $20,70000 $3,BOO Do $342oo DD $7,00000 $63,000.Do D13 MODIFY JUNCTION BOX(TXDOT) EA 4. $9,84952 $39,398.08 $13,3000o $53200 DO $320ooDO $128,Ooo DO $9,4DOW $31600.DO D14 MAN HOLE RISER STRUCTU RE EA SO. $2,034.75 $67,1-5 $500000 $16500000 $5,S000O $181,SDOW $10,00000 $330,000 DO D15 SAFETY END TREATM ENT(PARALLEL WALLS) EA 1Do $64,385.32 $64,385.12 $15,1000o $15,1000o $9,6W00 $9-Do $21000 DO $21000.DO D16 TYPE D MANHOLE-4'X4'JUNCTION BOX EA 3. $8,77219 $26,31657 $14,30000 $42,900W $15,20000 $4560o00 $10,30000 $30,900.Ho D17 TYPE D MANHOLE-6X4'JUNCTION BOX EA 300 $10,45154 $313S4.62 $16,30000 $489000o $18,400.Oo $5520000 $13,000 Oo $39,000.Oo 08 TYPE D MANHOLE-6X6 JUNCTION BOX EA 2. $13,11955 $2o-10 $19,90000 $398(1000 $232000O $416,-Go $15,70000 $31400.00 D19 TYPE D MANHOLE-8'X4'JUNCTION BOX EA 6. $17,568.11 $10S40866 $20,-. $143,40000 $27,60000 $165600.DO $16,000.00 $96,000.Oo D. TYPE D MANHOLE-8'X8'JUNCTION BOX EA 6. $19,66956 $118,01736 $27,60000 $165,60000 $36000 DO $216,00000 $.,700.00 $148,200.00 D21 TYPE MANHOLE-S DIA EA 2. $4,17511 $8,350.30 WOOD 0 $18,6W Oo $7,40000 $14,800 DD $1.'0.Do $20,6000o D. 18"RCP(CLASS III) LF 655 Do $11723 $T6,]8565 $200.00 $13100000 $20000 $131000 DO $26100 $17DO5500 D. ROD(CLASS III) LF 75500 $1.AD 1103,15565 $22000 $166,10000 $22000 $166,10000 $277. $29,13500 D. 30'RCP(CIASS III) LF Do Do $171 Do $10,28160 S310 DO $18,6000o $26000 $15,60000 $21400 $H,44000 D. 36'DOE(CIASS III) LF 46000 $20925 $96,25500 $280.00 $128,80000 $25000 $115,00000 $21900 $100,140OF D. 48"RCP(CIASS III) LF 20 DO $3.41 $7,188.20 $49000 Sop.Do $4890o $9,7SOOo $484.Oo $0,680 OD D27 TX3'REINFORCED CONCRETE BOX LF 240 Do $3220o $T'-Do $410.0. E9S..Do $41000 $98,40000 $37100 $90,48000 D. 4'X3'REIN FORCED CONCRETE BOX LF 37500 $35894 $134,60250 $45000 $168,75000 "Do Do $190,O- $46900 $17o,-0 D. 4'X4'REIN FORCED CON CRETE BOX LF 74500 $39592 $294,960.40 $460.00 $342,10000 $52000 $387,40000 $498 Oo $371010 DO D. 5'X3'REINFORCED CONCRETE BOX LF 34000 $43158 $148,T(. $53000 $180,20000 $56000 $19oQoDo $55900 $mwo 0o BOB 5'X4'-FORCED CONCRETE BOX LF 1,1-- $46874 $524,-DO $540.00 $604,800.00 $590.00 .Sfi60,800.Oo S59800 $669,76000 D. 5'XS'REIN FORCED CONCRETE BOX LF 18500 $51174 $94,67190 $57000 $105,45000 $64000 $11040000 $5300 $120,805 DO D. 6-REINFORCED CONCRETE BOX LF 2,015 DO $-. $1,153,10390 %5000 $11.,7.. $700 DO $1410,500.DO $69300 $1196,09500 D34 6'XS'REINFORCED CON CRETE BOX LF 14150o $62854 $92],o96.50 %SO.CO $958,7SO.DO $TSD.Do $1106,250.00 $73200 $1079,70000 D35 6X6 REINFORCED CON CRETE BOX LF 40.Oo %.. $27,546.00 $130.Oo $2920000 $S600o $224OO Oo $-Do $3'-Do D36 -RCP-BENDS EA 1Do $149201 $1492.01 $2,00000 $2,00000 $2wDO $-Do $'-Do $3,30000 D37 6-REINFORCED CONCRETE BOX I5°BENDS EA 1DO $3,61046 $3,61046 $5,00000 $5,3w DO $3,10000 $3,70000 $14,90000 $14,900.DO LOS 5'X4'REIN FORCED CONCRETE BOX DO'BEN US EA 1DO $3,32947 $3,32947 $500000 $5,00000 $3,10000 $3,70000 $12,90000 $12,900.0O D. 6X4'REIN FORCED CON CRETE BOX Do-BEN US EA 2. $3,60153 $121506 5... $10,6W Oo $420000 .$8,400.Oo $14,90000 $29,800.Oo D. REINFORCED CONCRETE CURB AND GUTTER(6INCH)(INCLUDES BASE, LF 14,580 DO $4132 $602,44560 $32 DO $46G-DO $100 $102,.60.Do $2700 $393,660.00 D41 RIPRAP(17)(TXDOT ITEM 432) Sy So Do $1.14 $9,D2]]0 $9200 WOOD DO $19000 $10,450. $25000 $13,]50 Oo D42 TRENCH SAFETY LF S-Do $1. $30461.15 $1 Do $ifi545.75 $700 $59,395.00 $3.00 $25,45500 D. ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS AL 1Do $230,00000 $230,0D000 $230,00000 $23000D OF $23D,OD $230,00000 $230000.00 $230,000.DO $S,.o.657 E6,880,-7D $6,94'1,M. Ei• MOBIDZATION(MAX.5%OF PART E) LS 1AD $42698.57 $42,698.57 $5500000 $SS-DO $6DOOD 00 $6D,000U $WWODO $5D,50U.DO E2 REM OVE ASBESTOS GEM ENT PI PE LF 1,140.00 $1616 $18,42240 $52 UP $59,280.00 $88.9O $66,1200P $37 00 E42,18000 E3 ABAN DON WATERLIN E IN PLACE-CAP AND GROUT LF 5,6]000 $684 $39]8280 $1325 $]5,127. $13 DO $73,710DO $1800 $102,06000 E4 BJN CH DIA GWO PVC WATERLIN E(DR 18) LF S—DO $]0]4 $3]'—DO $64.00 $342,400.00 $9D 50.DO $4810.DO $86.00 $460,10000 ES BJN CH DIA DI WATERLIN E LF 508 Do $839] $42,656.]6 $1200o $60,96000 $11500 558,42000 $12100 $64016. E6 &I NCH BEND(1125DEG) EA 200 $6124 $%148 $]2000 E1,4 o0 $1070 DO $2,140.00 E63600 E12]200 E] &INCH BEND(22.SDEG) EA 30O $6.28 E10Z 4 E52000 E156000 E110000 $3,30000 $66300 $198900 El BA NCH BEND(45DEG) EA 32. M6]864 $2171648 $520 DO $16,64000 $1120DO $3584000 $66300 $21216. E9 BAN CH GATE VALVE&BOX EA DODO $3,311 $115,66170 $21B90O $]3,8000P $28]0D0 $10045000 $2,414. $84,49000 E10 IT X 0'TAPPIN G SLEEVE EA 1AD $5,]]519 $5,7111 $360000 $3,600 DO $B,S000O EB,SW 0O W,54000 8954000 E11 IT X6'TEE EA 90O $85]89 $�]21.1 $]3000 $.'—DO $128000 $1152000 $W6 DO SO 2T OF E12 0'X O'TEE EA 4. $9]326 $3,893.04 $—DO $2-00 $14000O $5,60000 $10U300 $4,.12 DO E13 &I NCH TIEAN CONNECTION EA 500 E2,302.40 $11512 Do $2,70.DO $13,SWW $3"O)D" $18,000 CO $4,613 DO $23,O65.DO E14 —CH DIA GWO PVC WATERLINE 18) LF 111 $63.2] $20,24640 $11000 $35,20000 $112. M35,84000 $12800 $4096000 E15 6ANCH DIA DI WATERLINE LF 19500 $]109 $13,94055 E150.00 E29,25000 $11200 E2184000 Ei]600 E3432000 Ei6 &IN CHBEN DD—DEG) EA iW $42768 M42]68 $39000 $39000 $880.00 $BBO.DO $014DO $5141 Ei] -CH BE D(22.5 DEG) EA 1500 $486.21 $12WIS $38000 -,WOO $88000 $1320000 [WHOU $7�- DO E18 —CH BEND(45 DEG) EA 22.0O $52494 $11548.68 $43000 $946000 $900 D0 $19,800 DO $SHOO $11,3]40O E19 6ANCH GATE VALVE&BOX EA 9. $26'16 $23,81144 116000O $14,4000O $25W00 $125W 0O $189000 $1],01000 E20 &I NCH TIEAN CONNECTION FA 90O $1 D164. 117,248.32 $250000 $22-00 $246000 $22,14000 $3,.1DO $32611 .1 FIRE HYDRANTASSEMBLY(TYPE1)ONCLDpNGFH,VALVEANDDILFAD) FA 300 $2,185.82 $6,-46 $9]0000 $26,10000 $],890 DO $236]000 $10,60500 $31815 DO E22 FIREHYDRANTASSEMBLY(TYPE2)(INGIL HUNG FH,VALVEAN DID LEAD) FA 10. $],43201 $111480.15 $630000 $94509W SO,— $13860000 EB,838 CO $132,—CO E23 SERVICEDNEREPIACEMENTHLONG) FA 45 UP $283]44 $12],684.80 $18000o 1.5,SW00 S3,]o0 DO $166,W000 M3,535 DO $1 SO—OO E24 SERVICE LINE REPIACEM ENT(SHORT) FA 22 DO $2,... $45,91'48 $1]OO DO $37,40000 $230000 ESO600DO $2,52500 $S5,—DO E25 TRENCH SAFETY LF S—OO $359 $20,355 DO $195 $11056.SO $250 $14,175 DO E4.00 $22,68000 E26 ALLOWANCE FOR UNANTICIPATED WATER IN PROVEN ENTS AL 1UP $W,9D000 $5D,00000 $50,0000U $W'D.DO $W,000 0O $59DU0 DO $590000O $W,9DD.DO Sub Totals $114],06368 $1133,55400 $150484500 -- $14681 DO DO Fi• MOBILIZATION(MAX.5%OF PART F) Lg iW 133,2WOO $33,250.00 $54000 UP $5400000 $5800000 ESSOWUP $50,111 $So,500.00 F2 BYPASS PUMPING Lg iW $39,63906 $39,63906 $8320000 $B3,20000 $]],000.00 $T/,Uro CO $80,800W $80,800.W F3 &INCH FORCEMAIN ADJUSTMENTS(70 LF) LS 100 $7,492.94 $�492.94 M660000 $6,BUD 0o $13300DO $13,300 DO M5,39800 $5,-00 F4 REMOVE AND REPLACE D'DR 26 WASTEWATER LINE(6'-&'DEPTH) LF 6,05000 $811] $4910]8 SO $]900 $4H,950.0O $12500 $]56,211 $9700 $586,85000 F5 TRENCHSAFETY REMOVE&REPLACE WASTEWATER LINE OT-&'DEPTH) LF 6,05000 $359 $21719W $250 $15,125 UP S3.UP $18,150.00 $4.Do $24,20000 F6 WASTEWATER SERVICE RECONSTRUCTION EA 70M $2'14249 $149,9]430 $1]0000 $119,-11 $16000O $112,00BUD $3,63600 $2S4,52000 F] 4FOOTDIAFIBERGLASSMANHOLE EA 2500 $8,400.82 $210,02050 $10,50000 $262,50000 $920000 $23000000 $11,110 DO $2H,7So.00 FB 18"STEEL CASING-CONFLICTSTRUCTURES LF 6000 $245.38 $14,]22.80 $41000 $24,60000 $465 DO $27,90000 $.I 00 $35,—DO FB THEN CH SAFETY FOR WASTEWATER M AN H GTE FA 150D $]4]95 $112192' $440.00 $660000 $1]0 DO $25DOW $354 DO $5,310DO FiU ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS AL 1UP E55,o0O.DO $55,00000 $%'ODU 00 $5500000 $55000.DO $55,000 DO $S5,000.0P $55,0D0.0O Sub Totals $1 034,11685 $13SO l.00 G1 MOBILIZATION(MAX .S%OF PART I) LS 1DO $1]50.00 $1]50.U0 $13,000 DO $13,00000 $1100000 $1100000 $7,00000 $700000 G2 TRENCHING FOR GAS LINE LF 8,95000 $545 s.'—.IF $32 DO $286,TOO.0O $2800 $250,600.DO $150o $134,250 DO G3 ALLOWANCE FOR U NANTICIPATED GAS I M PROVEM ENTS AL 1DO $10,0000U SID=DE $19000 DO $10,000DO $10,0000O $190D0 DO $19Doo 0o $1900o.DO Sub Totals MI 52750 E309—Do $2716OO DO $15125000 Grano Total $12,563,95174 $15,I-,S5625 $1O.-L 3500 E16169941 DO RFB 6628 Starlite Lane(Violet and Leopard)23153 ID'.RFB 6628 Itern Description Unit Quantity MakoContracting Total J Canal W-Total GO UNDERGROUND LLC Total Al MOBILIZATION(MAX 5%OF PART A) LS 1.00 $50,000.00 $50,000.00 $49,890.79 $49,890.79 $35,000.00 $35,000.00 A2 BONDS B INSURANCE AL 1.00 $198,000.00 $198,000.00 $102,600.00 $102,600.00 $150,000.00 $150,000.00 A3 CLEARRIGHTOFWAY AC 10.00 $40,000.00 $400,000.00 $12,940.08 $129,400.80 $15,000.00 $150,000.00 A4 OZONE DAYS EA 5.00 $1.00 $5.00 $85.50 $427.50 $500.00 $2,500.00 A5 TRAFFIC CONTROL MOBILIZATION LS 1.00 $14,938.50 $14,938.50 $380,000.00 $380,000.00 $48,000.00 $48,000.00 A6 TEMPORARY TRAFFIC CONTROL MO 15.00 $1,753.65 $26,304.75 $27,711.66 $415,674.90 $3,200.00 $48,000.00 A7 TEMPORARY TRAFFIC MESSAGE BOARD EA 2.00 $23,706.75 $47,413.50 $15,000.00 $30,000.00 $24,000.00 $48,000.00 A8 TEMPORARY TRAFFIC CONTROL DESIGN BY A PROFESSIONAL LS 1.00 $262,500.00 $262,500.00 $85,500.00 $85,500.00 $10,000.00 $10,000.00 A9 SWPPP AND EMIRS LS 1.00 $75,000.00 $75,000.00 $17,100.00 $17,100.00 $22,000.00 $22,000,00 A10 SURVEY MONUMENT EA 2.00 $500.00 $1,000.00 $1,368.00 $2,736.00 $11,000.00 $22,000.00 Al BLOCKSODDING Sy 10,000.00 $11.00 $110,000.00 $9.12 $91,200.00 $2.20 $22,000.00 Al2 FENCE(IRONM/OOD/CHAINLINK)REMOVAL LF 660.00 $20.00 $13,200.00 $62.70 $41,382.00 $80.00 $52,800.00 A13 FENCE(IRON/WOOD/CHAINLINK)REPLACEMENT LF 635.00 $75.00 $47,625.00 $108.30 $68,770.50 $80.00 $50,800.00 A14 TEMPORARY INTERSECTION SIGNAL ADJUSTMENTS LS 1.00 $10,000.00 $10,000.00 $17,100.00 $17,100.00 $105,000.00 $105,000.00 A15 TRAFFIC CONTROL POLICE OFFICER ASSISTANCE HR 40.00 $75.00 $3,000.00 $142.50 $5,700.00 $180.00 $7,200.00 A16 ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES LS 1.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 A17 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000,00 $10,000.00 Sub Totals $1,273,986.75 $1,452,482.49 $788,300.00 PART B-STREET IMPROVEMENTS B1 MOBILIZATION(MAX 5%OF PART B) LS 1.00 $175,000.00 $175,000.00 $273,038.75 $273,038.75 $80,000.00 $80,000.00 B2 STREET EXCAVATION AND EMBANKMENT Sy 33,100.00 $24.00 $794,400.00 $35.00 $1,158,500.00 $12.00 $397,200.00 B3 DEMOLITION OF ASPHALT DRIVEWAY Sy 3,200.00 $8.00 $25,600.00 $5.61 $17,952.00 $12.00 $38,400.00 B4 DEMOLITION OF CONCRETE DRIVEWAY Sy 2,700.00 $36.00 $97,200.00 $5.61 $15,147.00 $12.00 $32,400.00 B5 LIME STABILIZED AND COMPACTED SUBGRADE(OVERALL B-INCH Sy 26,500.00 $20.00 $530,000.00 $20.00 $530,000.00 $7.27 $192,655.00 B6 CRUSHED LIMESTONE FLEX BASE(11-INCH THICK) Sy 26,500.00 $40.00 $1,060,000.00 $67.00 $1,775,500.00 $37.04 $981,560.00 B7 HMAC(TYPE D)(FINAL SURFACE)(4-INCH THICK) Sy 26,500.00 $44.81 $1,187,465.00 $42.00 $1,113,000.00 $34.32 $909,480.00 B8 PRIME COAT(MC-30)(0.15 GAUSY) GAL 4,000.00 $6.90 $27,600.00 $5.00 $20,000.00 $12.00 $48,000.00 B9 SINGLE COURSE SURFACE TREATMENT(UNDERSEAL) Sy 26,500.00 $7.15 $189,475.00 $5.00 $132,500.00 $8.00 $212,000.00 B10 REINFORCED CONCRETE DRIVEWAY(6-INCH THICK) SF 23,400.00 $10.00 $234,000.00 $14.65 $342,810.00 $10.63 $248,742.00 B11 REFL PAV MRK 6-INCH BROKEN YELLOW LF 1,760.00 $1.32 $2,323.20 $1.25 $2,200.00 $2.58 $4,540.80 B12 REEL PAV MRK 6-INCH YELLOW SOLID LF 410.00 $1.32 $541.20 $1.25 $512.50 $1.50 $615.00 B13 REEL PAV MRK6-INCH WHITE SOLID LF 14,500.00 $0.82 $11,890.00 $0.78 $11,310.00 $1.50 $21,750.00 B14 REEL PAV MRK24-INCH WHITE SOLID(CROSSWALKAND STOP BAR)LF 1,000.00 $16.80 $16,800.00 $15.96 $15,960.00 $12.00 $12,000.00 B15 RAISED PAVEMENT MARKERS TYPE II A-A EA 100.00 $9.00 $900.00 $8.55 $855.00 $10.00 $1,000.00 B16 FURNISH AND INSTALL NEW REGULATORY SIGNAGE WITH BASE` EA 30.00 $1,002.00 $30,060.00 $1,026.00 $30,780.00 $700.00 $21,000.00 B17 REMOVE AND DISPOSE OF EXISTING REGULATORY SIGNAGE WITH EA 27.00 $78.00 $2,106.00 $75.00 $2,025.00 $1.00 $27.00 B18 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS AL 1.00 $150,000.00 $150,000.00 $150,000,00 $150,000,00 $150,000.00 $150,000.00 Sub Totals $4,535,360.40 $5,592,090.25 $3,351,369.80 -1 MOBILIZATION(MAX 5%OF PART C) LS 1.00 $30,000.00 $30,000.00 $29,934.49 $29,934.49 $12,000.00 $12,000.00 02 DEMOLITION OF CONCRETE SIDEWALK SF 27,100.00 $2.25 $60,975.00 $0.62 $16,802.00 $3.00 $81,300.00 C3 REINFORCED CONCRETE SIDEWALK(4-INCH THICK)(INCLUDING 2- SF 55,650.00 $8.75 $486,937.50 $9.41 $523,666.50 $8.82 $490,833.00 04 REINFORCED CONCRETE CURB RAMP SF 3,350.00 $25.00 $83,750.00 $44.34 $148,539.00 $17.99 $60,266.50 C5 ALLOWANCE FOR UNANTICIPATED ADA IMPROVEMENTS AL 1.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 Sub Totals � ... ... -. PART D-STORM WATER IMPROVEMENTS D1 MOBILIZATION(MAX 5 OF PART D) LS 1.00 $200,000.00 $200,000.00 $304,000.00 $304,000.00 $80,000.00 $80,000.00 D2 CURB AND GUTTER DEMOLITION LF 7,200.00 $8.00 $57,600.00 $3.74 $26,928.00 $6.00 $43,200.00 D3 REMOVAL OF EXISTING STORMWATER PIPE(0-48') LF 5,900.00 $28.00 $165,200.00 $11.21 $66,139.00 $8.00 $47,200.00 D4 REMOVAL OF EXISTING STORMWATER PIPE(48'4) LF 4,020.00 $39.20 $157,584.00 $32.03 $128,760.60 $8.00 $32,160.00 D5 5'CURB INLET EA 25.00 $6,496.00 $162,400.00 $9,177.24 $229,431.00 $4,555.00 $113,875.00 D6 5'CURB INLET(10'THROAT) EA 29.00 $11,550.00 $334,950.00 $10,051.78 $291,501.62 $4,665.00 $135,285.00 D7 5'CURB INLET(15'THROAT) EA 5.00 $7,820.00 $39,100.00 $12,580.90 $62,904.50 $8,200.00 $41,000.00 IDS 10'CURB INLET EA 1.00 $8,280.00 $8,280.00 $18,409.41 $18,409.41 $7,525.00 $7,525.00 D9 SPECIAL CURB INLET(TXDOT) EA 2.00 $10,580.00 $21,160.00 $11,467.53 $22,935.06 $8,025.00 $16,050.00 D10 GRATE INLET(2'X 2')(IXDOT) EA 1.00 $4,715.00 $4,715.00 $9,175.90 $9,175.90 $7,525.00 $7,525.00 D11 GRATE INLET(4'X4')(TXDOT) EA 2.00 $7,475.00 $14,950.00 $9,178.03 $18,356.06 $8,550.00 $17,100.00 D12 SIDEWALKDRAIN EA 9.00 $2,500.00 $22,500.00 $9,177.30 $82,595.70 $4,500.00 $40,500.00 013 MODIFY JUNCTION BOX(TXDOT) EA 4.00 $12,650.00 $50,600.00 $9,176.95 $36,707.80 $6,800.00 $27,200.00 D14 MANHOLE RISER STRUCTURE EA 33.00 $6,670.00 $220,110.00 $4,227.02 $139,491.66 $6,075.00 $200,475.00 D15 SAFETY END TREATMENT(PARALLEL WALLS) EA 1.00 $25,000.00 $25,000.00 $9,175.50 $9,175.50 $22,000.00 $22,000.00 D16 TYPE D MANHOLE-4'X4'JUNCTION BOX EA 3.00 $12,765.00 $38,295.00 $6,145.26 $18,435.78 $7,550.00 $22,650.00 D17 TYPE D MANHOLE-6'X4'JUNCTION BOX EA 3.00 $13,455.00 $40,365.00 $10,971.78 $32,915.34 $8,550.00 $25,650.00 D18 TYPE D MANHOLE-6'X6'JUNCTION BOX EA 2.00 $15,870.00 $31,740.00 $9,661.92 $19,323.84 $10,025.00 $20,050.00 D19 TYPE D MANHOLE-8'X4'JUNCTION BOX EA 6.00 $17,250.00 $103,500.00 $18,273.44 $109,640.64 $10,550.00 $63,300.00 D20 TYPE D MANHOLE-8'X8'JUNCTION BOX EA 6.00 $25,300.00 $151,800.00 $25,080.08 $150,480.48 $11,616.00 $69,696.00 D21 TYPE A MANHOLE-5'DIA EA 2.00 $9,660.00 $19,320.00 $7,569.19 $15,138.38 $7,165.00 $14,330.00 D22 18"RCP(CLASS III) LF 655.00 $138.00 $90,390.00 $117.01 $76,641.55 $80.56 $52,766.80 D23 24"RCP(CLASS III) LF 755.00 $155.25 $117,213.75 $142.47 $107,564.85 $86.45 $65,269.75 D24 30"RCP(CLASS III) LF 60.00 $201.25 $12,075.00 $164.21 $9,852.60 $115.93 $6,955.80 D25 36"RCP(CLASS III) LF 460.00 $232.30 $106,858.00 $215.00 $98,900.00 $146.28 $67,288.80 D26 48"RCP(CLASS III) LF 20.00 $289.80 $5,796.00 $530.00 $10,600.00 $246.00 $4,920.00 D27 3'X3'REINFORCED CONCRETE BOX LF 240.00 $399.05 $95,772.00 $440.58 $105,739.20 $744.00 $178,560.00 D28 4'X3'REINFORCED CONCRETE BOX LF 375.00 $433.00 $162,375.00 $484.58 $181,717.50 $492.00 $184,500.00 D29 4'X4 REINFORCED CONCRETE BOX LF 745.00 $531.30 $395,818.50 $532.48 $396,697.60 $611.00 $455,195.00 D30 5'X3'REINFORCED CONCRETE BOX LF 340.00 $576.15 $195,891.00 $594.97 $202,289.80 $647.00 $219,980.00 D31 5'X4'REINFORCED CONCRETE BOX LF 1,120.00 $615.25 $689,080.00 $641.99 $719,028.80 $697.00 $780,640.00 D32 5'X5'REINFORCED CONCRETE BOX LF 185.00 $672.75 $124,458.75 $676.65 $125,180.25 $741.00 $137,085.00 D33 6'X4 REINFORCED CONCRETE BOX LF 2,015.00 $700.00 $1,410,500.00 $765.75 $1,542,986.25 $771.84 $1,555,257.60 D34 6'X5'REINFORCED CONCRETE BOX LF 1,475.00 $840.65 $1,239,958.75 $805.35 $1,187,891.25 $802.24 $1,183,304.00 D35 6'X6'REINFORCED CONCRETE BOX LF 40.00 $840.65 $33,626.00 $900.44 $36,017.60 $846.40 $33,856.00 D36 24"RCP 30'BENDS EA 1.00 $2,875.00 $2,875.00 $3,252.77 $3,252.77 $553.00 $553.00 D37 6'X4'REINFORCED CONCRETE BOX 15'BENDS EA 1.00 $18,400.00 $18,400.00 $6,965.48 $6,965.48 $11,227.64 $11,227.64 D38 5'X4'REINFORCED CONCRETE BOX 30"BENDS EA 1.00 $16,100.00 $16,100.00 $10,059.41 $10,059.41 $9,578.24 $9,578.24 D39 6'X4 REINFORCED CONCRETE BOX 30'BENDS EA 2.00 $18,400.00 $36,800.00 $10,059.50 $20,119.00 $11,227.64 $22,455.28 D40 REINFORCED CONCRETE CURB AND GUTTER(6-INCH)(INCLUDES LF 14,580.00 $30.00 $437,400.00 $52.25 $761,805.00 $28.00 $408,240.00 D41 RIPRAP(12")(TXDOT ITEM 432) BY 55.00 $150.00 $8,250.00 $220.93 $12,151.15 $100.00 $5,500.00 D42 TRENCH SAFETY LF 8,485.00 $5.00 $42,425.00 $2.28 $19,345.80 $3.89 $33,006.65 D43 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS AL 1.00 $230,000.00 $230,000.00 $230,000.00 $230,000.00 $230,000,00 $230,000.00 Sub Totals $7,341,231.75 $7,657,252.13 $6,692,910.56 PART E-WATER IMPROVEMENTS E1 MOBILIZATION(MAX 5 OF PART E) LS 1.00 $35,000.00 $35,000.00 $39,912.62 $39,912.62 $12,000.00 $12,000.00 E2 REMOVE ASBESTOS CEMENT PIPE LF 1,140.00 $36.00 $41,040.00 $17.10 $19,494.00 $120.00 $136,800.00 E3 ABANDON WATERLINE IN PLACE-CAP AND GROUT LF 5,670.00 $33.60 $190,512.00 $4.56 $25,855.20 $11.88 $67,359.60 E4 8-INCH DIA C900 PVC WATERLINE(DR 18) LF 5,350.00 $94.00 $502,900.00 $56.32 $301,312.00 $78.30 $418,905.00 E5 8-INCH DIA DI WATERLINE LF 508.00 $117.60 $59,740.80 $128.02 $65,034.16 $96.97 $49,260.76 E6 8-INCH BEND(11.25 DEG) EA 2.00 $780.00 $1,560.00 $795.32 $1,590.64 $1,155.00 $2,310.00 E7 8-INCH BEND(22.5 DEG) EA 3.00 $822.00 $2,466.00 $826.68 $2,480.04 $1,175.00 $3,525.00 E8 8-INCH BEND(45 DEG) EA 32.00 $1,140.00 $36,480.00 $857.59 $27,442.88 $1,192.50 $38,160.00 E9 8-INCH GATE VALVE 8 BOX EA 35.00 $3,000.00 $105,000.00 $2,783.72 $97,430.20 $2,557.71 $89,519.85 E10 8"X8"TAPPING SLEEVE EA 1.00 $9,840.00 $9,840.00 $2,838.57 $2,838.57 $3,805.00 $3,805.00 E71 8"X6"TEE EA 9.00 $1,170.00 $10,530.00 $733.86 $6,604.74 $1,355.56 $12,200.04 E12 8"X8"TEE EA 4.00 $1,230.00 $4,920.00 $1,229.10 $4,916.40 $1,460.00 $5,840.00 E13 8-INCH TIE-IN CONNECTION EA 5.00 $3,360.00 $16,800.00 $3,152.55 $15,762.75 $3,690.00 $18,450.00 E14 6-INCH DIA C900 PVC WATERLINE(DR 18) LF 320.00 $85.20 $27,264.00 $69.24 $22,156.80 $72.24 $23,116.80 E15 6-INCH DIA DI WATERLINE LF 195.00 $110.40 $21,528.00 $110.08 $21,465.60 $105.15 $20,504.25 E16 6-INCH BEND(11.25 DEG) EA 1.00 $718.75 $718.75 $734.70 $734.70 $995.00 $995.00 E17 6-INCH BEND(22.5 DEG) EA 15.00 $741.75 $11,126.25 $733.86 $11,007.90 $1,055.00 $15,825.00 E18 6-INCH BEND(45 DEG) EA 22.00 $1,006.25 $22,137.50 $733.90 $16,145.80 $1,090.00 $23,980.00 E19 6-INCH GATE VALVE 8 BOX EA 9.00 $1,725.00 $15,525.00 $2,041.18 $18,370.62 $1,958.89 $17,630.01 E20 6-INCH TIE-IN CONNECTION EA 9.00 $3,220.00 $28,980.00 $3,059.73 $27,537.57 $6,840.00 $61,560.00 E21 FIRE HYDRANT ASSEMBLY(TYPE 1)(INCLUDING FH,VALVE AND DI EA 3.00 $9,775.00 $29,325.00 $7,669.68 $23,009.04 $9,903.33 $29,709.99 E22 FIRE HYDRANT ASSEMBLY(TYPE 2)(INCLUDING FH,VALVE AND DI EA 15.00 $9,660.00 $144,900.00 $8,288.46 $124,326.90 $10,260.67 $153,910.05 E23 SERVICE LINE REPLACEMENT(LONG) EA 45.00 $1,380.00 $62,100.00 $1,335.27 $60,087.15 $1,525.64 $68,653.80 E24 SERVICE LINE REPLACEMENT(SHORT) EA 22.00 $1,132.75 $24,920.50 $1,366.27 $30,057.94 $1,494.59 $32,880.98 E25 TRENCH SAFETY LF 5,670.00 $2.50 $14,175.00 $2.28 $12,927.60 $4.65 $26,365.50 E26 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS AL 1.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 Sub Totals $1,028,501.82 $1,383,266.63 PART F-WASTEWATER IMPROVEMENTS F1 MOBILIZATION(MAX 5 OF PART F) LS 1.00 $50,000.00 $50,000.00 $45,000.00 $45,000.00 $12,000.00 $12,000.00 F2 BYPASS PUMPING LS 1.00 $118,450.00 $118,450.00 $74,100.00 $74,100.00 $120,000.00 $120,000.00 F3 6-INCH FORCEMAIN ADJUSTMENTS(70 LF) LS 1.00 $11,270.00 $11,270.00 $17,239.79 $17,239.79 $14,497.00 $14,497.00 F4 REMOVE AND REPLACE 8"DR 26 WASTEWATER LINE(6'-8'DEPTH) LF 6,050.00 $101.20 $612,260.00 $113.50 $686,675.00 $80.15 $484,907.50 F5 TRENCH SAFETY REMOVE 8 REPLACE WASTEWATER LINE(6'-8' LF 6,050.00 $3.45 $20,872.50 $2.28 $13,794.00 $5.64 $34,122.00 F6 WASTEWATER SERVICE RECONSTRUCTION EA 70.00 $1,610.00 $112,700.00 $4,000.55 $280,038.50 $1,545.26 $108,168.20 F7 4-FOOT DIA FIBERGLASS MANHOLE EA 25.00 $10,120.00 $253,000.00 $7,529.28 $188,232.00 $5,585.28 $139,632.00 F8 18"STEEL CASING-CONFLICT STRUCTURES LF 60.00 $517.50 $31,050.00 $382.21 $22,932.60 $349.50 $20,970.00 F9 TRENCH SAFETY FOR WASTEWATER MANHOLE EA 15.00 $488.75 $7,331.25 $399.00 $5,985,00 $2,200.00 $33,000.00 F10 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS AL 1.00 $55,000.00 $55,000.00 $55,000.00 $55,000.00 $55,000.00 $55,000.00 Sub Totals $1,271,933.75 $1,388,996.89 $1,022,296.70 PART G-GAS IMPROVEMENTS Gt MOBILIZATION(MAX 5%OF PART I) LS 1.00 $10,000.00 $10,000.00 $1,663.03 $1,663.03 $2,000.00 $2,000.00 G2 TRENCHING FOR GAS LINE LF 8,950.00 $30.00 $268,500.00 $10.80 $96,660.00 $12.00 $107,400.00 G3 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS AL 1.00 $10,000.00 $10,000.00 $10,000.00 $10,000.00 $10,000,00 $10,000,00 Sub Totals $288,500.00 $108,323.03 $119,400.00 Grand Total $16,862,163.95 $17,966,588.60 $14,021,943.19 PA A-GENERAL Al MOBILIZATION(MAX 5%OF PART A) LS 1.00 $50,000.00 $50,000.00 $50,192.26 $50,192.26 $30,000.00 $30,000.00 A2 BONDS B INSURANCE AL 1.00 $198,000.00 $198,000.00 $102,600.00 $102,600.00 $220,000.00 $220,000.00 A3 CLEARRIGHTOFWAY AC 10.00 $40,000.00 $400,000.00 $13,018.27 $130,182.70 $15,000.00 $150,000.00 A4 TRAFFIC CONTROL MOBILIZATION LS 1.00 $15,000.00 $15,000.00 $380,000.00 $380,000.00 $48,000.00 $48,000.00 A5 TEMPORARY TRAFFIC CONTROL MO 15.00 $1,750.00 $26,250.00 $27,810.22 $417,153.30 $3,200.00 $48,000.00 A6 TEMPORARY TRAFFIC MESSAGE BOARD EA 2.00 $23,700.00 $47,400.00 $15,000.00 $30,000.00 $24,000.00 $48,000.00 A7 TEMPORARY TRAFFIC CONTROL DESIGN BY A PROFESSIONAL LS 1.00 $262,500.00 $262,500.00 $85,500.00 $85,500.00 $10,000.00 $10,000.00 A8 SWPPP AND BMPS LS 1.00 $75,000.00 $75,000.00 $17,100.00 $17,100.00 $22,000.00 $22,000.00 A9 SURVEY MONUMENT EA 2.00 $500.00 $1,000.00 $1,368.00 $2,736.00 $11,000.00 $22,000.00 A10 BLOCKSODDING BY 10,000.00 $12.00 $120,000.00 $9.12 $91,200.00 $2.20 $22,000.00 Al FENCE(IROWWOOD/CHAINLINK)REMOVAL LF 660.00 $20.00 $13,200.00 $62.70 $41,382.00 $40.00 $26,400.00 Al2 FENCE(IRON/WOOD/CHAINLINK)REPLACEMENT LF 635.00 $75.00 $47,625.00 $108.30 $68,770.50 $40.00 $25,400.00 A13 TEMPORARY INTERSECTION SIGNAL ADJUSTMENTS LS 1.00 $10,000.00 $10,000.00 $17,100.00 $17,100.00 $105,000.00 $105,000.00 A14 TRAFFIC CONTROL POLICE OFFICER ASSISTANCE HR 40.00 $100.00 $4,000.00 $142.50 $5,700.00 $180.00 $7,200.00 A15 ALLOWANCE FOR UNANTICIPATED ENVIRONMENTAL ISSUES LS 1.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 $5,000.00 A16 ALLOWANCE FOR UNANTICIPATED GENERAL ACTIVITIES AL 1.00 $10,000.00 $10,000.00 $10,000,00 $10,000,00 $10,000.00 $10,000,00 Sub Totals $1,284,975.00 $1,454,616.76 $799,000.00 PART B-STREET IMPROVEMENTS B1 MOBILIZATION(MAX 5%OF PART B) LS 1.00 $150,000.00 $150,000.00 $215,000.00 $215,000.00 $150,000.00 $150,000.00 B2 STREET EXCAVATION AND EMBANKMENT By 33,100.00 $15.00 $496,500.00 $35.00 $1,158,500.00 $12.00 $397,200.00 B3 DEMOLITION OF ASPHALT DRIVEWAY By 3,200.00 $7.00 $22,400.00 $5.64 $18,048.00 $12.00 $38,400.00 B4 DEMOLITION OF CONCRETE DRIVEWAY By 2,700.00 $36.00 $97,200.00 $5.64 $15,228.00 $12.00 $32,400.00 B5 LIME STABILIZED AND COMPACTED SUBGRADE(OVERALL B-INCH By 26,500.00 $20.00 $530,000.00 $20.00 $530,000.00 $7.27 $192,655.00 B6 REINFORCED CONCRETE PAVEMENT(8-INCH THICK) By 26,500.00 $91.00 $2,411,500.00 $90.20 $2,390,300.00 $280.00 $7,420,000.00 B7 REINFORCED CONCRETE DRIVEWAY(6-INCH THICK) SF 23,400.00 $10.00 $234,000.00 $14.65 $342,810.00 $10.63 $248,742.00 B8 REFL PAV MIRK 6-INCH BROKEN YELLOW LF 1,760.00 $1.50 $2,640.00 $1.25 $2,200.00 $2.58 $4,540.80 B9 REFL PAV MIRK 6-INCH BROKEN YELLOW LF 410.00 $1.50 $615.00 $1.25 $512.50 $1.50 $615.00 B10 REEL PAV MRK6-INCH WHITE SOLID LF 14,500.00 $0.90 $13,050.00 $0.78 $11,310.00 $1.50 $21,750.00 B11 REEL PAV MRK24-INCH WHITE SOLID(CROSSWALKAND STOP BAR)LF 1,000.00 $18.54 $18,540.00 $15.96 $15,960.00 $12.00 $12,000.00 B12 RAISED PAVEMENT MARKERS TYPE II A-A EA 100.00 $9.90 $990.00 $8.55 $855.00 $10.00 $1,000.00 B13 FURNISH AND INSTALL NEW REGULATORY SIGNAGE WITH BASE EA 30.00 $1,002.00 $30,060.00 $1,026.00 $30,780.00 $700.00 $21,000.00 B14 REMOVE AND DISPOSE OF EXISTING REGULATORY SIGNAGE WITH EA 27.00 $78.00 $2,106.00 $75.00 $2,025.00 $1.00 $27.00 B15 ALLOWANCE FOR UNANTICIPATED STREET IMPROVEMENTS AL 1.00 $150,000.00 $150,000.00 $150,000.00 $150,000.00 $150,000,00 $150,000,00 Sub Totals jill� $4,159,601.00 $4,883,528.50 $8,690,329.80 C1 MOBILIZATION(MAX 5 OF PART C) LS 1.00 $30,000.00 $30,000.00 $30,115.37 $30,115.37 $25,000.00 $25,000.00 C2 DEMOLITION OF CONCRETE SIDEWALK SF 27,100.00 $2.25 $60,975.00 $0.62 $16,802.00 $3.00 $81,300.00 C3 REINFORCED CONCRETE SIDEWALK(41NCH THICK)(INCLUDING 2- SF 55,650.00 $8.50 $473,025.00 $9.47 $527,005.50 $8.82 $490,833.00 C4 REINFORCED CONCRETE CURB RAMP SF 3,350.00 $25.00 $83,750.00 $44.61 $149,443.50 $17.99 $60,266.50 C5 ALLOWANCE FOR UNANTICIPATED ADA IMPROVEMENTS AL 1.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 $20,000.00 Sub Totals $743,366.37 PART D-STORM WATER IMPROVEMENTS C1 MOBILIZATION(MAX 5%OF PART D) LS 1.00 $200,000.00 $200,000.00 $304,000.00 $304,000.00 $180,000.00 $180,000.00 D2 CURB AND GUTTER DEMOLITION LF 7,200.00 $8.00 $57,600.00 $3.76 $27,072.00 $6.00 $43,200.00 D3 REMOVAL OF EXISTING STORMWATER PIPE(0-48") LF 5,900.00 $28.00 $165,200.00 $11.28 $66,552.00 $8.00 $47,200.00 D4 REMOVAL OF EXISTING STORMWATER PIPE(48'4) LF 4,020.00 $39.20 $157,584.00 $32.23 $129,564.60 $8.00 $32,160.00 IDS 5'CURB INLET EA 25.00 $6,496.00 $162,400.00 $9,232.70 $230,817.50 $5,263.00 $131,575.00 D6 5'CURB INLET(10'THROAT) EA 29.00 $11,550.00 $334,950.00 $10,112.52 $293,263.08 $5,265.86 $152,709.94 D7 5'CURB INLET(15'THROAT) EA 5.00 $7,820.00 $39,100.00 $12,565.92 $62,829.60 $8,800.00 $44,000.00 D8 10'CURB INLET EA 1.00 $8,280.00 $8,280.00 $18,520.65 $18,520.65 $8,125.00 $8,125.00 D9 SPECIAL CURB INLET(TXDOT) EA 2.00 $10,580.00 $21,160.00 $11,536.83 $23,073.66 $8,625.00 $17,250.00 D10 GRATE INLET(2'X 2')(IXDOT) EA 1.00 $4,715.00 $4,715.00 $9,231.35 $9,231.35 $8,125.00 $8,125.00 D11 GRATE INLET(4'X4')ITXDOT) EA 2.00 $7,475.00 $14,950.00 $9,233.49 $18,466.98 $8,625.00 $17,250.00 D12 SIDEWALKDRAIN EA 9.00 $2,500.00 $22,500.00 $9,232.75 $83,094.75 $4,500.00 $40,500.00 D13 MODIFY JUNCTION BOX(TXDOT) EA 4.00 $12,650.00 $50,600.00 $9,232.41 $36,929.64 $6,800.00 $27,200.00 D14 MANHOLE RISER STRUCTURE EA 33.00 $6,670.00 $220,110.00 $4,262.56 $140,664.48 $6,075.00 $200,475.00 D15 SAFETY END TREATMENT(PARALLEL WALLS) EA 1.00 $25,000.00 $25,000.00 $9,231.35 $9,231.35 $22,000.00 $22,000.00 D16 TYPE D MANHOLE-4'X4 JUNCTION BOX EA 3.00 $12,765.00 $38,295.00 $6,182.39 $18,547.17 $7,550.00 $22,650.00 D17 TYPE D MANHOLE-6'X4'JUNCTION BOX EA 3.00 $13,455.00 $40,365.00 $11,038.08 $33,114.24 $8,550.00 $25,650.00 D18 TYPE D MANHOLE-6'X6'JUNCTION BOX EA 2.00 $15,870.00 $31,740.00 $9,720.30 $19,440.60 $10,025.00 $20,050.00 D19 TYPE D MANHOLE-8'X4'JUNCTION BOX EA 6.00 $17,250.00 $103,500.00 $18,383.86 $110,303.16 $10,550.00 $63,300.00 020 TYPE D MANHOLE-8'X8'JUNCTION BOX EA 6.00 $25,300.00 $151,800.00 $25,231.63 $151,389.78 $11,616.67 $69,700.02 D21 TYPE A MANHOLE-5'DIA EA 2.00 $9,660.00 $19,320.00 $7,614.93 $15,229.86 $7,165.00 $14,330.00 D22 18"RCP(CLASS III) LF 655.00 $138.00 $90,390.00 $117.72 $77,106.60 $80.56 $52,766.80 D23 24"RCP(CLASS III) LF 755.00 $155.25 $117,213.75 $143.33 $108,214.15 $86.45 $65,269.75 D24 30"RCP(CLASS III) LF 60.00 $201.25 $12,075.00 $165.20 $9,912.00 $115.93 $6,955.80 D25 36"RCP(CLASS III) LF 460.00 $232.30 $106,858.00 $216.30 $99,498.00 $146.28 $67,288.80 D26 48"RCP(CLASS III) LF 20.00 $289.80 $5,796.00 $533.20 $10,664.00 $246.72 $4,934.40 D27 3'X3'REINFORCED CONCRETE BOX LF 240.00 $399.05 $95,772.00 $443.24 $106,377.60 $744.00 $178,560.00 D28 4'X3'REINFORCED CONCRETE BOX LF 375.00 $433.00 $162,375.00 $487.51 $182,816.25 $492.74 $184,777.50 D29 4'X4 REINFORCED CONCRETE BOX LF 745.00 $531.30 $395,818.50 $535.69 $399,089.05 $611.69 $455,709.05 D30 5'X3'REINFORCED CONCRETE BOX LF 340.00 $576.15 $195,891.00 $598.56 $203,510.40 $647.32 $220,088.80 D31 S'X4 REINFORCED CONCRETE BOX LF 1,120.00 $615.25 $689,080.00 $645.87 $723,374.40 $697.99 $781,748.80 D32 5'X5'REINFORCED CONCRETE BOX LF 185.00 $672.75 $124,458.75 $680.74 $125,936.90 $741.04 $137,092.40 D33 6'X4'REINFORCED CONCRETE BOX LF 2,015.00 $700.00 $1,410,500.00 $770.38 $1,552,315.70 $771.84 $1,555,257.60 D34 6'X5'REINFORCED CONCRETE BOX LF 1,475.00 $840.65 $1,239,958.75 $810.22 $1,195,074.50 $802.24 $1,183,304.00 D35 6'X6'REINFORCED CONCRETE BOX LF 40.00 $840.65 $33,626.00 $905.88 $36,235.20 $846.40 $33,856.00 D36 24'RCP 30'BENDS EA 1.00 $2,875.00 $2,875.00 $3,272.42 $3,272.42 $553.00 $553.00 D37 6'X4 REINFORCED CONCRETE BOX 15'BENDS EA 1.00 $18,400.00 $18,400.00 $7,007.57 $7,007.57 $11,227.00 $11,227.00 D38 5'X4'REINFORCED CONCRETE BOX 30'BENDS EA 1.00 $16,100.00 $16,100.00 $10,120.19 $10,120.19 $9,578.00 $9,578.00 D39 6'X4 REINFORCED CONCRETE BOX 30"BENDS EA 2.00 $18,400.00 $36,800.00 $10,120.29 $20,240.58 $11,227.24 $22,454.48 D40 REINFORCED CONCRETE CURB AND GUTTER(6-INCH)(INCLUDES LF 14,580.00 $30.00 $437,400.00 $52.57 $766,470.60 $28.00 $408,240.00 D41 RIPRAP(12")(TXDOT ITEM 432) SY 55.00 $150.00 $8,250.00 $222.26 $12,224.30 $100.00 $5,500.00 D42 TRENCH SAFETY LF 8,485.00 $5.00 $42,425.00 $2.28 $19,345.80 $3.89 $33,006.65 D43 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS AL 1.00 $230,000.00 $230,000.00 $230,000.00 $230,000.00 $230,000.00 $230,000.00 Sub Totals J $7,341,231.75 $7,700,142.66 $6,835,618.79 PART E-WATER IMPROVEMENTS E1 MOBILIZATION(MAX S%OF PART E) LS 1.00 $35,000.00 $35,000.00 $40,153.79 $40,153.79 $60,000.00 $60,000.00 E2 REMOVE ASBESTOS CEMENT PIPE LF 1,140.00 $36.00 $41,040.00 $17.10 $19,494.00 $27.93 $31,840.20 E3 ABANDON WATERLINE IN PLACE-CAP AND GROUT LF 5,670.00 $33.60 $190,512.00 $4.56 $25,855.20 $11.88 $67,359.60 E4 8-INCH DIA C900 PVC WATERLINE(DR 18) LF 5,350.00 $94.00 $502,900.00 $56.66 $303,131.00 $78.30 $418,905.00 E5 8-INCH DIA DI WATERLINE LF 508.00 $117.60 $59,740.80 $128.80 $65,430.40 $96.67 $49,108.36 E6 8-INCH BEND(11.25 DEG) EA 2.00 $780.00 $1,560.00 $800.12 $1,600.24 $1,155.00 $2,310.00 E7 8-INCH BEND(22.5 DEG) EA 3.00 $822.00 $2,466.00 $831.67 $2,495.01 $1,175.00 $3,525.00 E8 8-INCH BEND(45 DEG) EA 32.00 $1,140.00 $36,480.00 $862.77 $27,608.64 $1,192.50 $38,160.00 E9 8-INCH GATE VALVE 8 BOX EA 35.00 $3,000.00 $105,000.00 $2,800.54 $98,018.90 $2,557.74 $89,520.90 E10 8"X8"TAPPING SLEEVE EA 1.00 $9,840.00 $9,840.00 $2,855.73 $2,855.73 $3,805.00 $3,805.00 E11 8"X6"TEE EA 9.00 $1,170.00 $10,530.00 $738.39 $6,645.51 $1,355.56 $12,200.04 E12 8"X8"TEE EA 4.00 $1,230.00 $4,920.00 $1,236.53 $4,946.12 $1,460.00 $5,840.00 E13 8-INCH TIE-IN CONNECTION EA 5.00 $3,360.00 $16,800.00 $3,171.59 $15,857.95 $3,690.00 $18,450.00 E14 6-INCH DIA C900 PVC WATERLINE(DR 18) LF 320.00 $85.20 $27,264.00 $69.66 $22,291.20 $72.24 $23,116.80 E15 6-INCH DIA DI WATERLINE LF 195.00 $110.40 $21,528.00 $110.74 $21,594.30 $105.15 $20,504.25 E16 6-INCH BEND(11.25 DEG) EA 1.00 $718.75 $718.75 $739.14 $739.14 $995.00 $995.00 E17 6-INCH BEND(22.5 DEG) EA 15.00 $741.75 $11,126.25 $738.29 $11,074.35 $1,055.00 $15,825.00 E18 6-INCH BEND(45 DEG) EA 22.00 $1,006.25 $22,137.50 $738.33 $16,243.26 $1,090.00 $23,980.00 E19 6-INCH GATE VALVE 8 BOX EA 9.00 $1,725.00 $15,525.00 $2,053.51 $18,481.59 $1,958.00 $17,622.00 E20 6-INCH TIE-IN CONNECTION EA 9.00 $3,220.00 $28,980.00 $3,078.22 $27,703.98 $6,840.00 $61,560.00 E21 FIRE HYDRANT ASSEMBLY(TYPE 1)(INCLUDING FH,VALVE AND DI EA 3.00 $9,775.00 $29,325.00 $7,716.03 $23,148.09 $9,903.33 $29,709.99 E22 FIRE HYDRANT ASSEMBLY(TYPE 2)(INCLUDING FH,VALVE AND DI EA 15.00 $9,660.00 $144,900.00 $8,338.54 $125,078.10 $10,260.00 $153,900.00 E23 SERVICE LINE REPLACEMENT(LONG) EA 45.00 $1,380.00 $62,100.00 $1,343.34 $60,450.30 $1,525.64 $68,653.80 E24 SERVICE LINE REPLACEMENT(SHORT) EA 22.00 $1,132.75 $24,920.50 $1,374.47 $30,238.34 $1,494.59 $32,880.98 E25 TRENCH SAFETY LF 5,670.00 $2.50 $14,175.00 $2.28 $12,927.60 $4.65 $26,365.50 E26 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS AL 1.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 Sub Totals $1,469,488.80 $1,034,062.74 $1,326,137.42 PART F-WASTEWATER IMPROVEMENTS F1 MOBILIZATION(MAX 5 OF PART F) LS 1.00 $50,000.00 $50,000.00 $45,000.00 $45,000.00 $40,000.00 $40,000.00 F2 BYPASS PUMPING LS 1.00 $118,450.00 $118,450.00 $74,100.00 $74,100.00 $120,000.00 $120,000.00 F3 6-INCH FORCEMAIN ADJUSTMENTS(70 LF) LS 1.00 $11,270.00 $11,270.00 $17,343.96 $17,343.96 $14,497.00 $14,497.00 F4 REMOVE AND REPLACE 8"DR 26 WASTEWATER LINE(6'-B'DEPTH) LF 6,050.00 $101.20 $612,260.00 $114.19 $690,849.50 $80.15 $484,907.50 F5 TRENCH SAFETY REMOVE 8 REPLACE WASTEWATER LINE(6'-8' LF 6,050.00 $3.45 $20,872.50 $2.28 $13,794.00 $5.64 $34,122.00 F6 WASTEWATER SERVICE RECONSTRUCTION EA 70.00 $1,610.00 $112,700.00 $4,024.73 $281,731.10 $1,545.26 $108,168.20 F7 4-FOOT DIA FIBERGLASS MANHOLE EA 25.00 $10,120.00 $253,000.00 $7,574.78 $189,369.50 $5,585.28 $139,632.00 F8 18"STEEL CASING-CONFLICT STRUCTURES LF 60.00 $517.50 $31,050.00 $384.52 $23,071.20 $349.50 $20,970.00 F9 TRENCH SAFETY FOR WASTEWATER MANHOLE FA 15.00 $488.75 $7,331.25 $399.00 $5,985.00 $2,200.00 $33,000,00 F10 ALLOWANCE FOR UNANTICIPATED WASTEWATER IMPROVEMENTS AL 1.00 $55,000.00 $55,000.00 $55,000.00 $55,000,00 $55,000.00 $55,000.00 Sub Totals $1,271,933.75 $1,396,244.26 $1,050,296,70 PART G-GAS IMPROVEMENTS G1 MOBILIZATION(MAX 5%OF PART 1) LS 1.00 $10,000.00 $10,000.00 $1,673.08 $1,673.08 $5,000.00 $5,000.00 G2 TRENCHING FOR GAS LINE LF 8,950.00 $30.00 $268,500.00 $10.86 $97,197.00 $12.00 $107,400.00 G3 ALLOWANCE FOR UNANTICIPATED GAS IMPROVEMENTS AL 1.00 $10,000.00 $10,000.00 $10,000,00 $10,000.00 $10,000.00 $10,000.00 Sub Totals - $288,500.00 $108,870.08 $122,400.00 Grand Total $16,483,480.30 $17,320,831.37 $19,501.182.21 Capital Improvement Flan 2025 rhru 2027 City of Corpus Christi, Texas Project# 23153 Project Name Starlite Lane (Violet to Leopard) Type Rehabilitation Department Public Works-Streets Useful Life 25 years Contact Director of Public Works r.. Category Street-Rehabilitation Priority Priority Level 1 Council District 1 Status Active Description This project consists of reconstruction of existing 2-lane roadway with new pavement,curb&gutter,sidewalk,ADA compliant curb ramps, signage,pavement markings,upgrade street illumination,utility improvements and drainage improvements as needed. This project is currently scheduled to begin FY 2025. Justification This project will replace aging utilities where applicable,improve the road to accommodate heavier traffic flows and provide a safer driving experience. Expenditures Prior Years 2025 2026 2027 Total Construction/Rehab 3,308,893 3,308,892 6,617,785 Design 810,000 810,000 Storm Water-St. 194,683 1,801,252 1,801,252 3,797,187 Wastewater-St 112,228 810,563 810,563 1,733,354 Water-St. 108,869 810,563 810,563 1,729,995 Gas-St. 24,484 180,125 180,125 384,734 Eng,Admin Reimbursements 61,135 730,279 730,279 1,521,693 Total 1,311,399 7,641,675 7,641,674 16,594,748 Funding Sources Prior Years 2025 2026 2027 Total G.O. Bond 2022 822,215 3,638,893 3,638,892 8,100,000 Revenue Bonds 489,184 4,002,782 4,002,782 8,494,748 Tom 1,311,399 7,641,675 7,641,674 16,594,748 Budget Impact/Other 71 There is no projected operational impact with this project,at this time.Once the project is completed it will be added to the Street Preventative Maintenance Program. 243 FY 26 thru FY 28 Capital Improvement Plan Draft FY 26 CIP I' Corpus Christi, Texas Page Project# 23153 Project Name Starlite Lane(Violet to Leopard) Contact Director of Public Works Department Public Works-Streets Type Rehabilitation Category Street-Rehabilitation Priority Priority Level 1 Status Active Useful Life 25 years Council District 1 Description This project consists of reconstruction of existing 2-lane roadway with new pavement,curb&gutter,sidewalk,ADA compliant curb ramps,signage, pavement markings,upgrade street illumination,utility improvements and drainage improvements as needed. justification This project will replace aging utilities where applicable, improve the road to accommodate heavier traffic flows and provide a safer driving experience. Expenditures Prior FY 26 FY 27 FY 28 Total Construction/Rehab 0 3,298,914 3,298,914 0 6,597,828 Storm Water-St. 216,315 1,995,903 1,995,903 0 4,208,121 Wastewater-St 124,698 898,156 898,156 0 1,921,010 Water-St. 120,966 898,156 898,156 0 1,917,278 Eng,Admin Reimbursements 41,893 330,000 330,000 0 701,893 Gas-St. 27,205 199,590 199,590 0 426,385 Design 800,279 0 0 0 800,279 Total 1,331,356 7,620,719 7,620,719 0 16,572,794 Funding Sources Prior FY 26 FY 27 FY 28 Total Revenue Bonds 489,184 3,991,805 3,991,805 0 8,472,794 G.O.Bond 2022 842,172 3,628,914 3,628,914 0 8,100,000 Total 1,331,356 7,620,719 7,620,719 0 16,572,794 Budget Impact There is no projected operational impact with this project,at this time. Once the project is completed it will be added to the Street Preventative Maintenance Program. 221 Bond 2022 Streets Pavement Design Recommendations Proposed Pavement Project Name Design/Bid Engineers Notes Recommendation Upper/Middle/Lower Broadway-Coopers Alley to Varying plasticity index and sloped roadway.These Twigg Design Only Concrete conditions can lead to the potential compromise of asphalt roadways with water seepage. Varying plasticity index.Residential street.Concrete Starlite Lane-Violet to Leopard HMAC roadways can lead to constructability issues and traffic conflicts. McCampbell-Agnes to Leopard Concrete High plasticity index.Industrial traffic can lead to the expedited degradation of an asphalt roadway. Installed cub and gutter and sidewalk with the Bond 2014 Surfside Blvd-Breakwater to Elm HMAC project.Construction of a concrete surface would require the tear out of the recently built curb and gutter work. Varying plasticity index.Continuation of the previous Alameda Street(Texan to Doddridge)Design Only Concrete Bond projects that installed concrete surfaces in the corridor. Varying plasticity index.Continuation of the previous Alameda Street-Airline to Everhart Concrete Bond projects that installed concrete surfaces in the corridor. Varying plasticity index.Residential street.Concrete Carroll Lane-SPID to Holly HMAC roadways can lead to constructability issues and traffic conflicts. Varying plasticity index.Residential street.Concrete Bonner Drive-Everhart to Flvnn HMAC roadways can lead to constructability issues and traffic conflicts. Varying high plasticity index.Continuation of Martin Street-Holly to Dorado HMAC previous Bond project that installed asphalt surfaces in the corridor. Flour Bluff Drive-Yorktown to Don Patricio HMAC Low plasticity index.Continuation of previous Bond project that installed asphalt surfaces in the corridor. Varying plasticity index.Continuation of previous Holly Road-Paul Jones to Ennis Joslin-Design Only HMAC Bond project that installed asphalt surfaces in the corridor. Varying plasticity index.Residential street.Concrete Timbergate Drive-Snowgoose to Staples HMAC roadways can lead to constructability issues and traffic conflicts. High plasticity index.Residential street.Concrete Aaron Dr-Saratoga Blvd to Summer Winds HMAC roadways can lead to constructability issues and traffic conflicts. N Project Locationy i �� SrONE�AI` � •' '; r �orotil � ��'� � � IV Lu Location NN r^ ; •,, LARKWOOD O 9 WINDSOR DOGWOOD yC, 0� . t HAYFIELD ' I GLENWOOD 5 sy .� gLApE "915°4°" ' ` ROCKWOOD 'r : gRENDEL Y GUESS EASTW OOD SUNNY SUNNY ' GATES J STACY f MULHOLLAND WOODWAY CREEK �P are PROJECT NO 23153 STARLITE LANE CITY COUNCIL EXHIBIT r. 1 (VIOLET ROAD TO LEOPARD STREET) CITY OF CORPUS CHRIST[,TEXAS DEPARTMENT OF ENGINEERING SERVICES OCorppus sti Engineering 23153: Starlite Lane (Violet Road to Leopard Street) '. Council Presentation September 23, 2025 #Agikk Vicinity Map C*Ch, Engineering Location Map � _ - `' a pNNlVIl1E uRNWOOu �� ,�piOR �Ocw090 'S� rurriuo Nw � g7[DFS �CIXwd°° gµEN0�1tnvoao y TEFL AA e s E0.ST1Y�� SUNNY 5 NNY fi01E$ ST1GY Nu�Na�uwo �i4DT WOOUW[[R'EIX jg PROJECT.NO.23153 Construction Project Corpus Chr sti Engineering This resolution awards a construction contract to Gerke Excavating, Inc. for the complete reconstruction of Starlite Lane from Violet Road to Leopard Street The existing two-lane roadway will be demolished and rebuilt with concrete pavement, curbs and gutters, sidewalks, ADA ramps, signage, pavement markings, and streetlights, and drainage improvements. In addition to surface improvements, the project includes enhancements to stormwater, water, wastewater, and gas improvements. Project Schedule Corpus Chr sti Engineering 2023 -2025 20251 1 September - May June - September October - January Design Bid/Award Construction Projected Schedule reflects City Council award in September 2025 with anticipated completion in January 2027. Resolution amending City Council Policy 28 that provides guidelines on whether asphalt pavement (HMAC) or concrete pavement (PCC) should be selected for the construction of arterial and collector streets WHEREAS, the Corpus Christi City Council has requested the Public Works Department reconsider its evaluations for recommending when either asphalt or concrete pavement should be used for the design and construction of streets; WHEREAS, streets will continue to be designed and bid with both asphalt and concrete pavement unless preliminary research by Public Works supports either an asphalt or concrete surface design; WHEREAS, whether a road is classified as a Collector or an Arterial shall be a factor when considering whether a particular surface type is more suitable for the design of a particular street. WHEREAS, the City of Corpus Christi is currently expending funds for engineering design firms to design plans for the bid and construction of City Streets with both concrete and asphalt pavement designs when a street may be more suitable for a particular design; WHEREAS, the FY 2024 policy update includes an emphasis on heavy vehicle traffic (trucks, buses, etc.), constructability, continuity of existing pavement, and the presence of underground utilities for selection of concrete or asphalt pavement; WHEREAS, the Department of Public Works shall use the criteria listed below to determine whether the City Street shall be an asphalt or concrete street; NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. City Council Policy 28 is amended as follows: 28. — Guidelines for the Selection of Asphalt or Concrete Pavement for Residential, Collector, and Arterial Streets Design and Construction If the street is classified as a Collector, then Asphalt Pavement will be utilized for the design and construction of the street unless the street has a high heavy vehicle volume (trucks, buses, etc.). In the event the street is located in an industrial area and/or an area with a high percentage of average daily heavy vehicle traffic then concrete pavement will be used for the design and construction of the street. If the street is classified as an Arterial then the underground utilities, constructability, continuity and amount of heavy vehicle traffic will be considered in deciding whether concrete or asphalt pavement should be utilized for the design and construction of the street. When large quantities of underground utilities are present under a street and/or a street is located in an area with a high percentage of average daily heavy vehicle traffic, then concrete pavement will be utilized for the design. 1 In the event a street is located in an area where the constructability of concrete pavement would not be feasible because of the requirement of continuous driveway access to facilities/residences then asphalt pavement will be utilized for the design of the street. Further the continuity of the existing pavement type shall be considered in the selection of asphalt or concrete pavement. In the event none of the above factors are determinative then street will be designed and bid with both asphalt and concrete pavement and if the construction cost for concrete pavement is within $125,000.00 per lane mile, which should represent the future anticipated maintenance cost of the asphalt pavement alternative, then the concrete pavement alternative will be used for the construction of the street. .PASSED and APPROVED on the day of , 2024. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary 2 so 00 o� � F v NCORPORAS E AGENDA MEMORANDUM 1852 Action Item for the City Council Meeting of September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeff H. Edmonds, P. E., Director of Engineering Services jeffreye(u-)-cctexas.com (361) 826-3851 Ernesto De La Garza, P.E., Director of Public Works ernestod2(u-)-cctexas.com (361) 826-1677 Sergio Villasana, CPA, CGFO, CIA, Director of Finance & Procurement sergiov2kcctexas.com (361) 826-3227 Professional Services Contract Williams Drive— Rodd Field Road to Lexington Road CAPTION: Motion authorizing a professional services contract with Freese and Nichols, Inc., Corpus Christi, Texas for the design, bid, and construction phase services of Williams Drive from Rodd Field Road to Lexington Road, located in Council District 4, in an amount not to exceed $1,995,282.00, with FY 2025 funding available from the Type B Sales Tax fund, and Water, Waster and Gas Revenue Bond funds. SUMMARY: This motion authorizes the approval of a professional services contract to provide design, bid, and construction phase services for extending Williams Drive from Rodd Field Road to Lexington Road. The project elements include a new two-lane roadway with dedicated turning lanes for a new development, curb and gutters, sidewalk with ADA compliant curb ramps, signage, pavement marking, upgrade street illumination, stormwater improvements, new water and wastewater improvements, replacement of Lexington Road bridge, signalization improvements at Rodd Field/Williams Intersection along with signage/striping and IT conduit improvements. BACKGROUND AND FINDINGS: Williams Drive Extension Project was approved with the FY 2025 City of Corpus Christi's Capital Improvement Program (CIP). Williams Drive Extension Project will extend the roadway approximately 2,800 linear feet (0.53 miles) from Rodd Field Road to Lexington Road, improving connectivity between Rodd Field Road and Lexington Road and also providing an additional access point to the Cinergy Family Entertainment Center that is being proposed to be construed. The preliminary engineering study was completed by FNI in January 2025. The preliminary engineering study was in an amount of $215,398 for preliminary hydraulic analysis, to review roadway alignment options and Williams Ditch Flood Mitigation project flood infrastructure fund report. The preliminary engineering study was completed in 3 months. The preliminary study recommended reclassifying Williams Drive from a C3 to a C1 collector roadway to better reflect its intended function. The project will be designed in two phases. The proposed first design package (Phase 1A) will include the new roadway from Rodd Field Road to midway between Lexington Road (approx. 1400 LF). All water and wastewater improvements, signalization, and required improvements will be included in Phase 1A. The storm water improvements for Phase 1A will include the closed conveyance system, outfall improvements, and ditch widening improvements up to Ennis Joslin Road. Phase 1A will include replacement of the roadway segment at Lexington Road required for the stormwater improvements. The second design package (Phase 1 B)will include the second portion of Williams Drive up to Lexington Road (approx. 1400 LF) and continuation of improvements from Phase I to Lexington Road. FNI's current scope of contract includes design, bid, and construction phase services for Phase 1 A, and design phase services only for Phase 1 B. The Williams Road project has Type B Sales Tax funds in FY2025 in an amount of$4,327,599 for design and construction. The street and stormwater design will be funded through the Type B Sales tax funds. The Williams Road project also has the revenue bond funds in an amount of $430,000 for water, wastewater and gas design services. The estimated cost for construction is in the amount of$47.7 Million. PROJECT TIMELINE October - July July - September October - October Design Bid/Award Construction The project schedule reflects the City Council award design services in October 2025. COMPETITIVE SOLICITATION PROCESS: On August 07, 2023, the Contracts and Procurement Department issued a Request for Qualifications for engineering services with the RFQ Number 5036 for Professional Engineering Services for Capital Improvement Projects. There were three street projects listed under the Street category: Corn Products Rd (IH 37 to Hopkins Rd), Williams Dr- (Rodd Field to Lexington Rd) and the North Padre Island paper streets. T The city received a total of thirteen Statements of Qualifications for Street Design projects. The selection committee comprised of representatives from the Public Works, Engineering Services Department and the Executive Leadership Team. The firms are evaluated based on the below listed criteria: 1. Experience on projects of similar scope & complexity 2. Demonstrated capability& capacity on comparable projects 3. Team members with experience & qualifications 4. Team members experience with work of similar scope & complexity 5. Availability of resources to accomplish the work 6. Demonstrated understanding of the scope of services FNI was graded as the highest ranked firm and selected for the Professional Design Serviced in May 2024 under RFQ 5036, Professional Engineering Services for Williams Drive - (Rodd Field to Lexington Rd), Project No. 24024. FNI has designed and successfully completed numerous major roadway projects for the City of Corpus Christi. Some of these recent projects include: • Everhart Road Reconstruction (South Padre Island Drive to Holly Road) • Everhart Road Improvements (South Padre Island Drive to Alameda Street) • Long Meadow Drive (Hunt Drive to St. Andrews Drive) • Flato Road (Bear Lane to Bates Road) • Staples Street Reconstruction (Brawner Parkway to Kostoryz) ALTERNATIVES: Council could choose not to award this contract. This would delay the project and future economic development in the area including causing traffic congestion to the Cinergy Family Entertainment Center that will be constructed at the corner of Rodd Field and South Padre Island Drive. The second alternative is to award the project to the second highest ranked firm, LJA Engineering. This action will delay the project by nine months. The professional services agreement with LJA has to be negotiated and some of the tasks that were previously completed by FNI will have to be reworked. FISCAL IMPACT: The fiscal impact in FY 2025 is an amount not to exceed $1,995,280.00 with funding available from the Type B Sales Tax fund in an amount of $1,558,809.00, and the remaining funds are aligned from Water, Waster and Gas Revenue Bonds. FUNDING DETAIL: Fund: Street B Corp (3250) Department: Streets (33) Org: Grants and Capital Projects (89) Account: Outside Consultants (550950) Activity: 24024 Amount $ 1,558,809.00 Fund: Wastewater 2023 CIP(4260) Department: Wastewater (46) Org: Grants and Capital Projects (89) Account: Outside Consultants (550950) Activity: 24024 Amount $287,414.00 Fund: Water 2023 CIP(4486) Department: Water (45) Org: Grants and Capital Projects (89) Account: Outside Consultants (550950) Activity: 24024 Amount $120,101.00 Fund: Gas 2024 CIP(4566) Department: Gas (11) Org: Grants and Capital Projects (89) Account: Outside Consultants (550950) Activity: 24024 Amount $ 28,958.00 TOTAL: $1,995,282.00 RECOMMENDATION: Staff recommend approval of the professional services contract in an amount not to exceed $1,995,282.00 for Williams Drive from Rodd Field to Lexington. The design phase will begin in October 2025, with anticipated completion by June 2027. LIST OF SUPPORTING DOCUMENTS: Location and Vicinity Maps CIP Page RFQ Selection Score Sheet PowerPoint RFQ No.5036 Professional Engineering Services FY2024 Streets Proposal Evaluation Score Freese and Nichols UA Engineering Halff Associates HDR Engineering Hanson Corpus Christi Corpus Christi Corpus Christi Corpus Christi Corpus Christi Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Licensing/Certification +' ®%J 1 V No Material Lawsuits Past 5 Years V, No Material Regulatory Issues Past 5 Years V, References Provided for Firm V Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Technical Proposal Experience on projects of similar scope and complexity 7.0 7.0 6.3 6.7 6.0 6.3 Demonstrated capability&capacity on comparable projects 7.0 7.0 6.3 6.3 6.0 6.3 Past Performance 7.0 7.0 6.3 6.3 5.6 6.0 Team members with experience and qualifications 7.0 7.0 6.3 6.7 6.0 7.0 Team members experience with work of similar scope and complexity 7.0 7.0 6.3 6.7 6.7 6.0 Availability of resources to accomplish the work 7.0 7.0 6.3 5.6 6.3 4.9 Demonstrated understanding of the scope of services 14.0 14.0 13.3 13.3 13.3 13.3 Demonstrated understanding and experience with a public agency 14.0 14.0 14.0 13.3 13.3 14.0 Subtotal Technical Proposal 70.0 70.0 65.1 64.8 63.0 63.7 Interview Experience on projects of similar scope and complexity 4.0 4.0 3.4 3.4 3.4 3.2 Demonstrated capability&capacity on comparable projects 4.0 4.0 3.4 3.6 3.4 3.0 Past Performance 2.0 2.0 1.7 1.6 1.6 1.6 Team members with experience and qualifications 4.0 4.0 3.4 3.8 3.4 3.2 Team members experience with work of similar scope and complexity 4.0 4.0 3.2 3.2 3.0 2.8 Availability of resources to accomplish the work 2.0 2.0 1.6 1.8 1.7 1.7 Demonstrated understanding of the scope of services 5.0 5.0 4.5 4.5 4.8 4.5 Demonstrated understanding and experience with a public agency 1.0 1.0 4.8 4.3 4.3 4.1 Subtotal Interview 30.0 30.0 26.0 26.2 25.5 24.5 Total Score 100.0 100.0 91.1 90.9 88.5 88.2 North Padre Island Projects Recommended foraward Williams Drive Corn Products Paper Street RFQ No.5036 Professional Engineering Services FY2024 Streets Proposal Evaluation Score Ardurra Pape Dawson AG3 Munoz Engineering J.Schwarz& Associates Corpus Christi Corpus Christi Corpus Christi Corpus Christi Corpus Christi Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Licensing/Certification No Material Lawsuits Past 5 Years No Material Regulatory Issues Past 5 Years �I References Provided for Firm Minimum Qualifications Pass/Fail Pass Pass Pass Pass Pass Technical Proposal Experience on projects of similar scope and complexity 7.0 5.3 6.0 6.3 4.9 5.3 Demonstrated capability&capacity on comparable projects 7.0 6.0 5.3 5.6 4.6 4.9 Past Performance 7.0 5.6 4.9 6.0 4.9 5.6 Team members with experience and qualifications 7.0 6.0 5.6 5.6 6.0 5.6 Team members experience with work of similar scope and complexity 7.0 5.3 5.6 5.3 5.6 5.3 Availability of resources to accomplish the work 7.0 5.6 5.6 4.6 4.2 4.9 Demonstrated understanding of the scope of services 14.0 11.9 12.6 10.5 11.2 10.5 Demonstrated understanding and experience with a public agency 14.0 13.3 12.6 11.9 11.9 10.5 Subtotal Technical Proposal 70.0 58.8 58.1 55.7 53.2 52.5 Interview Experience on projects of similar scope and complexity 4.0 0.0 0.0 0.0 0.0 0.0 Demonstrated capability&capacity on comparable projects 4.0 0.0 0.0 0.0 0.0 0.0 Past Performance 2.0 0.0 0.0 0.0 0.0 0.0 Team members with experience and qualifications 4.0 0.0 0.0 0.0 0.0 0.0 Team members experience with work of similar scope and complexity 4.0 0.0 0.0 0.0 0.0 0.0 Availability of resources to accomplish the work 2.0 0.0 0.0 0.0 0.0 0.0 Demonstrated understanding of the scope of services 5.0 0.0 0.0 0.0 0.0 0.0 Demonstrated understanding and experience with a public agency 5.0 0.01 0.0 0.0 0.0 0.0 0.0 Subtotal Interview 30.0 0.0 0.0 0.0 0.0 Total Score 100.0 58.8 58.1 53.2 52.5 Projects Recommended foraward RFQ No.5036 Professional Engineering Services FY2024 Streets Proposal Evaluation Score Mendez Sames LeFevre Engineering Engineering Engineering Corpus Christi McAllen Port Mansfield Minimum Qualifications Pass/Fail Pass Pass Pass Licensing/Certification No Material Lawsuits Past 5 Years �I No Material Regulatory Issues Past 5 Years �I References Provided for Firm Minimum Qualifications Pass/Fail Pass Pass Pass Technical Proposal Experience on projects of similar scope and complexity 7.0 4.6 3.5 3.5 Demonstrated capability&capacity on comparable projects 7.0 3.2 3.5 3.2 Past Performance 7.0 3.2 3.5 3.5 Team members with experience and qualifications 7.0 4.6 5.3 3.5 Team members experience with work of similar scope and complexity 7.0 4.6 5.3 3.9 Availability of resources to accomplish the work 7.0 4.6 3.5 3.5 Demonstrated understanding of the scope of services 14.0 10.5 10.5 8.4 Demonstrated understanding and experience with a public agency 14.0 9.8 7.0 9.8 Subtotal Technical Proposal 70.0 44.8 42.0 39.2 Interview Experience on projects of similar scope and complexity 4.0 0.0 0.0 0.0 Demonstrated capability&capacity on comparable projects 4.0 0.0 0.0 0.0 Past Performance 2.0 0.0 0.0 0.0 Team members with experience and qualifications 4.0 0.0 0.0 0.0 Team members experience with work of similar scope and complexity 4.0 0.0 0.0 0.0 Availability of resources to accomplish the work 2.0 0.0 0.0 0.0 Demonstrated understanding of the scope of services 5.0 0.0 0.0 0.0 Demonstrated understanding and experience with a public agency 5.0 0.0 0.0 0.0 Subtotal Interview 30.0 0.0 0.0 0.0 Total Score 100.0 44.8 42.0 39.2 Projects Recommended foraward Capital Improvement Plan 2024 thru 2026 City of Corpus Christi, Texas Project# 24024 Project Name Williams Drive (Rodd Field to Lexington Rd) Type Improvement/Additions Department Public Works Useful Life 25 years Contact Director of Public Works Category Street-Rehabilitation Priority Critical-Condition\longevity Council District 4 Status Active Description This project consist of extending Williams Dr.to include new pavement,curb and gutters,sidewalk with ADA compliant curb ramps,signage, pavement markings,upgrade street illumination and utility improvements.This project will also improve the Williams Dr ditch and run it under the street extension. Justification This project will extend the road to provide access to new developments in the area and address drainage issues. Expenditures Prior Years 2024 2025 2026 Total Construction/Rehab 3,447,599 3,447,599 Design 3,665,902 3,665,902 Storm Water-St. 31,000,000 31,000,000 Wastewater-St 1,000,000 1,000,000 Water-St. 1,000,000 1,000,000 Eng,Admin Reimbursements 403,249 4,412,492 4,815,741 Total 4,069,151 40,860,091 44,929,242 Funding Sources Prior Years 2024 2025 2026 Total Revenue Bonds 3,569,151 37,032,492 40,601,643 Type A/B Sales Tax(New) 500,000 3,827,599 4,327,599 Total 4,069,151 40,860,091 44,929,242 Budget Impact/Other 71 There is no projected operational impact with this project,at this time.Once the project is completed it will be added to the Street Preventative Maintenance Program. 275 Project Location D 0 Location Map Y _ RODD FIELD RODD FIELD=,,, Lu Ld ir i,i+1 "MERMAID - ,,��.•�y �.� 4.aa' r" ,� �• a{: isSUNIBEAM Ld STAR COVO-— STAR COVE W Phase 1A _ z BIG DIPPER Lim Ld SILVER SANDS _ i Phase 1 B DAWN BREEZE • .? <'nLu iol 24024 WILLIAMS DRIVE CITY COUNCIL EXHIBIT r. (RODD FIELD ROAD TO LEXINGTON ROAD) CITY OF CORPUS CHRISTI,TEXAS DEPARTMENT OF ENGINEERING SERVICES 1 ,Tj Corpus Chr'sti Engineering Williams Drive Rodd Field Road to Lexington Road Council Presentation September 23, 2025 Project Location CarpliscR+\ , Engineering I) L_ion Map ,gr ■ r64 , � ■ - - � § . � \ r� . ©® , p . . PRO, /\ Contract Scope carptis cntsti Engineering Professional Engineering Services for Williams Drive from Rodd Field Road to Lexington Road include: • Preliminary Engineering Letter Report • Design Phase • Bid Phase • Construction Administration Phase • Additional Services: • Permit Preparation • Topographic and ROW Survey • Geotechnical Investigation • Traffic Control and Signalization Improvements • Warranty Phase Project Schedule J Corpus Chr sti qW Engineering r i October - July July - September October - October esign Sid/Award Construction The project schedule reflects the City Council award design services in October 2025. se 0 0 U NCORPO0.1¢ AGENDA MEMORANDUM ss52 Action Item for the City Council Meeting of September 23, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Randy Almaguer, Compliance Officer, CCREDC ralmaguer(a)-ccredc.com (361) 882-7448 Type B — 8 Small Business Assistance Programs CAPTION: Resolution approving eight Corpus Christi B Corporation (Type B Corporation) Economic Development Small Business Agreement Projects with the following entities for one year: LiftFund, Inc., Service Corps of Retired Executives (SCORE), Texas A&M University — Corpus Christi, and five projects with Del Mar College for a total amount not to exceed $1,174,725.00, to assist small businesses within the City of Corpus Christi to create/retain jobs to promote and develop business enterprises and to be paid out of the FY 2026 Type B: Economic Development Fund. SUMMARY: This resolution seeks approval for eight Small Business Assistance Program contracts, totaling an amount not to exceed $1,174,725. These agreements are designed to provide targeted support for small business development efforts in Corpus Christi, including access to training, technical assistance, and entrepreneurial support services. Funding for these contracts would be provided by the Corpus Christi B Corporation as part of the FY 2026 budget. Approval of this motion would enable continued collaboration with key community partners to strengthen the local small business ecosystem. BACKGROUND AND FINDINGS: On June 16, 2025, the Type B Corporation approved the Fiscal Year 2025-2026 budget for 8 small business projects and appropriating $1,174,725 for the eight Small Business Assistance Programs. On August 25, 2025, the Type B Corporation approved eight small business agreements for a total amount not to exceed of$1,174,725. LiftFund Interest Buy-Down Program —$75k LiftFund is a mission-driven nonprofit organization dedicated to leveling the financial playing field in entrepreneurship. The core goal of its programs is to ensure that every aspiring and existing business owner—regardless of their background, income level, or credit history—has equitable access to the financial tools and resources necessary to succeed. By offering responsible, affordable small business loans and financial education, LiftFund empowers entrepreneurs who may face barriers to traditional funding. This includes women, minorities, veterans, and individuals in underserved communities who often lack access to conventional banking services. In addition to capital, LiftFund provides one-on-one business support, credit-building opportunities, and strategic guidance to help entrepreneurs not just launch businesses but grow them into sustainable and thriving enterprises. The Service Corps of Retired Executives (SCORE) - $95,225 SCORE is a nonprofit organization committed to empowering entrepreneurs and supporting the success of small businesses across the nation. Through personalized mentoring and comprehensive training, SCORE helps business owners start, grow, and thrive. The organization boasts a team of 13 certified mentors, each bringing specialized skills and diverse expertise in areas such as business planning, accounting, operations, and strategic development to name a few. Texas A&M — Corpus Christi Internship Program - $199,500 Texas A&M University—Corpus Christi continues to enhance its internship program to better serve both students and local businesses. A recent improvement now allows interns to work during semester breaks; a change designed to promote business continuity and improve intern retention. The impact of this effort in 2024 has been significant—nine interns were hired full-time by participating employers, and 62 businesses hosted interns, demonstrating strong regional demand. The overarching goal of the program is to strengthen the local workforce, expand small business capacity, and address the evolving needs of employers in the community. Over the last two years, the program has received and fully expended its grant funding: $125,000 in fiscal year 2023 and $150,000 in fiscal year 2024. Del Mar College Small Business Internship Program (SBIP) — $150k Del Mar College's internship program continues to experience strong and sustained demand, receiving weekly inquiries from both students seeking career experience and small businesses in need of staffing support. To address this high level of interest, additional funding is being requested to reduce the current waitlist and expand placement opportunities. The proposed 7.14% funding increase is justified by performance-based metrics and a clear, demonstrated need. Notably, 100% of the requested funds are allocated directly to intern wages, ensuring full support for students placed at local small businesses. The program offers dual value: students benefit from paid, real-world experience that aligns with their career goals, while small businesses receive affordable staffing that contributes to their growth and the creation of new jobs in the community. APEX Accelerator- $160k The proposed funding increase supports the transition of a part-time Procurement Specialist to a full-time role, enhancing the capacity and effectiveness of business support services. Currently budgeted at $21,000 per year, the position would be upgraded to a full-time salary of $53,000 plus fringe benefits. This staffing enhancement would significantly expand the program's advising capabilities and improve support for clients seeking procurement opportunities. Type B funding specifically sustains the "Plan Room," a valuable resource that offers access to local construction bid packages, affordable printing, and increased visibility for project opportunities. By equipping small and local firms with the tools and knowledge to navigate the procurement landscape, this initiative strengthens the competitiveness of area contractors and promotes greater participation in public-sector contracting at the local, state, and federal levels. Contract Resource Center (CRC) - $150k The CRC Program is designed to prepare and connect small businesses with multi-year construction projects, helping them build the capacity and readiness needed to compete effectively in the commercial sector. Serving over 2,200 local firms across key industries such as construction, manufacturing, oilfield services, and transportation, the program delivers a suite of strategic support services. These include business readiness assistance—helping companies organize, present, and market their services—and access to ConstructConnect, a leading bid- tracking tool for identifying local commercial project opportunities. Clients also benefit from the Plan Room, which offers up to 50 free printed pages per month to support their proposal and bidding needs. The program is aligned with regional industry needs through an ongoing partnership with Gulf Coast Growth Ventures (GCGV), providing guidance on navigating the Contractor Qualification Process and gaining entry into the industrial procurement pipeline. In addition, the CRC Program emphasizes training and capacity building, offering certifications and workshops in critical areas such as OSHA 30 safety standards, cost estimating, contract negotiation, and health and safety protocols—equipping small firms with the tools to succeed in a competitive construction environment. Small Business Development Center(SBDC) — 150k The SBDC has been a vital part of the Corpus Christi entrepreneurial landscape since its establishment in 1989, originally operating under the Chamber of Commerce before transitioning to Del Mar College in the 1990s. Today, the SBDC offers no-cost, high-quality business support services to startups and established businesses throughout the Coastal Bend region. Its core offerings include confidential, one-on-one advising delivered by certified professionals, along with over 150 training events annually. The center assists clients with business plans, financial projections, permitting and licensing, regulatory compliance, market research, and funding strategies. The SBDC serves a broad range of clients—from microenterprises to companies with up to 499 employees—reflecting the fact that 97% of Corpus Christi businesses fall under the SBA's definition of a small business. Its impact spans from helping entrepreneurs launch $3,000 startups to guiding multi-million-dollar expansions worth up to $40 million. Clients include retail shops, service providers, technical firms, specialty medical practices, construction companies, and major primary employers, showcasing the center's wide-reaching economic and community influence. Cyber Center— 195k The proposed transition of a full-time Administrative Assistant I position from the expiring NIST RAMPS grant to Type B funding is vital to maintaining the operational capacity of the Cyber Center. This role is essential for supporting marketing, outreach, and client engagement efforts that drive program impact. The Cyber Center provides critical services tailored to small and mid- sized businesses, including cybersecurity awareness and training, one-on-one confidential advising, and compliance support for federal cybersecurity standards. Strategically, this work helps local businesses mitigate cyber threats and strengthens their ability to compete for government and industry contracts. Moreover, the center plays a pivotal role in regional workforce development through collaborations with industry partners, academic institutions, and government agencies. Sustaining this position ensures the continued delivery of these high value services and supports the growth of a resilient, cyber-ready business community in the Coastal Bend. ALTERNATIVES: The council could choose to not fund these agreements or could choose to fund them at a lesser amount. FINANCIAL IMPACT: The financial impact is an amount not to exceed $1,174,725 to be funded with the Type B Economic Development Fund in FY 2026. There is no fiscal impact to FY 2025. Funding Detail: Fund: 1146 Type B: Economic Development Fund Organization/Activity: 15020 Small Business Projects Department: 57 Economic Development Project # (CIP Only): Account: 530000 Professional Services Amount: $1,174,725 RECOMMENDATION: Staff recommends approval of these eight agreements in an amount not to exceed $1,174,725 to be funded by the Corpus Christi B Corporation in FY 2026. LIST OF SUPPORTING DOCUMENTS: Resolution Agreement - LiftFund Agreement - SCORE Agreement - Texas A&M Internship Agreement - Del Mar College Internship Agreement - Del Mar College—Apex Accelerator Agreement - Del Mar College— CRC Agreement - Del Mar College—SBDC Agreement - Del Mar College— Cyber Center Resolution authorizing the Corpus Christi B Corporation's Small Business Assistance Program Project, that includes eight small business agreements with the following entities for one year: LiftFund, Inc., Service Corps of Retired Executives (SCORE), Texas A&M University—Corpus Christi, and five agreements with Del Mar College, to assist small businesses within the City of Corpus Christi to create/retain jobs, in an amount not to exceed $1,174,725.00, with FY 2026 funding from Type B Corporation. WHEREAS, the Texas Legislature in Section 501 of the Local Government Code (Development Corporation Act of 1979) empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City passed Proposition 2, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1) 50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3) the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8 cent sales tax authorized by passage of Proposition 2 was subsequently enacted by the City's City Council ("City Council") and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corporation's Board of Directors ("Board"), and allowing for economic development projects that expand business enterprises and create primary jobs; WHEREAS, on June 16, 2025, the Type B Corporation approved the Fiscal Year 2025-2026 budget for eight small business projects, appropriating $1,174,725.00 for the annual Small Business Assistance Program, that includes eight small business agreements with the following entities for one year: LiftFund, Inc., Service Corps of Retired Executives (SCORE), Texas A&M University — Corpus Christi, and five agreements with Del Mar College; WHEREAS, the Small Business Assistance Program aims to enhance specialized workforce training skills and diverse workforce educational expertise in areas such as business planning, accounting, operations, and strategic development, to enhance job skills training for small businesses in the City of Corpus Christi; WHEREAS, as part of the Small Business Assistance Program, the City will enter into eight contracts, totaling an amount not to exceed $1,174,725.00, designed to provide targeted support for small business development efforts in Corpus Christi, including access to training, technical assistance, and entrepreneurial support services; WHEREAS, the Small Business Assistance Program Project was approved by the Corpus Christi B Corporation Board at a public hearing held on August 25, 2025, when the B Corporation Board found that the project will stimulate economic growth in offering the City of Corpus Christi small businesses job training skills to create or retain jobs in accordance with Texas Local Government Code Chapter 501. Be it resolved by the City Council of the City of Corpus Christi, Texas: Section 1. The City Council specifically finds that the foregoing statements included in the preamble of this resolution are true and correct and adopts such findings for all intents and purposes related to the authorization of this B Corporation Small Business Assistance Program Project, and hereby authorizes the project agreements with B Corporation and the following entities for one year: LiftFund, Inc., Service Corps of Retired Executives (SCORE), Texas A&M University — Corpus Christi, and five agreements with Del Mar College, totaling $1,174,725.00 from Type B Corporation funds. Section 2. No funds approved by this resolution may be expended until 60 days have passed following the public hearing held at the Corporation's Board meeting on August 25, 2025, and subject to appropriation. PASSED AND APPROVED on the day of 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary Page 2 of 2 I i SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B I CORPORATION AND DEL MAR COLLEGE DISTRICT FOR DEL MAR COLLEGE'S APEX ACCELERATOR This Small Business Incentives Agreement ("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Del Mar College District, a Texas institution of higher learning ("Del Mar"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 (Chapters 501 — 507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City") passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1) 50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3) the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; i WHEREAS,the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; i WHEREAS, Section 501.073 of the Act requires the City Council to approve all programs and expenditures of the Corporation; i WHEREAS, the Board has determined that it is in the best interests of the citizens of Corpus Christi, Texas that small business development funds be provided to Del Mar, through this Agreement with Del Mar, to be used by Del Mar, which seeks to create at least one new job for every$50,000 in contracts awarded to businesses within the City who are awarded contracts with ! Federal, State, or local agencies through Del Mar College's APEX Accelerator's activities; In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and Del Mar agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date on which j this Agreement is approved by City Council. I Page 1 of 7 i i j 2. Term. The term of this Agreement is for one year from January 1, 2026, through December 31, 2026. 3. Performance Requirements and Grants. Del Mar shall educate small businesses on the requirements of government procurement, help them get certified to qualify to bid on contracts, and give them access to a portal to find these contracts. Del Mar shall create or retain at least one full-time employee for the management of the APEX Accelerator and shall provide the office space and any other materials needed to operate the APEX Accelerator. Del Mar will provide an annual report detailing the contracts awarded, jobs created/retained through the contracts, and business expansions. The grant is $160,000.00, and the grant shall not exceed $160,000.00. The Corporation will pay the grant to Del Mar as invoices are received. Del Mar will display signage that states that they are recipients of Type B funding. This signage will be provided to Del Mar by the Board and will be displayed in a location that is visible to a visitor to their facility. i 4. Living Wage Requirement. In order to count as a permanent full-time job under this agreement, the job should provide a "living wage" for the employee. The target living wage under this agreement is that annual amount equal or greater than poverty level for a family of three, established by the U.S. Department of Health and Human Services Poverty Guidelines, divided by 2,080 hours per year for that year. 5. Health Insurance. To qualify for this incentive, an employer shall certify that it has offered a health insurance program for its full-time employees during the term of the Agreement. 6. Warranties. Del Mar warrants and represents to Corporation the following: l a. Del Mar is a Texas institution of higher learning duly organized, validly existing, and in good standing under the laws of the State of Texas, has all corporate power and authority to carry on its business as presently conducted in Corpus Christi, Texas. i b. Del Mar has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. c. Del Mar has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all taxes, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid, during the term of this Agreement. d. Del Mar has access to the Texas Development Corporation Act, Title 12, Subtitle C1 (Chapters 501 — 507), Texas Local Government Code, on the State's website, and acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. i e. The person executing this Agreement on behalf of Del Mar is duly authorized to execute t this Agreement on behalf of Del Mar. G Page 2 of 7 I f. Del Mar does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, Del Mar is convicted of a violation under 8 U.S.C. Section 1324a(f), Del Mar shall repay the payments received under this Agreement to the City, with interest at the Wall Street Journal Prime Rate, not later than the 120t''day after the date Del Mar has been notified of the violation. 7. Compliance with Laws. During the Term of this Agreement, Del Mar shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 8. Non-Discrimination. Del Mar covenants and agrees that Del Mar will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 9. Force Majeure. If the Corporation or Del Mar is prevented, wholly or in part, from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control,then the obligations of the Corporation or Del Mar are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing, giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 10. Assignment. Del Mar may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void, and constitutes a breach of this Agreement. 11. Events of Default by Del Mar. The following events constitute a default of this Agreement by Del Mar: a. The Corporation or City determines that any representation or warranty on behalf of Del Mar contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made; b. Del Mar fails to comply with one or more terms of this Agreement. 12. Notice of Default. Should the Corporation or City determine that Del Mar is in default according to the terms of this Agreement, the Corporation or City shall notify Del Mar in writing of the event of default and provide 60 days from the date of the notice ("Cure Period") for Del Mar to cure the event of default. Page 3 of 7 i i i I 13. Results of Uncured Default by Del Mar. After exhausting good faith attempts to address any j default during the Cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of Del Mar, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period. a. Del Mar shall immediately repay all funds paid by Corporation to them under this Agreement. b. Del Mar shall pay Corporation reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by Del Mar of all sums due, the Corporation and Del Mar shall have no further obligations to one another under this Agreement. 14. No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. c. Any waiver or indulgence of Del Mar's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time Del Mar is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. 15. Del Mar specifically agrees that Corporation shall only be liable to Del Mar for the actual amount of the money grants to be conveyed to Del Mar, and shall not be liable to Del Mar for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year, then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's Page 4 of 7 customary and usual costs and expenses, as compared to each contracting parties'grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from Del Mar to be accompanied by all necessary supporting documentation. 16. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council. 17. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: Del Mar College: Del Mar College District Attn: Lenora Keas Executive Vice-President and Chief Operating Officer 101 Baldwin Blvd Corpus Christi, Texas 78404-3897 Corporation: Corpus Christi B Corporation Attn.: Executive Director 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 18. Incorporation of other documents. The Type B Guidelines, as amended, are incorporated into this Agreement. 19. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign Agreements on behalf of each party. Page 5 of 7 i r 20. Relationship of Parties. In performing this Agreement, both the Corporation and Del Mar will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 21. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. i 22. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a j final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 23. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 24. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and Del Mar. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 25. Survival of terms of Agreement and obligations of parties. The terms of this Agreement and the obligation of the parties relating to Section 14.a and b shall survive the termination of this Agreement. Page 6 of 7 APPROVED AS TO FORM: 1st day of August, 2025. acqueline Salinas-Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation By. . Alan Wilson President -2 5 Date: Attest: By: Rebecca Huerta Assistant Secretary Del Mar College District By: X4')A_� ka", Lenora Keas Executive Vice-President and Chief Operating Officer O Date: - � - IaU 5- THE STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on �}�,c,i�sl , 2025, by Lenora Keas, Executive Vice-President and Chief Operating Offi r, Del War College District, a political subdivision of the State of Texas, on behalf of the college district. I Carolyn Joan Sorral5 My commli/lon Sxpiras • vano2a Notary�PA lic �oseiiea State of Texas Page 7 of 7 I i SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B I CORPORATION AND DEL MAR COLLEGE DISTRICT FOR DEL MAR COLLEGE'S CONTRACTOR RESOURCE CENTER This Small Business Incentives Agreement ("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Del Mar College District, a Texas institution of higher learning ("Del Mar"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 (Chapters 501 —507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City") passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which c authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1) 50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3) the balance of the proceeds for I the construction, maintenance and repair of arterial and collector streets and roads; I WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS,the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; s WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; WHEREAS, Section 501.073 of the Act requires the City Council to approve all programs and expenditures of the Corporation; WHEREAS, the Board has determined that it is in the best interests of the citizens of Corpus Christi, Texas that small business development funds be provided to Del Mar, through this Agreement with Del Mar, to be used by Del Mar, which seeks to create a Contractor Resource Center within the City to assist companies looking for contracts with existing and potential future large industrial companies in our area; j i f In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and Del Mar agree as follows: I 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date on which this Agreement is approved by City Council. 1 Page 1 of 7 2026 8 Corp and Del Mar CRC Contract(002) f 2. Term. The term of this Agreement is for one year from January 1, 2026, through December 31, 2026. i 3. Performance Requirements and Grants. Del Mar shall operate the Contractor Resource Center,which will provide job training by educating small businesses on the requirements of large company procurement, helping them get certified to qualify to bid on contracts, and providing them with information on where to find these contracts. Del Mar shall create or retain at least one full-time employee for the management of the Contractor Resource Center and shall provide the office space and any other materials needed to operate the Contractor Resource Center. Del Mar will provide an annual report detailing the contracts awarded, jobs created/retained through the contracts, and business expansions. The Corporation will pay to Del Mar, as a grant, an amount not to exceed $150,000.00, for the operation of the Contractor Resource Center. The Corporation will pay the $150,000.00 grant to Del Mar as invoices are received. Del Mar will display signage that states that they are recipients of Type B funding. This signage will be provided to Del Mar by the Corporation and will be displayed in a location that is visible to a visitor to their Center for Economic Development on Staples Street. i 4. Living Wage Requirement. In order to count as a permanent full-time job under this agreement, the job should provide a "living wage" for the employee. The target living wage under this agreement is that annual amount equal or greater than poverty level for a family of three, established by the U.S. Department of Health and Human Services Poverty Guidelines, divided by 2,080 hours per year for that year. 5. Health Insurance. To qualify for this incentive, an employer shall certify that it has offered a health insurance program for its full-time employees during the term of the Agreement. 6. Warranties. Del Mar warrants and represents to Corporation the following: a. Del Mar is a Texas institution of higher learning duly organized, validly existing, and in good standing under the laws of the State of Texas, has all corporate power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. Del Mar has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. c. Del Mar has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all taxes, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid, during the term of this Agreement. d. Del Mar has access to the Texas Development Corporation Act, Title 12, Subtitle C1 (Chapters 501 — 507), Texas Local Government Code, on the State's website, and acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. Page 2 of 7 2026 B Corp and Del Mar CRC Contract(002) i i e. The person executing this Agreement on behalf of Del Mar is duly authorized to execute this Agreement on behalf of Del Mar. f. Del Mar does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, Del Mar is convicted of a violation under 8 U.S.C. Section 1324a(f), Del Mar shall repay the payments received under this Agreement to the City, with interest at the Wall Street Journal Prime Rate, not later than the 120th day after the date Del Mar has been notified of the violation. 7. Compliance with Laws. During the Term of this Agreement, Del Mar shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 8. Non-Discrimination. Del Mar covenants and agrees that Del Mar will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 9. Force Majeure. If the Corporation or Del Mar is prevented, wholly or in part, from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control,then the obligations of the Corporation or Del Mar are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing, giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 10. Assignment. Del Mar may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void, and constitutes a breach of this Agreement. 11. Events of Default by Del Mar. The following events constitute a default of this Agreement by Del Mar: a. The Corporation or City determines that any representation or warranty on behalf of Del Mar contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made; b. Del Mar fails to comply with one or more terms of this Agreement. 12. Notice of Default. Should the Corporation or City determine that Del Mar is in default according to the terms of this Agreement, the Corporation or City shall notify Del Mar in writing of Page 3 of 7 2026 B Corp and Del Mar CRC Contract(002) I the event of default and provide 60 days from the date of the notice ("Cure Period") for Del Mar to cure the event of default. 13. Results of Uncured Default by Del Mar. After exhausting good faith attempts to address any default during the Cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of Del Mar, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period. a. Del Mar shall immediately repay all funds paid by Corporation to them under this Agreement. b. Del Mar shall pay Corporation reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by Del Mar of all sums due, the Corporation and Del Mar shall have no further obligations to one another under this Agreement. 14, No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. i c. Any waiver or indulgence of Del Mar's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time Del Mar is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. 15. Del Mar specifically agrees that Corporation shall only be liable to Del Mar for the actual amount of the money grants to be conveyed to Del Mar, and shall not be liable to Del Mar for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total Page 4 of 7 2026 B Corp and Del Mar CRC Contract(002) i sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year, then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's customary and usual costs and expenses, as compared to each contracting parties'grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from Del Mar to be accompanied by all necessary supporting documentation. 16. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council. 17. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: Del Mar College District: Del Mar College District Attn: Lenora Keas Executive Vice-President and Chief Operating Officer 101 Baldwin Blvd Corpus Christi, Texas 78404-3897 Corporation: Corpus Christi B Corporation Attn.: Executive Director 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 18. Incorporation of other documents. The Type B Guidelines, as amended, are incorporated into this Agreement. Page 5 of 7 2026 B Corp and Del Mar CRC Contract(002) 19. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign Agreements on behalf of each party. 20. Relationship of Parties. In performing this Agreement, both the Corporation and Del Mar will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 21. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 22. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 23. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 24. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and Del Mar. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 25. Survival of terms of Agreement and obligations of parties. The terms of this Agreement and the obligation of the parties relating to Section 14.a and b shall survive the termination of this Agreement. Page 6 of 7 2026 B Corp and Del Mar CRC Contract(002) APPROVED AS TO FORM: 1 st day of August, 2025. acqueline Salinas-Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation By: Alan Wilson President Date: Attest: By: Rebecca Huerta Assistant Secretary Del Mar College District By: tlo_ La "4_ - Lenora Keas Executive Vice-President and Chief Operating Officer Date: 8, THE STATE OF TEXAS § COUNTY OF NUECES §This instrument was acknowledged before me on R i 2025, by Lenora Keas, Executive Vice-President and Chief Operating OiWcer, Del Mar College District, a political subdivision of the State of Texas, on behalf of the college district. Sorrais MyCommissi nExplrOS Notary P blic 1 s�zc a r,,;tan s 10561�. State of Texas Page 7of7 2026 B Corp and Del Mar CRC Contract(002) i i SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B CORPORATION AND DEL MAR COLLEGE DISTRICT FOR DEL MAR COLLEGE'S CYBER CENTER This Small Business Incentives Agreement ("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Del Mar College District, a Texas institution of higher learning ("Del Mar"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 (Chapters 501 —507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City") passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the r rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1) 50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3) the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS,the Corpus Christi B Corporation exists forthe purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; WHEREAS, Section 501.073 of the Act requires the City Council to approve all programs and expenditures of the Corporation; WHEREAS, the Board has determined that it is in the best interests of the citizens of Corpus Christi, Texas that small business development funds be provided to Del Mar, through this Agreement with Del Mar, to be used by Del Mar, which seeks to create a Cyber Center within the City to assist companies looking for contracts with existing and potential future large industrial companies in our area; In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and Del Mar agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date on which this Agreement is approved by City Council. Page 1 of 7 2026 Del Mar Cyber Center Contract I 2. Term. The term of this Agreement is for one year from January 1, 2026, through December 31, 2026. 3. Performance Requirements and Grants. Del Mar shall, no later than February 15, 2026, begin operation of the Cyber Center, which will provide educational seminars and one-on-one advising to small and mid-size businesses who need assistance with developing and implementing process and procedures to secure the safety of their business information. Del Mar shall create or retain at least one full-time employee for the management of the Cyber Center and shall provide the office space and.any other materials needed to operate the Cyber Center and all other office costs, including IT services, maintenance, janitorial, and utilities. Del Mar will provide an annual report detailing the number of businesses participating in training and/or one-on-one advising, the number of Cyber Hygiene Protocols achieved by clients, the number of Cyber Assessments completed by clients, the number of contracts saved or obtained with Cyber Center assistance, and the number of jobs created or retained due to the Cyber Center assistance. The Corporation will pay Del Mar, as a grant, an amount not to exceed $195,000 for the operation of the Cyber Center. The grant shall be up to $196,000.00. The Corporation will pay the grant to Del Mar as invoices are received. Del j Mar will display signage and include reference on its Cyber Center website that states that they are recipients of Type B funding. This signage will be provided to Del Mar by the Corporation and will be displayed in a location that is visible to a visitor to their Center for Economic Development on Staples Street. 4. Living Wage Requirement. In order to count as a permanent full-time job under this agreement, the job should provide a "living wage" for the employee. The target living wage under this agreement is that annual amount equal or greater than poverty level for a family of three, established by the U.S. Department of Health and Human Services Poverty Guidelines, divided by 2,080 hours per year for that year. 5. Health Insurance. To qualify for this incentive, an employer shall certify that it has offered a health insurance program for its full-time employees during the term of the Agreement. i 6. Warranties. Del Mar warrants and represents to Corporation the following: a. Del Mar is a Texas institution of higher learning duly organized, validly existing, and in good standing under the laws of the State of Texas, has all corporate power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. Del Mar has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. c. Del Mar has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all taxes, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid, during the term of this Agreement. d. Del Mar has access to the Texas Development Corporation Act, Title 12, Subtitle C1 (Chapters 501 — 507), Texas Local Government Code, on the State's website, and Page 2 of 7 2026 Del Mar Cyber Center Contract i i i i acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. i e. The person executing this Agreement on behalf of Del Mar is duly authorized to execute this Agreement on behalf of Del Mar. f. Del Mar does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, Del Mar is convicted of a violation under 8 U.S.C. Section 1324a(f), Del Mar shall repay the payments received under this Agreement to the City, with interest at the Wall Street Journal Prime Rate, not later than the 120th day after the date Del Mar has been notified of the violation. 7. Compliance with Laws. During the Term of this Agreement, Del Mar shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 8. Non-Discrimination. Del Mar covenants and agrees that Del Mar will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 9. Force Majeure. If the Corporation or Del Mar is prevented, wholly or in part, from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control,then the obligations of the Corporation or Del Mar are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing, giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 10. Assignment. Del Mar may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void, and constitutes a breach of this Agreement. 11. Events of Default by Del Mar. The following events constitute a default of this Agreement by Del Mar: a. The Corporation or City determines that any representation or warranty on behalf of Del Mar contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made; b. Del Mar fails to comply with one or more terms of this Agreement. Page 3 of 7 2026 Del Mar Cyber Center Contract i i 12. Notice of Default. Should the Corporation or City determine that Del Mar is in default according to the terms of this Agreement, the Corporation or City shall notify Del Mar in writing of the event of default and provide 60 days from the date of the notice ("Cure Period") for Del Mar to cure the event of default. 13. Results of Uncured Default by Del Mar. After exhausting good faith attempts to address any default during the Cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of Del Mar, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period. a. Del Mar shall immediately repay all funds paid by Corporation to them under this Agreement. b. Del Mar shall pay Corporation reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by Del Mar of all sums due, the Corporation and Del Mar shall have no further obligations to one another under this Agreement. 14. No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. c. Any waiver or indulgence of Del Mar's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time Del Mar is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. 15. Del Mar specifically agrees that Corporation shall only be liable to Del Mar for the actual amount of the money grants to be conveyed to Del Mar, and shall not be liable to Del Mar for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. Payment by Corporation is Page 4 of 7 2026 Del Mar Cyber Center Contract i I I strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year,then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's customary and usual costs and expenses, as compared to each contracting parties' grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from Del Mar to be accompanied by all necessary supporting documentation. 16. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council. 17. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: Del Mar College District: Del Mar College District Attn: Lenora Keas Executive Vice-President and Chief Operating Officer 101 Baldwin Blvd Corpus Christi, Texas 78404-3897 Corporation: Corpus Christi B Corporation Attn.: Executive Director 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 { c. Notice is effective upon deposit in the United States mail in the manner provided above. 18. Incorporation of other documents. The Type B Guidelines, as amended, are incorporated into this Agreement. t k Page 5 of 7 2026 Del Mar Cyber Center Contract i 19. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign Agreements on behalf of each party. 20. Relationship of Parties. In performing this Agreement, both the Corporation and Del Mar will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 21. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 22. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 23. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 24. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and Del Mar. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 25. Survival of terms of Agreement and obligations of parties. The terms of this Agreement and the obligation of the parties relating to Section 14.a and b shall survive the termination of this Agreement. Page 6 of 7 2026 Del Mar Cyber Center Contract APPROVED AS TO FORM: 1 st day of August, 2025. acqueline Salinas-Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation Alan Wilson President Date: Z5 - Attest: By: eb cca Huerta Assistant Secretary Del Mar College District By: Lenora Keas Executive Vice-President and Chief Operating Officer Date: g — - D a S THE STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on 2025, by Lenora Keas, Executive Vice-President and Chief Operating Offic r, Del Mar College District, a political subdivision of the State of Texas, on behalf of the college district. a_"r=C 1` �koJ'!� e Carolyn Jean Sorrels Notary Pu IIC My Commission Expires State of Texas Notary 20 D 10561266 r Page 7 of 7 2026 Del Mar Cyber Center Contract i SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B CORPORATION AND DEL MAR COLLEGE DISTRICT FOR AN INTERN PROGRAM TO SUPPORT SMALL BUSINESSES This Small Business Incentives Agreement for("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Del Mar College District, a Texas institution of higher education ("Del Mar"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 ,(Chapters 501 —507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City") passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1) 50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3) the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS, the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; WHEREAS, Section 501.073 of The Act requires the City Council to approve all programs and expenditures of the Corporation; WHEREAS, Del Mar has requested business development funds from the Board to assist businesses by providing access to students, who will serve as interns in professional level positions; WHEREAS, the small businesses will pay student interns minimum wage (currently $7.25 per hour), and Del Mar will match the business contribution up to $7.25 per hour. WHEREAS, the interns will be selected based on the needs of the small businesses with the goal of providing the small businesses with resources that make the small businesses more effective and provide growth opportunities; WHEREAS, the primary goal of the program is to provide support to small businesses in Corpus Christi that will encourage growth, retention, economic development, and job creation; Page 1 of 9 i i WHEREAS, the goal of the project is the creation of 1 new full time job for every 10 internship positions funded (a 10% new job "return on investment"); WHEREAS, a secondary benefit of the small business intern program is providing students real- world experience, while they are making a living wage without working extended hours and developing potential full-time employment opportunities following graduation; In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and Del Mar agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date on which this Agreement is approved by City Council. i 2. Term. The term of this Agreement is for twelve months from January 1, 2026, through December 31, 2026. 3. Grant. a. The Corporation will grant Del Mar an incentive of up to$150,000.00, which must be used to fund up to$7.25 per hour the salary of up to a total of the interns during the Spring Semester of 2026, Summer Session in 2026, and the Fall Semester 2026, and the entire salary on two interns hired to help administer the program during the Fall and Spring Semesters and Summer Session. Del Mar shall create 1 new full time job for every 10 internship positions funded (a 10% new job "return on investment"). The interns will be paid at least $14.50 per hour, while participating in Del Mar's Small Business Employer Intern Program. b. The Corporation's grant is conditioned upon Del Mar's successful completion of the terms of this Agreement. c. The Corporation's grant shall be paid in monthly installments based upon evidence of the amount paid by Del Mar to the small business employers during the prior month. 4. Del Mar's Duties and Responsibilities. a. Del Mar shall provide administrative oversight and direct supervision for the placement of interns in the Del Mar's Business Employer Intern Program. b. Del Mar shall create and maintain not less than two part-time intern (2) employment positions to assist in the Business Employer Intern Program in Corpus Christi, Nueces County, Texas, during the term of this Agreement. The interns must be paid $14.50 per hour. c. Del Mar shall place,with businesses in Corpus Christi, up to the total number of interns specified in Schedule A, during the academic year. (1) Since the primary goal of the Del Mar's Business Employer Intern Program is to provide support to small businesses in Corpus Christi that will encourage growth, retention, economic development, and job creation, placements must be based on the needs of the small business with the goal of providing the small Page 2 of 9 I business with resources that make the business more effective and provide growth opportunities for the businesses. (2)Additionally, interns may be placed at companies that need work skills that have been supported by the Corporation such as Process and Instrumentation and Aviation skills. (3) For the purpose of this section a small business may include chambers of commerce, non-profit organizations, and other entities that will use the intern to assist existing, start-up, and home based small businesses in the City; recruit new small business to the City; assist the expansion of existing small businesses in the City; help entrepreneurs create start-up businesses; or help the owners and managers of small businesses develop their businesses. (4) Del Mar shall require that small businesses fill out a survey at the end of each internship as a condition of being allowed to participate in this program. d. Del Mar shall ensure that the business employer of each intern pays the student intern the minimum wage, and Del Mar shall match the small business employer's payments to the interns up to $7.25 per hour. e. Del Mar shall try to place the interns for 19 hours per week and 12 weeks per semester or summer session. f. Del Mar shall work with the businesses that receive interns under the program to encourage the creation of permanent full time jobs for the interns or similarly qualified individuals. 5. Job Creation/Training Qualification. a. In order to count as a created job under this Agreement, the job must pay wages at least as high as the wages required by Section 501.162 of the Act, which is the median wage of the occupation in the Corpus Christi MSA as determined by Texas Workforce Commission's Texas Industry Profiles report. b. In order to qualify for funds to provide job training under this Agreement, Del Mar agrees to create new jobs that pay wages at least as high as the wages required by Section 501.162 of the Act,which is the median wage of the occupation in the Corpus Christi MSA as determined by Texas Workforce Commission's Texas Industry Profiles report. i c. A "job" is defined in the Type B Guidelines as a full-time employee, contractor, consultant, or leased employee who has a home address in the Corpus Christi MSA. d. Del Mar agrees to confirm and document to the Corporation that the minimum number of jobs created as a result of funding provided by this Agreement is maintained throughout the term by the Business. e. Del Mar agrees to provide Corporation with a sworn certificate by an authorized representative of each business assisted under this Agreement certifying the number of full-time permanent employees employed by the business. Page 3 of 9 i i f. Del Mar shall ensure that the Corporation is allowed reasonable access to the businesses assisted under this Agreement. 6. Reports and Monitoring. a. Del Mar shall provide a report at the end of each semester or summer session certifying the status of compliance through the life of the Agreement. Documentation for jobs may be in the form of quarterly IRS 941 returns, Del Mar employer Quarterly Reports, or employee rosters and other reports listed below: i. number of interns ii. name of companies using interns iii. intern duties iv. whether the intern received a job at that company V. whether the intern received a job in the area. b. Del Mar, during normal working hours shall allow the Corporation and its designee, Corpus Christi Regional Economic Development Corporation, reasonable access to Del Mar's employment records and books,to verify employment and all other relevant records related to each of the other economic development considerations and incentives, as stated in this Agreement, but the confidentiality of the records and information must be maintained by Corporation and its designee, unless such records and information shall be required by a court order, a lawfully issued subpoena, or at the direction of the Office of the Texas Attorney General as allowed under applicable state laws and statutes. 7. Warranties. Del Mar warrants and represents to Corporation the following: a. Del Mar is a Texas institution of higher education duly organized, validly existing, and in good standing under the laws of the State of Texas, and further has all institutional power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. Del Mar has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. C. Del Mar has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all Texas, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid , during the term of this Agreement. d. Del Mar has received a copy of the Act, and acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. e. The parties executing this Agreement on behalf of Del Mar are duly authorized to execute this Agreement on behalf of Del Mar. f. Del Mar does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, Del Mar is convicted of a violation under 8 U.S.C. Section 1324a(f), Del Mar shall repay the payments at the rate and according to Page 4 of 9 i f the terms as specified by City Ordinance, as amended, not later than the 1201h day after the date Del Mar has been notified of the violation. 8. Compliance with Laws. Del Mar shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 9. Non-Discrimination. Del Mar covenants and agrees that Del Mar will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 10. Force Majeure. If the Corporation or Del Mar are prevented, wholly or in part, from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control,then the obligations of the Corporation or Del Mar are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing, giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 11. Assignment. Del.Mar may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void, and constitutes a breach of this Agreement. 12. Indemnity. To the extent authorized by law Del Mar covenants to fully indemnify, save, and hold harmless the Corporation, the City, their respective officers, employees, and agents(`Indemnitees") against all liability, damage, loss, claims demands, and actions of any kind on account of personal injuries (including, without limiting the foregoing, workers' compensation and death claims), or property loss or damage of any kind, which arise out of or are in any manner connected with, or are claimed to arise out of or be in any manner connected with Del Mar activities conducted under or incidental to this Agreement, including any injury, loss or damage caused by the sole or contributory negligence of any or all of the Indemnitees. Del Mar must, at its own expense, investigate all those claims and demands, attend to their settlement or other disposition, defend all actions based on those claims and demands with counsel satisfactory to Indemnitees, and pay all charges of attorneys and all other cost and expenses of any kind arising from the liability, damage, loss, claims, demands, or actions. 13. Events of Default by Del Mar. The following events constitute a default of this Agreement by Del Mar: a. The Corporation or City determines that any representation or warranty on behalf of Del Mar contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made. b. Any judgment is assessed against Del Mar or any attachment or other levy against the property of Del Mar with respect to a claim remains unpaid, undischarged, or not dismissed for a period of 120 days. Page 6 of 9 i 1 c. Del Mar makes an assignment for the benefit of creditors. i d. Del Mar files a petition in bankruptcy, or is adjudicated insolvent or bankrupt. e. If taxes owed by Del Mar become delinquent, and Del Mar fails to timely and properly follow the legal procedures for protest or contest. f. Del Mar changes the general character of business as conducted as of the date this Agreement is approved by the Corporation. 14. Notice of Default. Should the Corporation or City determine that Del Mar is in default according to the terms of this Agreement, the Corporation or City shall notify Del Mar in writing of the event of default and provide 60 days from the date of the notice ("Cure Period") for Del Mar to cure the event of default. 15. Results of Uncured Default by Del Mar. After exhausting good faith attempts to address any default during the cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of Del Mar, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period: a. Del Mar shall immediately repay all funds paid by Corporation to them under this Agreement. b. Del Mar shall pay Corporation reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by Del Mar of all sums due, the Corporation and Del Mar shall have no further obligations to one another under this Agreement. d. Neither the City, the Corporation, nor Del Mar may be held liable for any consequential damages. 16. No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. c. Any waiver or indulgence of Del Mar's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time Del Mar is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. Page 6 of 9 I 17. Del Mar specifically agrees that Corporation shall only be liable to Del Mar for the actual amount of the money grants to be conveyed to Del Mar, and shall not be liable to Del Mar for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year,then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's customary and usual costs and expenses, as compared to each contracting parties' grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from Del Mar to be accompanied by all necessary supporting documentation. 18. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council. 19. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: Del Mar: Del Mar College District Attn: Lenora Keas Executive Vice-President and Chief Operating Officer 101 Baldwin Corpus Christi, Texas 78404 Corporation: Corpus Christi B Corporation Attn.: Executive Director 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 20. Incorporation of other documents. The Corpus Christi B Corporation Guidelines and Criteria for Granting Business Incentives ("Corporation Guidelines"), as amended, are incorporated into this Agreement. Page 7of9 I i 1 I 21. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign j Agreements on behalf of each party. 22. Relationship of Parties. In performing this Agreement, both the Corporation and Del Mar will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 23. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 24. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 25. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 26. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and Del Mar. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 27. Survival of terms of Agreement and obligations of parties. The terms of this Agreement shall survive the termination of this Agreement. Page 8 of 9 APPROVED AS TO FORM: 1st day of August, 2025. acqueline Salinas-Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation By: Alan Wilson President Date: Attest: By: W4"'4'V_;;t e ecca Huerta Assistant Secretary Del Mar College District By: Lenora Keas Executive Vice-President and Chief Operating Officer Date: i THE STATE OF TEXAS COUNTY OF NUECES This instrument was acknowledged before me on R i'n 2025, by Lenora Keas, Executive Vice-President and Chief Operating Offic r, for D I Mar College District, a political subdivision of the State of Texas, on behalf of the college district. idQ ,��C�e- P�o Carolyn Jean Sorrels My Commission Expires Notary PYAblicJ 1i6i2026 Notary ID State of Texas 10561288 Page 9 of 9 SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B CORPORATION AND LIFTFUND INC. FOR AN INTEREST BUY DOWN PROGRAM FOR SMALL BUSINESSES This Small Businesses Incentives Agreement for an Interest Buy Down Program for Small Businesses ("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and LiftFund Inc., a Texas nonprofit corporation (collectively, "the Parties"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 (Chapters 501 —507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City') passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1)50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3)the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS,the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; WHEREAS, Section 501.073 of The Act requires the City Council to approve all programs and expenditures of the Corporation; WHEREAS, LiftFund is a Texas nonprofit corporation whose principal mission is to provide loans to small business owners lacking access to commercial credit; WHEREAS, LiftFund anticipates, over the next twelve months, providing interest buy down to 5.5% for approximately 17-25 loans with an average value of $25,000 aspiration to low- and moderate-income micro and small business owners in Corpus Christi to generate approximately 20 new permanent full-time jobs; and WHEREAS, the Board has determined that it is in the best interests of the citizens of Corpus Christi,Texas that business development funds be provided to LiftFund,through this contract with LiftFund, to be used by LiftFund to buy down the interest on commercial loans to 5.5% interest for small businesses and establish a small business grant program, both of which will result in creation of new full-time permanent jobs in the city of Corpus Christi; Page 1 of 10 Legal REV8.14.25-2026 vl lffund Agreement Final Small Business.docxAgFee ent LiftFund In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and LiftFund agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date on which this Agreement is approved by City Council. 2. Term. The term of this Agreement is for one year from October 1, 2025, through September 30, 2026. Per the guidelines, LiftFund must reapply every year for the grant. 3. Interest Buy Down Program. a. In consideration for creation and maintenance of new jobs as provided in this Agreement,the Corporation agrees to pay LiftFund a grant of up to$75,000 for the Interest Buy-Down Program as follows: i. LiftFund must first receive a request for a loan from a small business or start-up company that has the ability to produce jobs in the future and is located in Corpus Christi or will be locating in Corpus Christi ('Business"). ii. The request from the applicant must include an affidavit stating that they have applied for normal financing from a bank, or similar lending institution, and have been denied a loan. iii. LiftFund shall review the request for a loan from the Business. iv. Upon LiftFund approval of a loan, LiftFund shall submit documentation, in a for acceptable to the Corporation, requesting funds to buy down the interest rate from the interest rate allowable per the underwriting criteria to 5.5% or 0% interest for loans related to recovery from damage caused by a hurricane. The Corporation authorizes an interest buy down up to 7% of the interest rate to finance the loan. Payment by Corporation shall not exceed $17,500 per loan and shall be calculated using the following formula: (Loan amount x interest rate to buy down to 5.5%) / 12 = N N x number of payments=interest buy down reimbursement to LiftFund for business loan. (The number of monthly payments shall not exceed sixty(60).) Example: ($10,000 x 7%) / 12 =58.33 58.33 x 36 = $2,100 = amount to be reimbursed to LiftFund for business loan. v. The Corporation shall reimburse funds within 30 days after evidence of closing the loan is submitted. vi. The total funds available on an annual basis under the Interest Buy Down Program under this agreement are$75,000.Of the$75,000,up to$10,000 may be used for marketing expenses related to the program. Page 2 of 10 Leaal REV8.14.25-2026 vl lffund Agreement Final Small Business.docx b. The loans assisted with the program must be within the range of $5,000 to $50,000. c. This program must result in the creation of one permanent full-time job per every loan of at least$50,000 assisted with the Interest Buy Down Program. Liffund shall ensure that the loan will result in the creation of one new full-time permanent job in the city of Corpus Christi. d. Businesses assisted through this program must be: i. A start-up or existing small business that is unable to obtain a loan from a traditional financial institution or unable to qualify for the total needed for a business loan through a bank or credit union, in which case Liffund can loan the remaining amount with the buy down interest rate program in conjunction with the bank\credit union. ii. An existing small business that needs assistance to expand. iii. Any business assisted under the provisions of paragraphs i or ii of this subsection, must be: A. Located in or locating in Corpus Christi city limits. B. Current on payment of all sales taxes. C. Current on payment of all ad valorem taxes in the City of Corpus Christi. e. The following projects are ineligible for this program: i. Refinancing of existing loans or debt ii. Businesses located outside the Corpus Christi city limits iii. Home-based businesses iv. Loans to existing businesses which are not planning on expanding v. Business retention. f. Liffund may use up to $75,000 to assist start-up and existing small businesses that have little or no access to traditional credit. g. Liffund shall provide the Corporation with quarterly reports, in a form acceptable to the Corporation, to identify the loans made, name and address of the business receiving the loan, jobs created under the Interest Buy Down Program, and other reports as requested by the Corporation. h. LiftFund shall provide funds for operations and loan capital to implement and sustain the program. i. Liffund shall develop loan underwriting criteria and payment terms and conditions for its loan program and provide to the Corporation. Page 3 of 10 Legal REV6.14.25-2026 O.LiftFund Agreement Final Small Business.docxAgFeem l I ift-Q.iftFund 4. Job Creation Qualification. a. In order to count as a created job under this Agreement, the job must pay wages at least as high as the median wage of the occupation in the Corpus Christi MSA as determined by Texas Workforce Commission's Texas Industry Profiles report. b. A 'job" is defined in the Type B Guidelines as a full-time employee, contractor, consultant, or leased employee who has a home address in the Corpus Christi MSA. c. LiftFund agrees to confirm and document to the Corporation that each job created as a result of funding provided by this Agreement is maintained throughout the term of the loan to the Business. d. LiftFund agrees to provide Corporation with a sworn certificate by authorized representative of each shall business assisted under this Agreement certifying the number of full-time permanent employees employed by the small business. e. LiftFund shall ensure that the Corporation is allowed reasonable access to personnel records of the small businesses assisted under this Agreement. 5. Buy Local Provision. a. LiftFund agrees to use its best efforts to give preference and priority to local manufacturers, suppliers, contractors, and labor,except where not reasonably possible to do so without added expense, substantial inconvenience, or sacrifice in operating efficiency. b. For the purposes of this section, the term "local" as used to describe manufacturers, suppliers, contractors, and labor includes firms, businesses, and persons who reside in or maintain an office within a 50-mile radius of Nueces County. 7. Warranties. LiftFund warrants and represents to Corporation the following: a. LiftFund is a corporation duly organized, validly existing, and in good standing under the laws of the State of Texas, and further has all corporate power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. LiftFund has the authority to enter into and perform, and will perform, the terms of this Agreement. c. LiftFund has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all Texas, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid, during the term of this Agreement. d. LiftFund has received a copy of the Act and acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. Page 4 of 10 Legal REV8.14.25-2026 vl lffund Agreement Final small Business.docxAgFee wAt-6VtF+nd e. If an audit determines that the funds were not used for authorized purposes, LiftFund agrees to reimburse Corporation for the sums of money spent for purposes not authorized by law within 30 days written notice requesting reimbursement. f. The parties executing this Agreement on behalf of LiftFund are duly authorized to execute this Agreement on behalf of LiftFund. g. LiftFund does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, LiftFund is convicted of a violation under 8 U.S.C. Section 1324a(f), LiftFund shall repay the payments at the rate and according to the terms as specified by City Ordinance, as amended, not later than the 120th day after the date LiftFund has been notified of the violation. 8. Compliance with Laws. LiftFund shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 9. Non-Discrimination. LiftFund covenants and agrees that LiftFund will not discriminate nor permit discrimination against any person or group of persons,with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 10. Force Majeure. If the Corporation or LiftFund is prevented, wholly or in part,from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control, then the obligations of the Corporation or LiftFund are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing,giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 11. Assignment. LiftFund may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void, and constitutes a breach of this Agreement. 12. Indemnity. LiftFund covenants to fully indemnify,save,and hold harmless the Corporation, the City, their respective officers, employees, and agents ("Indemnitees") against all liability, damage, loss, claims demands, and actions of any kind on account of personal injuries (including, without limiting the foregoing, workers' compensation and death claims), or property loss or damage of any kind, which arise out of or are in any manner connected with, or are claimed to arise out of or be in any manner connected with LiftFund activities conducted under or incidental to this Agreement, including any injury, loss or damage caused by the sole or contributory negligence of any or all of the Indemnitees. LiftFund must, at its own expense, investigate all those claims and demands, attend to their settlement or other disposition, defend all actions based on those claims and demands with counsel satisfactory to Indemnitees, and pay all charges of attorneys and all other cost and expenses of any kind arising from the liability, damage, loss, claims, demands, or actions. Indemnification is not applicable for any settlement,final judgment or award rendered in connection with a claim, suit, action or proceeding in which the final judgment or award, or for purposes of settlement Page 5 of 10 Legal REV6.14.25-2026 01iffund Agreement Final Small Business.docxAgFe^mest LAP- the available evidence is clear and convincing, that any Indemnitee is liable in whole or in part for the claims or causes of action asserted by a third party. 13. Events of Default. The following events constitute a default of this Agreement: a. Failure of LiftFund to timely, fully, and completely comply with any one or more of the requirements, obligations, duties, terms, conditions, or warranties of this Agreement. b. The Corporation or City determines that any representation or warranty on behalf of LiftFund contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made. c. Any judgment is assessed against LiftFund or any attachment or other levy against the property of LiftFund with respect to a claim remains unpaid, undischarged, or not dismissed for a period of 30 days. d. LiftFund makes an assignment for the benefit of creditors. e. LiftFund files a petition in bankruptcy, or is adjudicated insolvent or bankrupt. f. If taxes owed by LiftFund become delinquent, and LiftFund fails to timely and properly follow the legal procedures for protest or contest. g. LiftFund changes the general character of business as conducted of the date this Agreement is approved by the Corporation. 14. Notice of Default. Should the Corporation or City determine that LiftFund is in default according to the terms of this Agreement,the Corporation or City shall notify LiftFund in writing of the event of default and provide 60 days from the date of the notice ("Cure Period") for LiftFund to cure the event of default. 15. Results of Uncured Default. After exhausting good faith attempts to address any default during the cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of LiftFund, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period. a. LiftFund shall immediately repay all funds paid by Corporation under this Agreement. b. LiftFund shall pay Corporation reasonable attorney fees and costs of court to collect amounts due to Corporation. c. The Corporation shall have no further obligations to LiftFund under this Agreement. d. Neither the City nor the Corporation may be held liable for any consequential damages. e. The Corporation may pursue all remedies available under law. 16. No Waiver. Page 6 of 10 Legal REV8.14.25-2026 O.LiftFund Agreement Final Small Business.docx a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. c. Any waiver or indulgence of LiftFund' default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time LiftFund is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. 17. LiftFund specifically agrees that Corporation shall only be liable to LiftFund for the actual amount of the money grants to be conveyed to LiftFund, and shall not be liable to LiftFund for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this agreement. Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this agreement, being October 1, 2024, through September 30, 2025. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year, then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's customary and usual costs and expenses, as compared to each contracting parties' grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from LiftFund to be accompanied by all necessary supporting documentation. THIS SECTION DOES NOT APPLY WHERE LOSSES RESULT FROM BREACH OF CONFIDENTIALITY, REFUSAL TO PERFORM, DEATH, BODILY INJURY, DAMAGE TO PERSONAL PROPERTY, VIOLATION OF APPLICABLE LAW, GROSS NEGLIGENCE OR WILLFUL MISCONDUCT. 18. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: LiftFund: LiftFund Inc. Attn.: Adam Henson, Chief Operating and Financial Officer 2014 S. Hackberry St. San Antonio, Texas 78210 Page 7 of 10 Legal REV8.14.25-2026 011ftFund Agreement Final Small Business.docxAgreement L+#FuPA Corporation: Corpus Christi B Corporation 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 19. Incorporation of other documents. The Corpus Christi B Corporation Guidelines and Criteria for Granting Business Incentives ("Corporation Guidelines"), as amended, are incorporated into this Agreement. 20. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign agreements on behalf of each party. 21. Relationship of Parties. In performing this Agreement, both the Corporation and LiftFund will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 22. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 23. Severability. a. If for any reason,any section, paragraph,subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable,will be added to this Agreement automatically. Page 8 of 10 Legal REV8.14.25-2026 v1.LiftFund Agreement Final Small Business.docxAgreeme ittFaed 24. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 25. Sole Agreement. This Agreement constitutes the sole agreement between Corporation and LiftFund. Any prior agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 26. Survival of terms of agreement and obligations of parties. The terms of this agreement and the obligation of the parties relating to the Interest Buy Down Program shall survive the termination of this agreement. Page 9 of 10 Legal REV8.14.25-2026 O liftFund Agreement Final Small Business docxAgFeeme #t-F� APPROVED AS TO FORM: 14th day of August, 2025. J"' ` �c"_ acqueline S. Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation By: Qu— w Alan Wilson President Date: Attest: By: Re ecca , 1UU1 LU As istant Secretary LiftFund Inc. Y Adam Henson COO/CFO Date: THE STATE OF TEXAS § COUNTY OF BEXAR § This instrument was acknowledged before me on ►A' f 2025, by Adam Henson, COO/CFO for LiftFund Inc., a Texas non-profit co poration, on behalf of the corporation. MARIAH ARIELLA DE LA CRUZ Ud �=Notary Public,State of Texas Notary Public b ' mot? Comm.Expires 04-09.2028 State of Texas 'nn��a`` Notary ID 134843179 Page 10 of 10 Legal REV6.14.25-2026 v1.LiftFund Agreement Final Small Business docxAgreen W4--ift pd SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B CORPORATION AND SERVICE CORPS OF RETIRED EXECUTIVES CHAPTER 221 FOR JOB TRAINING This Small Businesses Incentives Agreement ("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Service Corps of Retired Executives Chapter 221, a Washington D.C. nonprofit corporation ("SCORE"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 (Chapters 501 —507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City") passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1) 50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3)the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS,the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas. WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; WHEREAS, Section 501.073 of The Act requires the City Council to approve all programs and expenditures of the Corporation; WHEREAS, SCORE will provide assistance to small businesses, persons, and entities desiring to begin and operate a small business in Corpus Christi by mentoring clients; conducting workshops; and advising clients as to business plans, pro-forma statements, forms of business entity, financial implications of business decisions, and all other aspects of small business operations; WHEREAS, SCORE proposes to retain one Administrative Assistant and one Workshop Presenter/Coordinator to assist SCORE volunteers in administrating the assistance program; and WHEREAS, the Board has determined that it is in the best interests of the citizens of Corpus Christi, Texas that business development funds be provided to SCORE, through this Agreement with SCORE, to be used by SCORE to provide assistance to small businesses. Page 1 of 8 2026 SCORE Agreement In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and SCORE agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date on which this Agreement is approved by City Council. 2. Term. The term of this Agreement is for one year from October 1, 2025, through September 30, 2026. Per the guidelines, SCORE must reapply every year for the grant. 3. Performance Requirements and Grants. The Performance Requirements and Grants are listed below: • Corporation will reimburse SCORE by grant for all direct expenses related to the project. The total grant amount is $95,225. The total reimbursements may not exceed $95,225. SCORE may expend up to ($9522) out of the$95,225 for promotion of the project. • SCORE will provide 1,620 hours of general and technical services to small businesses through volunteer counselors. • SCORE agrees to the following reporting and monitoring provisions, and failure to fully and timely comply with any one requirement is an act of default. • SCORE commits to retain one Administrative Assistant and one Workshop Presenter/Coordinator to assist SCORE volunteers in administrating the assistance program. • SCORE shall provide quarterly reports on its performance requirements.The reports must document: o Number of face to face consultations between SCORE volunteers and small business owners or prospective owners. o Number of workshops with description of workshop and number of attendees. o Number of small business owners or prospective owners who were provided counseling by telephone, text, email or on-line services. • SCORE, during normal working hours, at its Corpus Christi, Texas, facility, shall allow Corporation and its designee, the Corpus Christi Regional Economic Development Corporation ("CCREDC"), reasonable access to SCORE's employment records and books, to verify employment and all other relevant records related to each of the other economic development considerations and incentives, as stated in this agreement, but the confidentiality of records and information shall be maintained by Corporation and CCREDC, unless the records and information shall be required by a court order, a lawfully issued subpoena, or at the direction of the Office of the Texas Attorney General. this Agreement. 4. Utilization of Local Contractors and Suppliers. SCORE agrees to exercise reasonable efforts in utilizing local contractors and suppliers, except where not reasonably possible to do so without added expense, substantial inconvenience, or sacrifice in operating efficiency in the normal course of business, with a goal of 50% of the total dollar amount of all construction contracts and supply agreements being paid to local contractors and suppliers. For the purposes of this section, the term "local" as used to describe manufacturers, suppliers, contractors, and labor includes firms, businesses, and persons who reside in or maintain an office within a 50 mile radius of Nueces County. SCORE agrees, during the construction of the Project and for four years after Completion, to maintain written records documenting the efforts of SCORE to comply with the Local Requirement, and to provide an annual report to the City Manager or designee, from which the City Manager or designee shall determine if SCORE is in compliance with this requirement. Page 2 of 8 2026 SCORE Agreement Failure to substantially comply with this requirement, in the sole determination of the City Manager or designee, shall be a default hereunder. 5. Utilization of Disadvantaged Business Enterprises ("DBE"). SCORE agrees to exercise reasonable efforts in utilizing contractors and suppliers that are determined to be disadvantaged business enterprises, including minority business enterprises women-owned business enterprises and historically-underutilized business enterprises. In order to qualify as a business enterprise under this provision, the firm must be certified by the City, the Regional Transportation Authority or another governmental entity in the jurisdiction of the home office of the business as complying with state or federal standards for qualification as such an enterprise. SCORE agrees to a goal of 30% of the total dollar amount of all construction contracts and supply agreements being paid to disadvantaged business enterprises, with a priority made for disadvantaged business enterprises which are local. SCORE agrees, during the construction of the Project and for four years after Completion, to maintain written records documenting the efforts of SCORE to comply with the DBE Requirement, and to provide an annual report to the City Manager or designee, from which the City Manager or designee shall determine if SCORE is in compliance with this requirement. Failure to substantially comply with this requirement, in the sole determination of the City Manager' or designee, shall be a default hereunder. For the purposes of this section, the term "local" as used to describe contractors and suppliers that are determined to be disadvantaged business enterprises, including minority business enterprises women-owned business enterprises and historically-underutilized business enterprises includes firms, businesses, and persons who reside in or maintain an office within a 50 mile radius of Nueces County. 6. Living Wage Requirement. In order to count as a permanent full-time job under this agreement, the job should provide a "living wage" for the employee. The target living wage under this agreement is that annual amount equal or greater than poverty level for a family of three, established by the U.S. Department of Health and Human Services Poverty Guidelines, divided by 2,080 hours per year for that year. 7. Health Insurance. To qualify for this incentive, an employer shall certify that it has offered a health insurance program for its employees during the term of the Agreement. 8. Warranties. SCORE warrants and represents to Corporation the following: a. SCORE is a corporation duly organized, validly existing, and in good standing under the laws of the State of Texas, has all corporate power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. SCORE has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. c. SCORE has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all Texas, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid, during the term of this Agreement. d. SCORE has received a copy of the Act, and acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. e. The person executing this Agreement on behalf of SCORE is duly authorized to execute this Agreement on behalf of SCORE. f. SCORE does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, SCORE is convicted of a violation Page 3 of 8 2026 SCORE Agreement under 8 U.S.C. Section 1324a(f), SCORE shall repay the payments received under this Agreement to the City,with interest at the Wall Street Journal Prime Rate, not later than the 120th day after the date SCORE has been notified of the violation. 9. Compliance with Laws. During the Term of this Agreement, SCORE shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 10. Non-Discrimination. SCORE covenants and agrees that SCORE will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 11. Force Majeure. If the Corporation or SCORE is prevented, wholly or in part, from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control, then the obligations of the Corporation or SCORE are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing,giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 12. Assignment. SCORE may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void and constitutes a breach of this Agreement. 13. Indemnity. SCORE covenants to fully indemnify, save, and hold harmless the Corporation, the City, their respective officers, employees, and agents ("Indemnitees") against all liability, damage, loss, claims demands, and actions of any kind on account of personal injuries (including, without limiting the foregoing, workers' compensation and death claims), or property loss or damage of any kind, which arise out of or are in any manner connected with, or are claimed to arise out of or be in any manner connected with SCORE activities conducted under or incidental to this Agreement, including any injury, loss or damage caused by the sole or contributory negligence of any or all of the Indemnitees. SCORE must, at its own expense, investigate all those claims and demands, attend to their settlement or other disposition, defend all actions based on those claims and demands with counsel satisfactory to Indemnitees, and pay all charges of attorneys and all other cost and expenses of any kind arising from the liability, damage, loss, claims, demands, or actions. 14. Events of Default by SCORE. The following events constitute a default of this Agreement by SCORE: Page 4 of 8 2026 SCORE Agreement a.The Corporation or City determines that any representation or warranty on behalf of SCORE contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made; b. Any judgment is assessed against SCORE or any attachment or other levy against the property of SCORE with respect to a claim remains unpaid, undischarged, or not dismissed for a period of 120 days. c. SCORE makes an assignment for the benefit of creditors. d. SCORE files a petition in bankruptcy, or is adjudicated insolvent or bankrupt. e. If taxes owed by SCORE become delinquent, and SCORE fails to timely and properly follow the legal procedures for protest or contest. f. SCORE changes the general character of business as conducted as of the date this Agreement is approved by the Corporation. g. SCORE fails to comply with one or more terms of this Agreement. 15. Notice of Default. Should the Corporation or City determine that SCORE is in default according to the terms of this Agreement, the Corporation or City shall notify SCORE in writing of the event of default and provide 60 days from the date of the notice ("Cure Period»)for SCORE to cure the event of default. 16. Results of Uncured Default by SCORE. After exhausting good faith attempts to address any default during the Cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of SCORE, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period. a. SCORE shall immediately repay all funds paid by Corporation to them under this Agreement. b. SCORE shall pay Corporation reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by SCORE of all sums due, the Corporation and SCORE shall have no further obligations to one another under this Agreement. 17. No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. c. Any waiver or indulgence of SCORE's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time SCORE is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. Page 5 of 8 2026 SCORE Agreement 18. SCORE specifically agrees that Corporation shall only be liable to SCORE for the actual amount of the money grants to be conveyed to SCORE, and shall not be liable to SCORE for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year, then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's customary and usual costs and expenses, as compared to each contracting parties' grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from SCORE to be accompanied by all necessary supporting documentation. 19. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council. 20. Notices. a.Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: SCORE Chapter 221: SCORE 221 Chapter Chair 5350 S. Staples St., Suite 333-E Corpus Christi, TX 78411 Corporation: Corpus Christi B Corporation Attn.: Executive Director 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 21. Incorporation of other documents. The Type B Guidelines, as amended, are incorporated into this Agreement. Page 6 of 8 2026 SCORE Agreement 22. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign Agreements on behalf of each party. 23. Relationship of Parties. In performing this Agreement, both the Corporation and SCORE will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 24. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 25. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 26. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 27. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and SCORE. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 28. Survival of terms of Agreement and obligations of parties. The terms of this Agreement and the obligation of the parties relating to Section 14.a and b shall survive the termination of this Agreement. Page 7 of 8 2026 SCORE Agreement Docusign Envelope ID:999A28A1-7AC8-4511-9286-E22335813C38 APPROVED AS TO FORM: 1st day of August, 2025. acqueline Salinas-Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation By: "'" Alan Wilson President Date: Attest: By: Rebecca Huerta Assistant Secretary Service Corps of Retired Ex ^GFYgpter 221 By•J G'yt L��L. 322034AF1027418.. ✓✓✓ ��` Debbie Fernandez Rick J. Peluso SCORE Chapter Chair VP of Finance Date: >��9/ � 8/14/2025 THE STATE OF TEXAS § COUNTY OF NUECES § 'l I This instrument was acknowledged before me on U��b 17arWq/--Qc-z 2025, by Debbie Fernandez, as Chair of Service Corps of Retired Executive Chapter 221, a Washington D.C. non- profit corporation, on behalf of the corporation. Notary Public !' F•; MANUEL GARCiA ORTEGA State of Texas ' y: My Notary ID k 6949252 Expires July 15,2029 Page 8 of 8 b229f1 ab-79c2-4b5e-97b9-b0a47fOb7d80 SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B CORPORATION AND TEXAS A&M UNIVERSITY—CORPUS CHRISTI FOR AN INTERN PROGRAM TO SUPPORT SMALL BUSINESSES This Small Business Incentives Agreement for("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Texas A&M University— Corpus Christi, a member of the Texas A&M University System, an agency of the State of Texas, a Texas institution of higher education ("TAMU-CC"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 (Chapters 501 —507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City") passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1)50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3)the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS,the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; WHEREAS, Section 501.073 of The Act requires the City Council to approve all programs and expenditures of the Corporation; WHEREAS, TAMU-CC has requested business development funds from the Board to assist businesses by providing access to students, who will serve as interns in professional level positions; WHEREAS, the small businesses will pay student interns minimum wage (currently $7.25 per hour) and TAMU-CC will match the business contribution up to $7.25 per hour. WHEREAS, the interns will be selected based on the needs of the small businesses with the goal of providing the small businesses with resources that make the small businesses more effective and provide growth opportunities; WHEREAS, the primary goal of the program is to provide support to small businesses in Corpus Christi that will encourage growth, retention, economic development, and job creation; Page 1 of 10 WHEREAS, the goal of the project is the creation of 1 new full time job for every 10 internship positions funded (a 10% new job "return on investment"); WHEREAS, a secondary benefit of the small business intern program is providing students real- world experience, while they are making a living wage without working extended hours and developing potential full-time employment opportunities following graduation; In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and TAMU-CC agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date that this Agreement is approved by the City Council. 2. Term. The term of this Agreement shall be for a period of January 1, 2026, through December 31, 2026. 3. Grant. a. The Corporation will grant TAMU-CC an incentive grant of up to $199,500.00, which must be used to fund up to $7.25 per hour the salary of up to a total of the interns during the Spring Semester of 2026, Summer Session in 2026, and the Fall Semester 2026, and throughout break time between semesters the student interns are enrolled in and the entire salary on two interns hired to help administer the program during the Fall and Spring Semesters and Summer Session and break time between semesters. The interns will be paid at least $14.50 per hour, while participating in TAMU-CC's Small Business Employer Intern Program. b. The Corporation's grant is conditioned upon TAMU-CC's successful completion of the terms of this Agreement. c. The Corporation's grant shall be paid in monthly installments based upon evidence of the amount paid by TAMU-CC to the small business employers during the prior month. 4. TAMU-CC's Duties and Responsibilities. a. TAMU-CC shall provide administrative oversight and direct supervision for the placement of interns in the TAMU-CC's Business Employer Intern Program. b. TAMU-CC shall create and maintain not less than two part-time intern (2) job/employment positions to assist in the Business Employer Intern Program in Corpus Christi, Nueces County, Texas, during the term of this Agreement. The intern must be paid $14.50 per hour. c. TAMU-CC shall place part-time interns with businesses in Corpus Christi. (1) Since the primary goal of the TAMU-CC's Business Employer Intern Program is to provide support to small businesses in Corpus Christi that will encourage growth, retention, economic development, and job creation, placements must be based on the needs of the small business with the goal of providing the small business with resources that make the business more effective and provide growth opportunities for the businesses. Page 2 of 10 (2)Additionally, interns may be placed at companies that need work skills that have been supported by the Corporation such as Process and Instrumentation and Aviation skills. (3) For the purpose of this section a small business may include chambers of commerce, non-profit organizations, and other entities that will use the intern to assist existing, start-up, and home based small businesses in the City; recruit new small business to the City; assist the expansion of existing small businesses in the City; help entrepreneurs create start-up businesses; or help the owners and managers of small businesses develop their businesses. (4)TAMU-CC shall require that small businesses fill out a survey at the end of each internship as a condition of being allowed to participate in this program. d. TAMU-CC shall ensure that the business employer of each intern pays the student intern the minimum wage, and TAMU-CC shall match the small business employer's payments to the interns up to $7.25 per hour. e. TAMU-CC shall try to place the interns for 19-20 hours per week and 12 weeks per semester or summer session. f. TAMU-CC shall work with the businesses that receive interns under the program to encourage the creation of permanent full-time jobs for the interns or similarly qualified individuals. 5. Job Creation/Training Qualification. a. In order to count as a created job under this Agreement, the job must pay wages at least as high as the wages required by Section 501.162 of the Act, which is the median wage of the occupation in the Corpus Christi MSA as determined by Texas Workforce Commission's Texas Industry Profiles report. b. In order to qualify for funds to provide job training under this Agreement, TAMU-CC agrees to create new jobs that pay wages at least as high as the wages required by Section 501.162 of the Act, which is the median wage of the occupation in the Corpus Christi MSA as determined by Texas Workforce Commission's Texas Industry Profiles report. c. A "job" is defined in the Type B Guidelines as a full-time employee, contractor, consultant, or leased employee who has a home address in the Corpus Christi Metropolitan Statistical Area ("MSA"). d. TAMU-CC agrees to confirm and document to the Corporation that the minimum number of jobs created as a result of funding provided by this Agreement is maintained throughout the term by the Business. e. TAMU-CC agrees to provide Corporation with a sworn certificate by an authorized representative of each business assisted under this Agreement certifying the number of full-time permanent employees employed by the business. Page 3 of 10 f. TAMU-CC shall ensure that the Corporation is allowed reasonable access to personnel records of the businesses assisted under this Agreement. 6. Reports and Monitoring. a. TAMU-CC shall provide a report at the end of each semester or summer session certifying the status of compliance through the life of the Agreement. Documentation for jobs may be in the form of quarterly IRS 941 returns, TAMUCC employer Quarterly Reports, or employee rosters and other reports listed below: i. number of interns ii. name of companies using interns iii. intern duties iv. whether the intern received a job at that company v. whether the intern received a job in the area. b. TAMU-CC, during normal working hours and the term of this Agreement shall allow the Corporation and its designee, Corpus Christi Regional Economic Development Corporation, reasonable access to TAMU-CC's employment records and books, to verify employment and all other relevant records related to each of the other economic development considerations and incentives, as stated in this Agreement, but the confidentiality of the records and information must be maintained by Corporation and its designee, unless such records and information shall be required by a court order, a lawfully issued subpoena, or at the direction of the Office of the Texas Attorney General. 7. Warranties. TAMU-CC warrants and represents to Corporation the following: a.TAMU-CC is a Texas institution of higher education duly organized, validly existing, and in good standing under the laws of the State of Texas, and further has all institutional power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. TAMU-CC has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. c. TAMU-CC has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all Texas, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid , during the term of this Agreement. d. TAMU-CC has received a copy of the Texas Development Corporation Act, Section 501.101 of the Texas Local Government Code, and acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. e. The parties executing this Agreement on behalf of TAMU-CC are duly authorized to execute this Agreement on behalf of TAMU-CC. f. TAMU-CC does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, TAMU-CC is convicted of a Page 4 of 10 violation under 8 U.S.C. Section 1324a(f), TAMU-CC shall repay the payments at the rate and according to the terms as specified by City Ordinance, as amended, not later than the 120th day after the date TAMU-CC has been notified of the violation. 8. Compliance with Laws. TAMU-CC shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 9. Non-Discrimination. TAMU-CC covenants and agrees that TAMU-CC will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 10. Force Majeure. If the Corporation or TAMU-CC are prevented,wholly or in part,from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control, then the obligations of the Corporation or TAMU-CC are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing,giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 11. Assignment. TAMU-CC may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void, and constitutes a breach of this Agreement. 12. Events of Default by TAMU-CC. The following events constitute a default of this Agreement by TAMU-CC: a. The Corporation or City determines that any representation or warranty on behalf of TAMU-CC contained in this Agreement or in any financial statement, certificate, report, or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made. b. Any judgment is assessed against TAMU-CC or any attachment or other levy against the property of TAMU-CC with respect to a claim remains unpaid, undischarged, or not dismissed for a period of 120 days. c. TAMU-CC makes an assignment for the benefit of creditors. d. TAMU-CC files a petition in bankruptcy, or is adjudicated insolvent or bankrupt. e. If taxes owed by TAMU-CC become delinquent, and TAMU-CC fails to timely and properly follow the legal procedures for protest or contest. f. TAMU-CC changes the general character of business as conducted as of the date this Agreement is approved by the Corporation. 14. Notice of Default. Should the Corporation or City determine that TAMU-CC is in default according to the terms of this Agreement, the Corporation or City shall notify TAMU-CC in writing Page 5 of 10 of the event of default and provide 60 days from the date of the notice ("Cure Period")for TAMU- CC to cure the event of default. 15. Results of Uncured Default by TAMU-CC. After exhausting good faith attempts to address any default during the cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of TAMU-CC, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period: a. TAMU-CC shall immediately repay all funds paid by Corporation to them under this Agreement. b. Corporation may seek reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by TAMU-CC of all sums due,the Corporation and TAMU-CC shall have no further obligations to one another under this Agreement. d. Neither the City, the Corporation, nor TAMU-CC may be held liable for any consequential damages permitted by law. 16. No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. c. Any waiver or indulgence of TAMU-CC's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time TAMU-CC is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. 17. TAMU-CC acknowledges specifically agrees that Corporation shall only be liable to TAMU- CC for the actual amount of the money grants to be conveyed to TAMU-CC, and shall not be liable to TAMU-CC for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. This Section will not apply to damages that cannot be excluded by law(in which event the liability shall be limited to the fullest extent permitted). Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Page 6 of 10 Corporation for that year, then in that event, all contracting parties shall receive only their pro rata share of the available sales tax revenue for that year, less Corporation's customary and usual costs and expenses, as compared to each contracting parties' grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation,as requested. Payments to be made shall also require a written request from TAMU-CC to be accompanied by all necessary supporting documentation. 18. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council. 19. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: TAMU-CC: Texas A&M University—Corpus Christi Attn: Chau Hoang,Director Career and Professional Development Center 6300 Ocean Drive, Unit 5795 Corpus Christi, Texas 78412 Email: chau.hoanQ(a.tamucc.edu With an electronic copy to: Texas A&M University—Corpus Christi Attn: Contracts Administration Email: contracts@tamucc.edu Corporation: Corpus Christi B Corporation 1201 Leopard Street Corpus Christi, Texas 78401 b.A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 20. Incorporation of other documents. The Corpus Christi B Corporation Guidelines and Criteria for Granting Business Incentives ("Corporation Guidelines"), as amended, are incorporated into this Agreement. Page 7 of 10 21. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign Agreements on behalf of each party. 22. Relationship of Parties. In performing this Agreement, both the Corporation and TAMU-CC will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 23. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 24. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 25. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 26. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and TAMU-CC. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 27. Survival of terms of Agreement and obligations of parties. The terms of this Agreement shall survive the termination of this Agreement. 28. Conflict of Interest. By executing this Agreement, Corporation and each person signing on behalf of Corporation certifies, and in the case of a sole proprietorship, partnership or corporation, each party thereto certifies as to its own organization, that to the best of their knowledge and belief, no member of The Texas A&M University System or The Texas A&M University System Board of Regents, nor any employee, or person, whose salary is payable in whole or in part by The Texas A&M University System or its members, has direct or indirect financial interest in the award of this Agreement,or in the services to which this Agreement relates,or in any of the profits, real or potential, thereof. Page 8 of 10 [Signature Page Follows] Page 9 of 10 APPROVED AS TO FORM: 27th day of August, 2025. acqueline S. Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation: By: Alan Wilson President Date: 9 Attest: By: Reb cca Huerta Assistant Secretary Texas A&M University—Corpus Christi: l a ime Nodarse Barrera Vice President for Institutional Advancement Date: 8/28/25 THE STATE OF TEXAS COUNTY OF NUECES /y This instrument was acknowledged before me on tit -� 2025, by Jaime Nodarse Barrera for Texas A&M University—Corpus Christi,'h political subdivision of the State of Texas, on behalf of the university. ��pV Pp Margaret MacDonald (Notary ei. nature) Notary ID 12578387.4 Notary Public State of Texas sion Expires My Commis My commission expires: a 0&0 020 Page 9 of 10 i SMALL BUSINESS INCENTIVES AGREEMENT BETWEEN THE CORPUS CHRISTI B CORPORATION AND DEL MAR COLLEGE DISTRICT FOR DEL MAR COLLEGE'S SMALL BUSINESS DEVELOPMENT CENTER i This Small Business Incentives Agreement ("Agreement") is entered into between the Corpus Christi B Corporation ("Corporation") and Del Mar College District, a Texas institution of higher learning ("Del Mar"). WHEREAS, the Texas Legislature in Section 4A of Article 5190.6, Vernon's Texas Revised Civil Statutes (Development Corporation Act of 1979), now Title 12, Subtitle C1 (Chapters 501 — 507), Texas Local Government Code, empowered local communities with the ability to adopt an optional local sales and use tax as a means of improving the economic health and prosperity of their citizens; WHEREAS, on November 8, 2016, residents of the City of Corpus Christi, Texas ("City") passed Proposition 1, Adopt Type B Sales Tax to Replace Expiring Portion of Type A Sales Tax, which authorized the adoption of a sales and use tax to be administered by a Type B Corporation at the rate of one-eighth of one percent to be imposed for 20 years with use of the proceeds for(1) 50% to the promotion and development of new and expanded enterprises to the full extent allowed by Texas law, (2) $500,000 annually for affordable housing, and (3) the balance of the proceeds for the construction, maintenance and repair of arterial and collector streets and roads; WHEREAS, the 1/8th cent sales tax authorized by passage of Proposition 1 was subsequently enacted by the City Council and filed with the State Comptroller of Texas, effective April 1, 2018, to be administered by the Corpus Christi B Corporation Board; WHEREAS, the Corpus Christi B Corporation exists for the purposes of encouraging and assisting entities in the creation of jobs for the citizens of Corpus Christi, Texas; WHEREAS, the Board of Directors of the Corporation ("Board"), on August 16, 2021, amended the Corporation's Guidelines and Criteria for Granting Business Incentives ("Type B Guidelines"), which the City Council approved on August 31, 2021; WHEREAS, Section 501.073 of the Act requires the City Council to approve all programs and expenditures of the Corporation; WHEREAS, the Board has determined that it is in the best interests of the citizens of Corpus Christi, Texas that small business development funds be provided to Del Mar, through this Agreement with Del Mar, to be used by Del Mar, which will help fund the Small Business Development Center(SBDC)within the City to continue to advise and help small businesses start, grow, and create jobs and investment within the City; In consideration of the covenants, promises, and conditions stated in this Agreement, Corporation and Del Mar agree as follows: 1. Effective Date. The effective date of this Agreement ("Effective Date") is the date on which this Agreement is approved by City Council. Page 1 of 7 2026 Del Mar SBDC Contract(002) l G k i 2. Term. The term of this Agreement is for one year from January 1, 2026, through December 31, 2026. 3. Performance Requirements and Grants. Del Mar shall operate, on a continuous basis, the !. SBDC to advise and help small businesses start, grow, and create jobs and investment within the City. The SBDC will operate with regular business hours, at least 40 hours per week, throughout the term of this Agreement. The grant shall be $150,000 for the one-year term. The Corporation will pay the $160,000 in January to Del Mar. Del Mar will retain current employed staff levels to the best of its ability, and will commit $150,000 to the SBDC for the term of this agreement. Del Mar will display signage that states that they are recipients of Type B funding. This signage will be provided to Del Mar by the Board and will be displayed in a location that is visible to a visitor to their Center for Economic Development on Staples Street. 4. Living Wage Requirement. In order to count as a permanent full-time job for purposes of annual reporting, the job should provide a "living wage" for the employee. The target living wage under this agreement is that annual amount equal or greater than poverty level for a family of three, established by the U.S. Department of Health and Human Services Poverty Guidelines, divided by 2,080 hours per year for that year. 5. Health Insurance. To qualify for this incentive, an employer shall certify that it has offered a health insurance program for its full-time employees during the term of the Agreement. 6. Warranties. Del Mar warrants and represents to Corporation the following: a. Del Mar is a Texas institute of higher learning duly organized, validly existing, and in good standing under the laws of the State of Texas, has all corporate power and authority to carry on its business as presently conducted in Corpus Christi, Texas. b. Del Mar has the authority to enter into and perform, and will perform, the terms of this Agreement to the best of its ability. c. Del Mar has timely filed and will timely file all local, State, and Federal tax reports and returns required by laws to be filed and all taxes, assessments, fees, and other governmental charges, including applicable ad valorem taxes, have been timely paid, and will be timely paid, during the term of this Agreement. d. Del Mar has access to the Texas Development Corporation Act, Title 12, Subtitle C1 (Chapters 501 — 507), Texas Local Government Code, on the State's website, and acknowledges that the funds granted in this Agreement must be utilized solely for purposes authorized under State law and by the terms of this Agreement. e. The person executing this Agreement on behalf of Del Mar is duly authorized to execute this Agreement on behalf of Del Mar. Page 2 of 7 2026 Del Mar SBDC Contract(002) i f I i f. Del Mar does not and agrees that it will not knowingly employ an undocumented worker. If, after receiving payments under this Agreement, Del Mar is convicted of a violation under 8 U.S.C. Section 1324a(f), Del Mar shall repay the payments received under this Agreement to the City, with interest at the Wall Street Journal Prime Rate, not later than the 120th day after the date Del Mar has been notified of the violation. 7. Compliance with Laws. During the Term of this Agreement, Del Mar shall observe and obey all applicable laws, ordinances, regulations, and rules of the Federal, State, county, and city governments. 8. Non-Discrimination. Del Mar covenants and agrees that Del Mar will not discriminate nor permit discrimination against any person or group of persons, with regard to employment and the provision of services at, on, or in the Facility, on the grounds of race, religion, national origin, marital status, sex, age, disability, or in any manner prohibited by the laws of the United States or the State of Texas. 9. Force Majeure. If the Corporation or Del Mar is prevented, wholly or in part, from fulfilling its obligations under this Agreement by reason of any act of God, unavoidable accident, acts of enemies, fires, floods, governmental restraint or regulation, other causes of force majeure, or by reason of circumstances beyond its control,then the obligations of the Corporation or Del Mar are temporarily suspended during continuation of the force majeure. If either party's obligation is affected by any of the causes of force majeure, the party affected shall promptly notify the other party in writing, giving full particulars of the force majeure as soon as possible after the occurrence of the cause or causes relied upon. 10. Assignment. Del Mar may not assign all or any part of its rights, privileges, or duties under this Agreement without the prior written approval of the Corporation and City. Any attempted assignment without approval is void, and constitutes a breach of this Agreement. 11. Events of Default by Del Mar. The following events constitute a default of this Agreement by Del Mar: a. The Corporation or City determines that any representation or warranty on behalf of Del Mar contained in this Agreement or in any financial statement, certificate, report,or opinion submitted to the Corporation in connection with this Agreement was incorrect or misleading in any material respect when made; b. Del Mar fails to comply with one or more terms of this Agreement. 12. Notice of Default. Should the Corporation or City determine that Del Mar is in default according to the terms of this Agreement, the Corporation or City shall notify Del Mar in writing of the event of default and provide 60 days from the date of the notice ("Cure Period") for Del Mar to cure the event of default. Page 3 of 7 2026 Del Mar SBDC Contract(002) 13. Results of Uncured Default by Del Mar. After exhausting good faith attempts to address any j default during the Cure Period, and taking into account any extenuating circumstances that might have occurred through no fault of Del Mar, as determined by the Board of Directors of the Corporation, the following actions must be taken for any default that remains uncured after the Cure Period. a. Del Mar shall immediately repay all funds paid by Corporation to them under this Agreement. b. Del Mar shall pay Corporation reasonable attorney fees and costs of court to collect amounts due to Corporation if not immediately repaid upon demand from the Corporation. c. Upon payment by Del Mar of all sums due, the Corporation and Del Mar shall have no further obligations to one another under this Agreement. 14. No Waiver. a. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, constitutes a waiver of any subsequent breach of the covenant or condition of the Agreement. b. No waiver of any covenant or condition, or the breach of any covenant or condition of this Agreement, justifies or authorizes the nonobservance on any other occasion of the covenant or condition or any other covenant or condition of this Agreement. c. Any waiver or indulgence of Del Mar's default may not be considered an estoppel against the Corporation. d. It is expressly understood that if at any time Del Mar is in default in any of its conditions or covenants of this Agreement, the failure on the part of the Corporation to promptly avail itself of the rights and remedies that the Corporation may have, will not be considered a j waiver on the part of the Corporation, but Corporation may at any time avail itself of the rights or remedies or elect to terminate this Agreement on account of the default. 15. Del Mar specifically agrees that Corporation shall only be liable to Del Mar for the actual amount of the money grants to be conveyed to Del Mar, and shall not be liable to Del Mar for any actual or consequential damages, direct or indirect, interest, attorney fees, or cost of court for any act of default by Corporation under the terms of this Agreement. Payment by Corporation is strictly limited to those funds so allocated, budgeted, and collected solely during the grant term of this Agreement. Corporation shall use its best efforts to anticipate economic conditions and to budget accordingly. However, it is further understood and agreed that, should the actual total sales tax revenue collected for any one year be less than the total amount of grants to be paid to all contracting parties with Corporation for that year, then in that event, all contracting parties shall Page 4 of 7 2026 Del Mar SBDC Contract(002) i receive only their pro rata share of the available sales tax revenue for that year, less Corporation's j customary and usual costs and expenses, as compared to each contracting parties'grant amount for that year, and Corporation shall not be liable to for any deficiency at that time or at any time in the future. In this event, Corporation will provide all supporting documentation, as requested. Payments to be made shall also require a written request from Del Mar to be accompanied by all necessary supporting documentation. 16. The parties mutually agree and understand that funding under this Agreement is subject to annual appropriations by the City Council; that each fiscal year's funding must be included in the budget for that year; and the funding is not effective until approved by the City Council 17. Notices. a. Any required written notices shall be sent mailed, certified mail, postage prepaid, addressed as follows: Del Mar College District: Del Mar College District Attn: Lenora Keas Executive Vice-President and Chief Operating Officer 101 Baldwin Blvd Corpus Christi, Texas 78404-3897 Corporation: Corpus Christi B Corporation Attn.: Executive Director 1201 Leopard Street Corpus Christi, Texas 78401 b. A copy of all notices and correspondence must be sent the City at the following address: City of Corpus Christi Attn.: City Manager P.O. Box 9277 Corpus Christi, Texas 78469-9277 c. Notice is effective upon deposit in the United States mail in the manner provided above. 18. Incorporation of other documents. The Type B Guidelines, as amended, are incorporated into this Agreement. 19. Amendments or Modifications. No amendments or modifications to this Agreement may be made, nor any provision waived, unless in writing signed by a person duly authorized to sign Agreements on behalf of each party. Page 5 of 7 2026 Del Mar SBDC Contract(002) 20. Relationship of Parties. In performing this Agreement, both the Corporation and Del Mar will act in an individual capacity, and not as agents, representatives, employees, employers, partners, joint-venturers, or associates of one another. The employees or agents of either party may not be, nor be construed to be, the employees or agents of the other party for any purpose. 21. Captions. The captions in this Agreement are for convenience only and are not a part of this Agreement. The captions do not in any way limit or amplify the terms and provisions of this Agreement. 22. Severability. a. If for any reason, any section, paragraph, subdivision, clause, provision, phrase or word of this Agreement or the application of this Agreement to any person or circumstance is, to any extent, held illegal, invalid, or unenforceable under present or future law or by a final judgment of a court of competent jurisdiction, then the remainder of this Agreement, or the application of the term or provision to persons or circumstances other than those as to which it is held illegal, invalid, or unenforceable, will not be affected by the law or judgment, for it is the definite intent of the parties to this Agreement that every section, paragraph, subdivision, clause, provision, phrase, or word of this Agreement be given full force and effect for its purpose. b. To the extent that any clause or provision is held illegal, invalid, or unenforceable under present or future law effective during the term of this Agreement, then the remainder of this Agreement is not affected by the law, and in lieu of any illegal, invalid, or unenforceable clause or provision, a clause or provision, as similar in terms to the illegal, invalid, or unenforceable clause or provision as may be possible and be legal, valid, and enforceable, will be added to this Agreement automatically. 23. Venue. Venue for any legal action related to this Agreement is in Nueces County, Texas. 24. Sole Agreement. This Agreement constitutes the sole Agreement between Corporation and Del Mar. Any prior Agreements, promises, negotiations, or representations, verbal or otherwise, not expressly stated in this Agreement, are of no force and effect. 25. Survival of terms of Agreement and obligations of parties. The terms of this Agreement and the obligation of the parties relating to Section 14.a and b shall survive the termination of this Agreement. Page 6 of 7 2026 Del Mar SBDC Contract(002) APPROVED AS TO FORM: 1 st day of August, 2025. 4, C&�C',, acqueline Salinas-Bazan Assistant City Attorney For City Attorney Corpus Christi B Corporation By: Alan Wilson President Date: Attest: By: Reb cca Huerta Assistant Secretary Del Mar College District By: J_4,K , �-� � Lenora Keas Executive Vice-President and Chief Operating Officer Date: S �oZS THE STATE OF TEXAS § COUNTY OF NUECES § This instrument was acknowledged before me on a 2025, by Lenora Keas, Executive Vice-President and Chief Operating Officer, Del Maf College District, a political subdivision of the State of Texas, on behalf of the college district. I!h(C-21 Carolyn Jean SorrelsMy Commission Expires 26 Notary P lic tJota?y ID State of Texas 10561286 Page 7 of 7 2026 Del Mar SBDC Contract(002) Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION City Council Small Business Agreements Randy Almaguer, Compliance Officer Corpus Christi Regional Economic Development Corporation September 23, 2025 Carpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION Service Corps of Retired Executives (SCORE) • Grant amount request: $95,225 • In FY25 across three quarters, a total of 1,269 service hours delivered, 115 workshops with more than 1,000 attendees. • Justification for Increased Funding: Workshop Trainer/Coordinator&Marketing Specialist Administrative Assistant&Client Intake/Event Coordinator • These roles are essential to the ongoing success of Corpus Christi's SCORE chapter,particularly as they do not have the internal volunteer capacity or budget to sustain them independently • 13 certified mentors that have specialized skills in the following areas: Business Plans&Startup Accounting,Budgeting&Cash Flow Marketing,PR&Sales Operations&Strategy sco!EO/20 Product Development&Manufacturing— Franchise&Business Structure Language&Cultural Support FOR THE LIFE OF YOUR BUSINESS • Volunteers speak multiple languages allowing SCORE to reach diverse entrepreneur population Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION LiftFund Interest Buy-Down Program • Grant amount request: $75,000 • In FY25, 10 loans disbursed totaling $249,314 with $80,928.16 in interest buydowns funds applied, 25 jobs created, and 30 jobs retained • 2021 —2024 Highlights: — Loan Totals: $954,990.47 — Jobs Created: 106 — Jobs Retained: 103 — Clients Assisted:45 • Since 2014, the program has disbursed over $4 million in loans to 270 clients, primarily supporting low- to moderate-income individuals, minorities, women-owned businesses, and veterans. Uff and Launching Entrepreneurs for Over 20 Years DREAM IT. FUND IT. Cor pus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION Texas A&M University — Corpus Christi Internship Program • Grant Amount request: $200,000 • In 2025,the internship program supported 59 students across 45 employers, 7 full-time job conversions • Justification for Increased Funding: Program improvement: • Updated procedures allow interns to work during semester breaks • Aims to improve business continuity and intern retention Impact in 2024: • 9 interns hired full-time by participating employers • 62 businesses hosted interns,reflecting strong demand Goal:Strengthen local workforce,support small business capacity,and respond to evolving employer needs • Last two years of grant funding: • FY23:125krequest,125kfully expended TEXAS A&M • FY24: 150k request, 150k fully expended AVERS= oM , CORPUS CHRISTI Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION Del Mar College - Internship Program • Grant amount request: $150,000 • In 2025, it placed 71 interns with 53 employers, with several transitioning to full-time roles post-graduation • Justification for Increased Funding: — Strong ongoing demand: • Weekly interest from both students and small businesses • Additional funds will reduce the waitlist and increase placement opportunities • Funding increase(7.14%)is based on performance-driven metrics and demonstrated need — 100%of the funds go to intern wages, supporting students placed at local small businesses — Program Value: SBIP • Students gain real-world,career-aligned,paid experience • Businesses receive affordable staffing support to boost growth and job creation DEL MAR COLLEGE SMALL BUSIN ESS INTERNSHIP PROGRAM Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION Del Mar College APEX Accelerator • Grant amount request: $160,000 • In 2025 alone,it supported$274.4 million in contracts, creating/retaining 5,488 jobs • Justification for Increased Funding: — Increase supports transition of a part-time Procurement Specialist to full-time — Staffing Enhancements: • Current part-time salary:211/year • Proposed full-time salary:53k/year+fringe • Enables expanded advising capacity and improved client support — Type B funding specifically supports the"Plan Room" • Offers access to local construction bid packages • Provides affordable printing and project visibility • Equips small/local firms to compete more effectively in public(local/state/federal)procurement — Strategic Impact:Strengthens local contractor competitiveness and boosts participation in government contracting in the area A P EK� A=ELESLATORS Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION Del Mar College- Contract Resource Center (CRC) • Grant Amount request: $150,000 • In 2025,it assisted 211 clients and facilitated $1.5 million in contracts • CRC Program Overview Prepares and connects small businesses to multi-year construction projects,enhancing their ability to compete commercially Serves 2,200+local firms in construction,manufacturing,oilfield services,and transportation • Key Services& Benefits Business readiness support:Assists with organizing,presenting,and marketing services Provides access to ConstructConnect,a bid-tracking tool for local commercial project leads — Plan room access:Clients can print up to 50 pages free per month,then$1/page • Training& Capacity Building OSHA 30 Certification Cost Estimating — Contract Negotiation Health and safety protocols CONTRACTOR RESOURCE CENTER Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CpRPORATIpN Del Mar College — Cyber Center • Grant amount request: $195,000 • In 2025,it had supported 39 businesses and expanded through partnerships and National Institute of Standards and Technology (MIST)funding • Justification for Increased Funding: • Transition full-time Administrative Assistant I from expiring MIST RAMPS grant to Type B Funding • Role supports marketing,outreach,and client engagement — Cyber Center services for small&mid-size businesses: • Cybersecurity awareness&training • Onoe-on-one confidential advising • Compliance assistance with federal cybersecurity standards — Strategic Value: • Help local business mitigate cyber threats • Enhances competitiveness for govermnents and industry contracts • Supports regional workforce development through partnerships with industry,academia,and governments — Outcome: Sustains essential capacity to serve businesses and grow a resilie nt cybersecurity workforce L MAR COLLEGE ER CENTER Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION Del Mar College-Small Business Development Center (SBDC) • Grant amount request:$150,000 • In 2025,it assisted 551 businesses,facilitated$12.8 million in capital investment and supported created/expansion of 78 businesses while hosting 173 training events • SBDC Overview Provides no-cost business support services for startups and existing businesses across the Coastal Bend • Core Servies Provided One-on-one confidential advising by certified professionals Over 150+training events annually Assistance with: • Business plans&financial projections • Permitting,licensing,and regulatory compliance • Market research and funding strategies • Community&Economic Impact — Serves microenterprises to firms with up to 499 employees — 97%of Corpus Christi businesses qualify as"small businesses"under SBA guidelines — Supported projects ranging from$3,000 startups to$40M expansions — Client base includes: A M RR I CA S DEL MA • Retail&service providers SBDC COLLEGE • Technical firms&specialty medical practices • Construction&primary employers Corpus Christi REGIONAL ECONOMIC DEVELOPMENT CORPORATION Questions G� pia AGENDA MEMORANDUM yC-RPOR 11 First Reading Ordinance for the City Council Meeting September 23, 2025 I852 Second Reading Ordinance for the City Council Meeting October 7, 2025 DATE: September 23, 2025 TO: Peter Zanoni, City Manager FROM: Jeremy Valgardson, Interim Director of Aviation Jeremyv2cctexas.com (361) 826-1777 Appropriating funds from the Federal Aviation Administration Grant to the Airport Capital Improvement Fund to continue support of construction at Corpus Christi International Airport. CAPTION: Ordinance appropriating additional funding for Airport Grant No. 69 in the amount of$16,194.00 from the Federal Aviation Administration in the Airport CIP Grants Fund for the Terminal Building Rehabilitation Project; appropriating and transferring $852.00 from the Airport Operating Fund to the Airport Capital Reserve Fund for the required match; and amending the FY 2025 Capital Budget by increasing revenues and expenditures each by $17,046.00. SUMMARY: The Federal Aviation Administration (FAA) funds major capital improvements at Corpus Christi International Airport (CCIA) through its Airport Improvement Program (AIP) grants. The FAA previously offered Grant 69 in the amount of$1,800,000.00 to the City of Corpus Christi to fund the CCIA Terminal Rehabilitation project. The FAA recovered additional funds within the airport grant system and offered an additional $16,194.00 to CCIA to help cover some of the costs from the terminal rehabilitation project change order. This item will ratify Grant 69 giving it a total grant amount of$1,816,194. The airport will provide a 5% match from authorized Fund 3018 —Airport Capital Reserve Fund. BACKGROUND AND FINDINGS: The terminal rehabilitation project was over a $18 million project spread out over multiple federal grants. Grant 69 was one of those grants that paid for a portion of the rehabilitation. All FAA grants are reimbursable in nature. This work has already been completed, and the funding will reimburse the airport for funds expended in Change Order #4. During the construction phase, additional opportunities for enhanced improvements to the terminal restrooms and associated areas were identified. These improvements were not part of the original project scope but were identified as needed during construction. These items were completed in Change Order#4 and contained the following items: • Replacing the main butterfly valve with a ball valve to feed the main Terminal. • Additional signage - wayfinding & room identifiers signs. • Hot water circulation connections for restrooms. • Family & mothers room door hardware lockset from hotel function to dormitory function. • Sanitary lines for men and women's 'Restroom C' were relocated to accommodate building code. Work included core drilling through 2nd floor concrete slab. • installation of plastic sheeting at insulation bats in plumbing chases. • sanitary disposal bins for women's restrooms. • re-laminate service elevator doors, including stainless steel hardware for door protection. ALTERNATIVES: The only alternative would be for the additional project costs to be funded entirely from Airport funds. FISCAL IMPACT: Funding is available through acceptance and appropriation of Grant No. 69 for $16,194.00 through fund 3020 - Airport Grant Fund; Additionally, $852.00 is available from the reserve fund balance in fund 3018 - Airport Capital Reserve. Funding Detail: Fund: 3020 —Airport CIP Grants Organization/Activity: 89 — Grants & Capital Project Funds / 223021693020C Department: 53 Project # (CIP Only): 22302 Account: 550910 — Construction Contract Amount: $16,194.00 Fund: 3018 - Airport Capital Reserve Organization/Activity: 89 — Grants & Capital Project Funds / 223021693018C Department: 53 Project # (CIP Only): 22302 Account: 550910 — Construction Contract Amount: $852.00 RECOMMENDATION: Staff recommends authorizing the appropriation of $16,194.00 from the Federal Aviation Administration (FAA) into the Aviation Capital Improvement Fund. The Airport Board recommended approval of this action item at their regularly scheduled meeting. LIST OF SUPPORTING DOCUMENTS: Ordinance Grant Agreement Presentation Certificate of Funds Ordinance appropriating additional funding for Airport Grant No. 69 in the amount of $16,194.00 from the Federal Aviation Administration in the Airport CIP Grants Fund for the Terminal Building Rehabilitation Project; appropriating and transferring $852.00 from the Airport Operating Fund to the Airport Capital Reserve Fund for the required match; and amending the FY 2025 Capital Budget by increasing revenues and expenditures each by $17,046.00. BE IT ORDAINED BY THE CITY COUNCIL OF THE CITY OF CORPUS CHRISTI, TEXAS: SECTION 1. Additional funding, through a grant amendment, in the amount of $16,194.00 is appropriated in the Airport Capital Reserve Fund from FAA Grant No. 69. Furthermore, funding in the amount of$852.00 is appropriated from the unreserved fund balance in the Airport Operating Fund and transferred to the Airport CIP Fund for the required match for the Terminal Building Rehabilitation Project. SECTION 2. The FY 2025 Capital Budget, adopted by Ordinance No. 033468, is amended to increase revenues and expenditures each by $17,046.00. SECTION 3. The City Manager, or designee ("City Manager"), may reject or terminate this grant. Furthermore, the City Manager is authorized to execute contract amendments pertaining to these grant funds in the following instances: a) for the carry-over of funds, when ascertained and approved by the funding agency through a revised notice of award; b) a no-cost extension; c) when an amendment will provide supplemental grant funds in an amount not to exceed 20% of the original grant amount; d) for reimbursement increases of administration funds for each participant served; e)to comply with applicable State or federal laws and regulations; and f)for matters which do not change the essential purpose of the grant. SECTION 4. The Director of Aviation is designated as the City's authorized official to administer this grant. The authorized official is empowered to rejector terminate the grant and its funding, execute all necessary documents, and administer the grant on behalf of the City as the applicant agency. SECTION 5. In the event of the loss or misuse of these grant funds, the City assures that any unallowed grant funds will be returned to the applicable grantor, in full, if so required by the terms of the grant. Introduced and voted on the day of , 2025. PASSED and APPROVED on the day of , 2025. ATTEST: Paulette Guajardo, Mayor Rebecca Huerta, City Secretary U.S. Department 10101 Hillwood Pkwy of Transportation Airports Division Texas Airports District feziv- Federal Aviation Southwest Region Office: Administration Texas Fort Worth,TX 76177- 1524 Mr.Jeremy Valgardson Acting Director Corpus Christi International Airport 1000 International Drive Corpus Christi, TX 78406 Dear Mr.Valgardson: Corpus Christi International Airport City of Corpus Christi AIP Grant No 3-48-0051-069-2022 UEI No XETBTPKCL895 Letter Amendment(Amendment No.1) This is in response to your letter dated July 22, 2025, requesting an amendment to the Grant Agreement for the subject AIP project to: increase the maximum obligation of the United States as set forth in the Grant Agreement accepted by the Sponsor, on September 22, 2022. This letter,together with your letter, effects the amendment, as requested, and commits the Federal Aviation Administration, acting for and on behalf of the United States of America, to increase the maximum obligation of the United States by$16,194.00 (from $1,800,000.00 to$1,816,194.00)to cover the Federal share of the total actual eligible and allowable project costs. Under the terms of the Grant Agreement, this document is incorporated into and constitutes Amendment No. 1 to the above referenced Grant Agreement. All other terms and conditions of the Grant Agreement remain in full force and effect. Sincerely, gnature Rodney Clark Name Manager Title Federal Aviation Administration Airport Improvement Program - Grant No. 69 Ordinance Authorizing Acceptance of Grant Award Corpus Christi International Airport Interim Director of Aviation,Jeremy Valgardson September 23, 2025 Background Information Ordinance appropriating $16,194.00 from Federal Aviation Administration Grant No. 3-48-0051-069-2022 Amendment No. 1 in the Airport CIP Grants - Fund 3020 for projects involving CCIA's Terminal Rehabilitation with a 5% match provided from the Airport CIP Reserve - Fund 3018. Background Information This grant will provide funding for: Amendment No. 1 will assist in addressing these constructions overruns. These improvements were not part of the original project scope but were identified in the construction phase. The only alternative would be for the additional project costs to be funded entirely from Airport funds or foregoing the additional improvements. Federal Aviation Administration Airport Improvement Program - Grant No. 69 Questions ? RECEIVED CITY OF CORPUS CHRISTI CITY SECRETARY'S OFFICE CITY SECRETARY'S OFFICE COUNCIL ACTION REQUEST TO: Rebecca Huerta, City Secretary FROM: Council Member Gil Hernandez,Dist. 5 Council Member Eric Cantu, Dist,4 Council Member Carolyn Vaughn,At-Large COPIES TO: Mayor& Council Peter Zanoni, City Manager Miles Risley, City Attorney SUBJECT: Briefing from South Texas Water Authority(STWA)regarding possible brackish groundwater desalination agreement ACTION REQUEST: Per Council Policy 16.d.,we are requesting that the following item be placed on the September 9,2025, City Council agenda for discussion and possible action: Briefing from STWA on test well results, possible volume projections and optional terms regarding possible brackish groundwater d alination a t. Council tuber Eric Cantu Council Member Carolyn Va ghn t Council ember Gil ei iandez FY 2024-2025 Budget/Performance Report i � l � { r -3 rl Arte Period Ended ne 0, 2025 pi in gaz Cop Ap".TE4 7852 City of Corpus Christi, Texas Office of Management & Budget ----� %, ® :s I® �M ���, _� �, ,� \m--�=' BudgetFY 2025 Third Quarter • Finance Report General Fund Revenues City of Corpus Christi SOURCESALL $60 FY 2025 Amended Variance $50 Budget Actuals Favorable (Unfavorable) $40 Oct $ 42.50 $ 43.29 $ 0.79 Nov 50.98 53.37 2.39 $30 Dec 30.85 33.06 2.21 Jan 45.64 44.80 (0.84) $20 Feb 37.19 36.46 (0.73) Mar 17.98 18.32 0.34 $10 Apr 17.94 18.98 1.04 May 17.24 17.93 0.69 $_ 6 Jun 17.27 17.25 (0.02) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget (Actuals Sep 0.00 Total $ 277.59 $ 283.46 $ 5.87 PROPERTYGENERAL $35 FY 2025 Amended Variance $30 Budget Actuals Favorable (Unfavorable) $25 �` Oct $ 26.69 $ 28.75 $ 2.06 $20 - _ Nov 10.10 9.16 (0.94) Dec 11.23 14.10 2.87 $15 Jan 28.25 27.52 (0.73) Feb rM 21.36 20.51 (0.85) $10 - - Mar 1.92 1.59 (0.33) $5 Apr 1.20 1.52 0.32 May 0.88 0.85 (0.03) $_ Jun 0.88 0.00 (0.88) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget tActuals Sep 0.00 Total 102.51 104.00 1.49 CITY SALES TAX($ in Millions) $9 FY 2025 Amended Variance $8 Budget Actuals Favorable $7 (Unfavorable) $6 Oct $ 6.47 $ 6.20 $ (0.27) Nov 5.71 6.13 0.42 $5 Dec 5.52 5.61 0.09 $4 - - Jan 7.38 7.76 0.38 $3 - - Feb 5.28 5.30 0.02 Mar 5.36 5.24 (0.12) $2 Apr 6.86 6.60 (0.26) $1 May 5.73 5.97 0.24 $_ Jun 5.67 5.95 0.28 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget (Actuals Sep 0.00 Total $ 53.98 $ 54.76 $ 0.78 3 FY MPI 2025 Third Quarter Budget • Finance Report General Fund Revenues City of Corpus Christi FRANCHISE FEES($ in Millions) $2.0 FY 2025 Amended Variance $1.8 Budget Actuals Favorable $1.6 (Unfavorable) $1.4 Oct $ 0.98 $ 0.99 $ 0.01 $1.2 Nov 0.88 0.86 (0.02) $1.0 Dec 0.78 0.90 0.12 Jan 0.87 0.85 (0.02) $o.s Feb 1.64 1.60 (0.04) $0.6 Mar 0.71 0.75 0.04 $0.4 Apr 0.80 0.78 (0.02) $0.2 May 1.78 1.46 (0.32) $_ Jun 1.02 1.04 0.02 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget tActuals Sep 0.00 Total $ 9.46 $ 9.23 $ 0.23 SOLID $4.5 FY 2025 Amended Variance $4.0 Budget Actuals Favorable $3.5 - - (Unfavorable) $3.0 Oct $ 3.81 $ 3.97 $ 0.16 Nov 3.82 4.06 0.24 $2.5 Dec 4.18 4.02 (0.16) $2.0 a Jan 3.82 4.25 0.43 $1.5 Feb 3.82 4.20 0.38 $1 o Mar 4.18 3.90 (0.28) Apr 3.82 4.08 0.26 $0.5 May 3.82 4.04 0.22 $_ Jun 4.17 5.21 1.04 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget tActuals Sep 0.00 Total 35.44 37.73 2.29 OTHERALL $35 FY 2025 Amended Variance $30 Budget Actuals Favorable (Unfavorable) $25 Oct $ 4.55 $ 3.38 $ (1.17) $20 Nov 30.47 33.16 2.69 Dec 9.14 8.43 (0.71) $15 Jan 5.32 4.42 (0.90) Feb 5.09 4.85 (0.24) $10 Mar 5.81 6.84 1.03 $5 Apr 5.26 6.00 0.74 May 5.03 5.61 0.58 $_ Jun 5.52 6.30 0.78 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget (Actuals Sep 0.00 Total $ 76.19 $ 78.99 $ 2.80 4 FY 2025 Third Quarter ,/� rm'. Budgetand Finance Report General Fund Revenues City of Corpus Christi FY 2025 FY 2024 • YTD YTD YTD BUDGET • • BUDGET ACTUALS YTD FUND BALANCE Fund Balance Reserved for Encumbrances $12,961,740 Fund Balance Reserved for Commitments $992,194 Fund Balance Reserved for Major Contingencies(20%) $81,357,005 $65,168,071 Unreserved Fund Balance $15,266,399 $32,979,926 BEGINNING BALANCE $96,623,404 $112,101,931 REVENUES (1) General Property Taxes $104,414,184 $102,515,985 $104,004,474 101.5% $103,886,704 $102,848,032 99.0% (2) Industrial District- In-lieu 25,759,370 25,759,370 $24,090,543 93.5% 27,854,000 25,425,926 91.3% City Sales Tax 72,682,212 53,979,310 $54,764,819 101.5% 52,453,386 54,198,328 103.3% Other Taxes 2,540,456 1,397,442 $1,237,836 88.6% 1,439,641 1,488,004 103.4% Franchise Fees 14,366,664 $9,456,057 $9,230,209 97.6% 9,460,856 9,267,386 98.0% Solid Waste Services 47,258,669 $35,443,005 $37,733,315 106.5% 34,450,144 35,231,367 102.3% Other Permits& Licenses 547,283 $481,091 $452,138 94.0% 604,169 502,959 83.2% Municipal Court 5,951,269 $4,414,844 $4,442,453 100.6% 5,273,406 4,627,990 87.8% Health Services 1,211,185 $1,038,100 $1,233,733 118.8% 1,082,350 1,032,150 95.4% Animal Care Services 67,250 $51,600 $53,313 103.3% 78,444 54,790 69.8% Library Services 80,232 $60,174 $58,150 96.6% 44,869 56,507 125.9% Recreation Services 4,848,312 $2,948,889 $2,775,893 94.1% 2,024,664 2,235,549 110.4% Administrative Charges 12,520,252 $9,390,186 $9,386,518 100.0% 8,143,169 8,299,939 101.9% Interest and Investments 4,535,553 $3,438,703 $3,779,941 109.9% 2,876,070 5,123,854 178.2% (3) Public Safety Services 17,334,249 $11,217,424 $13,161,560 117.3% 10,983,267 11,540,375 105.1% Intergovernmental 2,075,496 $1,455,322 $1,388,591 95.4% 1,450,920 1,350,157 93.1% Other Revenues 4,496,539 $3,268,445 $4,476,768 137.0% 954,490 2,952,476 309% Interfund Charges 13,753,886 $11,270,191 $11,190,766 99.3% 7,747,086 6,768,946 87.4% $334,443,061 $277,586,138 $283,461,020 102.1% $270,807,637 $273,004,735 100.8% 5 FY 2025 Third • _ /Budget and Finance Report 4971 General Fund Expenditures City of Corpus Christi FY 2025 FY 2024 • • • • • • • • • • EXPENDITURES City Council&Mayor's Office $ 529,979 $ 379,998 $ 372,702 98.1% $ 420,714 $ 351,313 83.5% City Attorney 3,347,884 2,397,188 2,266,293 94.5% 2,476,338 2,235,061 90.3% City Auditor 719,805 511,453 488,261 95.5% 567,435 513,158 90.4% City Mgr and ACMs 3,153,279 2,238,393 2,108,591 94.2% 2,170,020 2,167,784 99.9% Intergovernmental Relations 518,965 409,014 387,142 94.7% 314,181 365,844 116.4% (1) Communication 3,790,618 2,891,102 2,359,418 81.6% 2,832,231 2,089,201 73.8% City Secretary 1,957,496 1,404,302 1,355,983 96.6% 1,362,175 1,158,786 85.1% Economic Development 2,469,417 1,823,273 1,429,721 78.4% 1,741,381 1,035,726 59.5% Finance 6,067,395 4,277,145 3,884,822 90.8% 4,690,202 4,016,239 85.6% Management and Budget 1,573,141 1,116,210 962,070 86.2% 1,145,479 954,173 83.3% Strategic Planning&Innovation - - - 0% 273,156 279,912 102.5% Human Resources 3,324,413 2,484,135 2,164,505 87.1% 2,292,561 1,954,257 85.2% Municipal Court 6,496,855 4,754,542 4,481,956 94.3% 4,607,749 4,571,915 99.2% Corpus Christi Museum 789,988 572,791 524,596 91.6% 515,452 519,315 100.7% Fire 92,532,834 64,138,830 63,273,895 98.7% 55,293,581 55,307,114 100.0% Police 89,512,784 65,000,776 63,016,822 96.9% 60,867,150 60,515,256 99.4% Health Department 5,969,775 4,222,648 3,685,888 87.3% 3,878,945 3,687,735 95.1% Animal Care Services 5,830,750 4,027,241 3,524,504 87.5% 4,278,430 3,537,321 82.7% Library 6,340,629 4,692,832 4,266,394 90.9% 4,855,236 4,414,147 90.9% Parks&Recreation 24,079,420 16,682,862 15,455,090 92.6% 16,782,885 14,943,136 89.0% (2) Solid Waste Services 37,046,027 27,198,184 22,983,369 84.5% 27,154,902 23,065,108 84.9% Planning&Community Dev. 1,339,458 993,673 895,472 90.1% 1,641,285 1,148,006 69.9% Code Compliance 3,743,030 2,831,910 2,829,252 99.9% 2,981,413 2,680,033 89.9% Street Lighting 5,124,902 2,680,546 2,967,494 110.7% 4,568,837 2,506,705 54.9% Outside Agencies 2,553,733 1,930,934 1,963,573 101.7% 2,162,228 2,314,651 107.0% (3) Other Activities 3,580,964 2,830,464 16,443 0.6% 245,961 - 0.0% Transfer to Debt - - - 0% - - n/a Transfer to Streets 38,195,312 29,071,484 29,071,484 100.0% 34,439,605 34,439,605 100.0% Economic Development Incentives 3,368,659 2,730,931 1,919,783 70.3% 870,223 519,292 59.7% Interdepartmental Transfers 8,833,603 6,625,204 7,845,025 118.4% 11,804,516 11,804,520 100.0% TOTAL EXPENDITURES $ 362,791,114 $ 260,918,065 $ 246,500,546 94.5% $ 257,234,272 $ 243,095,313 94.5% 6 FY 2025 Third Quarter AN _j — d Budget • Finance Report General Fund Notes City of Corpus Christi • Revenue: (1) General Property Taxes-Collections came in earlier in the year compared to the plan. (2) Industrial District- In-lieu -Anticipate being under budget$1.7M due to protested values coming in lower than budget. (3) Public Safety Services- Increase in EMS call revenue;this was included in FY25 estimates. Expenditures: (1) Communications -$325k for text messaging program enhancement will be billed in 4th quarter,additional savings in salaries and rent since move from BayviewTower. (2) Solid Waste- $2M made up of timing on professional services,$375k decrease in personnel, $377k decrease in Maintenance and Repairs,$417kdecrease in Capital Outlay,$500k in Engineering PO rollovers,and various savings for other items such as a decrease in recycling processing, lease purchase payments, and salaries (3) Other Activities-$2.33M Industrial District refund from Valero-amount budgeted for refund recorded in FY24 (no actuals in FY25)and$500k reserve appropriation. 7 FY 2025 Third QuarterAb Budget • Finance Report . Enterprise Funds Revenues City of Corpus Christi WATER UTILITY&GAS FUNDS($in Millions) $35.0 FY 2025 Variance $30.0 Amended Actuals Favorable Budget (Unfavorable) $25.0 Oct $ 27.32 $ 24.41 $ (2.91) $20.0 Nov 26.89 28.06 1.17 Dec 27.28 26.45 (0.83) $15.0 Jan 29.23 26.24 (2.99) Feb 26.19 29.54 3.35 $10.0 Mar 27.63 26.44 (1.19) Apr 26.70 26.01 (0.69) $s.o May 26.07 28.58 2.51 $_ Jun 27.88 26.87 (1.01) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget fActuals Sep 0.00 Total 245.19 242.60 2.59 AIRPORT $1.80 FY 2025 Variance $1.60 Amended Actuals Favorable $1.40 Budget (Unfavorable) $1.20 Oct $ 1.48 $ 1.50 $ 0.02 Nov 1.23 1.35 0.12 $1.00 Dec 1.22 1.23 0.01 $0.80 - - - Jan 1.12 1.20 0.08 $0.60 - Feb 1.21 1.20 (0.01) $0.40 Mar 1.07 1.46 0.39 Apr 1.22 1.31 0.09 $0.20 - May 1.22 1.46 0.24 $_ Jun 1.33 1.58 0.25 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget fActuals Sep 0.00 Total 11.10 12.29 1.19 MARINA FUND($in Millions) FY 2025 Variance $0.40 Amended Actuals Favorable Budget (Unfavorable) $0.30 Oct $ 0.19 $ 0.17 $ (0.02) Nov 0.19 0.18 (0.01) Dec 0.18 0.15 (0.03) $0.20 Jan 0.18 0.17 (0.01) Feb 0.18 0.18 0.00 Mar 0.19 0.19 0.00 $0.10 Apr 0.18 0.19 0.01 May 0.19 0.17 (0.02) $_ Jun 0.19 0.18 (0.01) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget fActuals Sep 0.00 Total $ 1.67 $ 1.58 $ 0.09 8 FY 2025 Third Quarter � � r Budget • Finance Reportr Enterprise Funds City of Corpus Christi 024 • YTD YTD YTD BUDGET • • BUDGET ACTUALS YTD 2024-2025 i i i i i i ENTERPRISE FUNDS Water Revenues $ 169,558,262 $ 122,955,251 $ 128,351,721 104.4% $ 112,752,467 $ 112,891,257 100.1% Expenditures 181,743,828 114,091,466 102,549,046 89.9% 98,915,450 92,052,302 93.1% Aquifer Storage&Rec Revenues 22,308 17,038 22,465 131.8% 13,413 26,177 195.2% Expenditures 112,000 80,000 6,005 7.5% 112,000 1,001 0.9% Backflow Prevention Revenues - - - n/a 10,362 15,179 146.5% Expenditures 21,912 16,434 16,434 100.0% 411,019 411,019 100.0% Drought Surcharge Revenues 6,601,161 4,802,438 4,751,055 98.9% 3,300,384 4,333,136 131.3% Expenditures 8,978,012 6,689,376 6,749,357 100.9% 2,501,681 2,281,318 91.2% Raw Water Supply Dev Revenues 2,103,722 1,544,062 1,449,566 93.9% 1,609,238 1,861,539 115.7% Expenditures 8,010,000 8,010,000 8,010,000 100.0% 15,698,597 15,698,597 100.0% Choke Canyon Revenues 155,078 104,736 119,245 113.9% 95,996 158,415 165.0% Expenditures 187,352 140,508 140,508 100.0% 760,912 760,912 100.0% Gas Revenues 55,176,565 42,812,481 35,010,036 81.8% 42,273,454 32,275,853 76.4% Expenditures 57,344,394 37,614,031 32,472,563 86.3% 38,321,271 27,045,998 70.6% Wastewater Revenues 98,602,347 72,944,814 72,885,919 99.9% 63,187,917 67,257,414 106.4% Expenditures 116,344,350 86,386,852 81,117,911 93.9% 62,036,172 58,006,535 93.5% Storm Water Revenues 32,707,632 24,463,074 25,175,371 102.9% 20,104,392 20,986,712 104.4% Expenditures 36,574,415 24,042,879 22,810,840 94.9% 20,280,792 17,885,834 88.2% Airport Revenues 12,536,527 9,348,132 10,040,612 107.4% 8,758,825 10,134,934 115.7% Expenditures 14,482,540 9,779,021 7,736,805 79.1% 11,549,893 8,866,290 76.8% Airport Passenger Facility Charge Revenues 1,320,294 912,318 1,146,057 125.6% 943,152 1,122,963 119.1% Expenditures 1,294,620 970,965 970,965 100.0% 940,383 822,019 87.4% Airport Customer Facility Charge Revenues 1,222,178 841,536 1,106,724 131.5% 814,399 947,836 116.4% Expenditures 1,387,600 1,009,775 659,346 65.3% 1,861,442 1,050,000 56.4% Golf Center Revenues 436,122 430,650 493,711 114.6% 419,460 283,656 67.6% �1) Expenditures 342,319 326,144 121,600 37.3% 634,278 18,043 2.8% Golf Capital Reserve Revenues 210,025 154,845 199,751 129.0% 171,900 168,311 97.9% Expenditures 176,000 176,000 306,591 174.2% 167,000 154,997 92.8% Marina Revenues 2,226,876 1,670,229 1,577,547 94.5% 1,677,325 1,569,093 93.5% Expenditures 2,325,558 1,713,177 1,385,446 80.9% 1,778,983 1,482,383 83.3% TOTAL ENTERPRISE FUNDS Revenues $ 382,879,097 $ 283,001,604 $ 282,329,780 99.8% $ 256,132,684 $ 254,032,474 99.2% Expenditures $ 429,324,900 $ 291,046,628 $ 265,053,418 91.1% $ 255,969,871 $ 226,537,248 88.5% 9 FY 2025 Third Quarter Budget • Finance Report Enterprise Funds City of Corpus Christi • Revenue: Expenditures: (1) Golf Center - Budget includes a PO Roll for the effluent pump project at Gabe Lozano Golf Course, which was budgeted in Quarter 1 ($313K), but not yet completely expended. 1 A VLAF IF 10 FY 2025 Third Quarter Budget and Finance Report Special Revenue Funds Revenues City of Corpus Christi HOTEL • •T)&STATE HOTEL • • $2.5 FY 2025 Variance Amended Actuals Favorable $2.0 n "" Budget (Unfavorable) Oct $ 1.42 $ 1.27 $ (0.15) $1.5 Nov $ 1.44 1.23 (0.21) Dec 1.34 1.42 0.08 $1.o Jan 1.14 1.17 0.03 Feb 0.81 1.19 0.38 Mar 1.98 1.35 (0.63) $0.5 Apr 2.35 1.88 (0.47) May 2.13 2.10 (0.03) $_ Jun 2.37 2.30 (0.07) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget tActuals Sep 0.00 Total 14.98 13.91 1.07 REINVESTMENT • FUNDS $4.0 FY 2025 Variance $3.5 Amended Actuals Favorable Budget (Unfavorable) $3.o Oct $ 1.44 $ 1.72 $ 0.28 $2.5 Nov 1.31 0.79 (0.52) $2 o Dec 1.83 1.82 (0.01) Jan 2.78 3.53 0.75 $1.5 - I ®Feb 2.47 2.28 (0.19) $1.0 Mar 0.26 0.26 0.00 Apr 0.30 0.20 (0.10) $0.5 May 0.15 0.29 0.14 $_ Jun 0.21 0.05 (0.16) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget tActuals Sep 0.00 Total $ 10.75 $ 10.94 $ 0.19 $3.5 FY 2025 Variance $3.0 Amended Actuals Favorable Budget (Unfavorable) $2.5 Oct $ 2.50 $ 2.47 $ (0.03) $2 o Nov 2.29 2.54 0.25 Dec 2.17 2.18 0.01 $1.5 Jan 2.82 2.97 0.15 Feb 2.07 2.04 (0.03) $1.0 Mar 2.14 2.02 (0.12) Apr 2.73 1.71 (1.02) $o.s May 2.31 1.55 (0.76) $_ Jun 2.16 1.55 (0.61) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget tActuals Sep 0.00 Total 21.19 19.03 2.16 11 FY 2025 Third Quarter Budget and Finance Report Special Revenue Funds Revenues City of Corpus Christi CONTROLCRIME $1.2 FY 2025 Variance Amended Actuals Favorable $1.0 Budget (Unfavorable) $0 8 Oct $ 0.83 $ 0.79 $ (0.04) Nov 0.76 0.79 0.03 $0.6 Dec 0.72 0.73 0.01 Jan 0.96 0.99 0.03 $0.4 Feb 0.69 0.68 (0.01) Mar 0.70 0.67 (0.03) $0 2 Apr 0.89 0.84 (0.05) May 0.74 0.77 0.03 $_ Jun 0.74 0.76 0.02 Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget fActuals Sep 0.00 Total 7.03 7.02 0.01 DEVELOPMENT $1.4 FY 2025 Variance $1 z Amended Actuals Favorable Budget (Unfavorable) $1.0 Oct $ 0.80 $ 0.85 $ 0.05 $0.8Rf, - _ _ No 0.79 0.81 0.02 Dec 0.78 0.77 (0.01) $0.6 Jan 0.79 0.75 (0.04) Feb 0.78 1.29 0.51 $0.4 Mar 0.79 0.87 0.08 Apr 0.79 1.16 0.37 $o.z May 0.78 0.67 (0.11) $_ Jun 0.80 0.79 (0.01) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget fActuals Sep 0.00 Total $ 7.10 $ 7.96 $ 0.86 STREET MAINTENANCE&RESIDENTIAL STREET RECONSTRUCTION $12.0 FY 2025 Variance Amended Actuals Favorable $10.0 Budget (Unfavorable) $s 0 Oct $ 3.87 $ 0.64 $ (3.23) Nov 3.87 7.59 3.72 $6.0 Dec 3.85 10.40 6.55 Jan 3.85 5.44 1.59 $4.0 Feb 3.84 4.82 0.98 Mar 7.15 3.88 (3.27) $2.0 Apr 3.85 3.88 0.03 May 3.85 3.93 0.08 $_ Jun 3.85 3.76 (0.09) Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Jul 0.00 Aug 0.00 FY 2025 Amended Budget fActuals Sep 0.00 Total 37.98 44.34 6.36 12 FY 2025 Third Quarter - � Budget • Finance Report Special Revenue Funds City of Corpus Christi • 4 BUDGET BUDGET ACTUALS 7D BUDGET ACTUALS YTD SPECIAL REVENUE FUNDS Hotel Occupancy Tax Revenues $ 19,857,383 $ 12,939,944 $ 11,949,148 92.3% $ 12,951,873 $ 12,776,385 98.6% Expenditures 24,998,425 20,349,341 20,196,439 99.2% 19,001,015 15,567,158 81.9% Public,Edu&Gov Cable Revenues 605,056 359,306 330,083 91.9% 319,020 442,009 138.6% Expenditures 849,544 690,568 568,368 82.3% 1,575,276 991,415 62.9% State Hotel Occupancy Tax Revenues 4,386,456 2,045,935 1,958,839 95.7% 2,089,820 2,139,089 102.4% Expenditures 7,824,050 5,849,315 4,817,455 82.4% 3,361,909 2,587,792 77.0% Municipal Court-Security Revenues 179,156 135,993 119,602 87.9% 139,490 131,619 94.4% Expenditures 343,968 269,679 253,966 94.2% 204,266 114,524 56.1% Municipal Court-Tech. Revenues 154,870 118,216 100,312 84.9% 117,342 110,334 94.0% Expenditures 192,232 171,139 122,847 71.8°% 150,945 121,239 80.3% Muni.Court-Juvenile Mgr. Revenues 192,592 145,065 135,229 93.2% 149,826 146,002 97.4% Expenditures 174,936 124,534 109,210 87.7% 106,100 87,909 82.9% Muni.Court-Juvenile Other Revenues 8,704 6,712 6,203 92.4% 3,256 8,121 249.4% Expenditures 32,485 26,985 13,072 48.4% 15,485 12,172 78.6% Muni.Court-Juvenile Jury Revenues 3,456 2,502 2,458 98.2% 2,378 2,558 107.6% Expenditures 1,296 972 768 79.0% 648 756 116.7% Parking Improvement Revenues 68,513 54,926 54,338 98.9% 43,941 46,547 105.9% Expenditures 82,140 61,596 61,605 100.0% 61,597 61,597 100.0% Street Maintenance Revenues 39,750,178 25,136,568 31,816,334 126.6% 29,478,478 32,732,310 111.0% (1) Expenditures 63,506,079 25,541,670 29,229,725 114.4% 30,393,780 20,452,095 67.3% Residential Street Recon. Revenues 16,561,351 12,836,151 12,456,360 97.0% 16,634,334 18,006,998 108.3% (2) Expenditures 41,753,735 21,090,487 27,684,638 131.3% 28,945,616 9,333,548 32.2% Health 1115 Waiver Revenues 35,310 27,180 28,102 103.4% 17,813 41,632 233.7% Expenditures 1,105,736 713,874 274,160 38.4% 375,000 121,419 32.4% Dockless Vehicles Revenues 132,280 112,069 88,081 78.6% 107,489 120,798 112.4% Expenditures 378,340 217,005 17,505 8.1°% 220,623 21,123 9.6% Metrocom Fund Revenues 8,732,892 7,057,213 6,825,548 96.7% 7,092,283 7,993,639 112.7% Expenditures 9,398,063 6,836,198 5,900,497 86.3% 6,882,526 5,762,539 83.7% Public Health District 1115 Waiver Revenues 2,071,231 2,038,614 2,143,862 105.2% 1,970,214 2,097,440 106.5% Expenditures 1,911,348 1,119,817 624,934 55.8% 1,332,616 518,575 38.9% Law Enforcement Trust Fund Revenues 676,000 676,000 1,267,405 187.5% 676,000 633,771 93.8% Expenditures 720,000 720,000 859,750 119.4% 526,522 613,536 116.5% Reinvestment Zone No.2 Revenues 6,403,488 6,136,271 6,322,493 103.0% 5,894,294 6,236,632 105.8% Expenditures 14,196,655 13,900,431 13,900,404 100.0% 10,060,274 9,615,440 95.6% Reinvestment Zone No.3 Revenues 3,585,218 3,489,791 3,442,850 98.7% 4,049,144 3,261,462 80.5% Expenditures 10,184,048 3,334,075 2,528,645 75.8% 2,397,514 1,313,747 54.8% 13 FY 2025 Third Quarter - � Budget • Finance Report Special Revenue Funds City of Corpus Christi FY 2025 FY 2024 BUDGET BUDGET ACTUALS ID BUDGET ACTUALS YTD Reinvestment Zone No.4 Revenues 1,181,978 1,112,944 1,127,456 101.3% 1,100,225 1,003,231 91.2% Expenditures 566,161 269,053 189,750 70.5% 274,934 251,524 91.5% Reinvestment Zone No.5 Revenues - - 4,344 n/a 595 2,411 405.3% Expenditures - - - n/a - - n/a Seawall Improvement Revenues 9,264,946 6,926,946 6,917,392 99.9% 7,018,460 7,038,824 100.3% Expenditures 16,666,122 15,888,521 10,884,294 68.5% 19,850,528 19,846,926 100.0% Arena Facility Revenues 9,258,997 6,924,769 6,880,285 99.4% 6,910,539 7,084,254 102.5% Expenditures 17,480,259 16,379,820 16,375,592 100.0% 8,963,358 8,559,756 95.5% Bus.&Job Development Revenues 1,910 1,910 5,778 302.5% 7,388 19,135 259.0% Expenditures 307,820 170,560 168,894 99.0% 955,096 466,986 48.9% Type B-Econ Development Revenues 4,906,826 3,660,274 3,794,024 103.7% 3,553,423 3,856,375 108.5% Expenditures 16,023,185 8,966,672 7,926,825 88.4% 3,860,771 1,582,914 41.0% Type B-Housing Revenues 747,094 728,812 784,870 107.7% 536,489 607,249 113.2% Expenditures 2,740,416 1,205,029 1,205,029 100.0% 31,926 24,470 76.6% Type B-Streets Revenues 4,062,182 2,944,675 2,972,187 100.9% 2,802,495 2,914,003 104.0% Expenditures 4,062,182 61,500 54,227 88.2% 1,124,878 35,750 3.2% Development Services Revenues 9,454,156 7,106,514 7,953,271 111.9% 8,666,792 8,277,397 95.5% Expenditures 10,810,229 7,564,209 5,690,864 75.2% 10,975,966 9,207,712 83.9% Convention Center Complex Revenues 12,829,071 4,533,602 4,458,156 98.3% 9,711,929 6,719,728 69.2% Expenditures 15,086,013 3,319,557 2,384,136 71.8% 13,642,585 8,076,682 59.2% Park Development Fund Revenues 762,689 729,159 456,587 62.6% - 587,863 n/a Expenditures 2,875,154 1,150,122 1,460,666 127.0% 954,610 172,323 18.1% Tourism Public Improve Dist Fund Revenues 2,978,475 2,115,851 1,861,875 88.0% 2,110,575 1,762,625 83.5% Expenditures 2,973,714 2,113,698 1,584,090 74.9% 2,106,516 1,237,730 58.8% Local Emergency Planning Committee Revenues 216,025 211,800 204,779 96.7% 198,792 201,777 101.5% Expenditures 223,441 182,962 168,203 91.9% 178,816 175,704 98.3% Crime Control Revenues 9,441,101 7,025,735 7,007,034 99.7% 6,755,537 6,981,174 103.3% Expenditures 12,611,727 8,751,399 7,436,448 85.0% 6,824,260 6,904,352 101.2% TOTAL SPECIAL REVENUE FUNDS Revenues $ 168,509,584 $ 117,341,447 $ 123,475,285 105.2% $ 131,110,233 $ 133,983,388 102.2% Expenditures $ 280,079,503 $ 167,040,788 $ 162,693,006 97.4% $ 175,355,955 $ 123,839,414 70.6% 14 FY 1 Budget • Finance Report Special Revenue Funds City of Corpus Christi • Revenue: Expenditures: (1) Street Maintenance (1041) - Maintenance and Contractual expenses paid earlier than planned. (2) Residential Street Recon (1042) - Contractual expenses paid earlier than planned. -% A ,wm -A F 15 FY 2025 Third Quarter Budget • Finance Report Internal Service Funds City of Corpus Christi • 4 • YTD YTD YTD BUDGET • • BUDGET ACTUALS YTD INTERNAL SERVICE FUNDS Contracts&Procurement Revenues $ 3,607,951 $ 2,659,541 $ 2,853,008 107.3% $2,788,620 $2,826,527 101.4% Expenditures 3,775,443 2,763,074 2,468,890 89.4% 2,735,015 2,440,106 89.2% Asst.Mgt.-Fleet Revenues 18,969,630 14,231,118 13,336,270 93.7% 15,115,775 14,435,920 95.5% Expenditures 20,507,916 15,222,047 13,164,098 86.5% 16,255,330 14,401,254 88.6% Asst.Mgt.-Fleet Replacement (1) Revenues 36,417,297 21,738,676 23,619,498 108.7% 16,905,537 20,421,817 120.8% (1) Expenditures 42,761,179 27,891,804 12,041,605 43.2% 9,293,933 8,739,698 94.0% Asst.Mgt.-Facilities Revenues 10,250,237 7,693,414 7,705,952 100.2% 6,822,606 6,855,207 100.5% Expenditures 10,966,386 8,033,441 6,567,950 81.8% 7,729,271 6,242,063 80.8% Information Technology Revenues 20,472,913 15,346,576 15,372,052 100.2% 15,719,809 15,772,549 100.3% Expenditures 22,934,283 18,946,634 16,657,564 87.9% 16,897,855 13,723,210 81.2% Engineering Revenues 13,188,569 9,288,872 8,930,786 96.1% 6,790,292 8,293,703 122.1% Expenditures 13,532,211 9,724,242 8,930,786 91.8% 9,549,449 8,314,396 87.1% Health Benefits-Fire Revenues 2,776,438 2,046,731 2,185,178 106.8% 4,914,675 4,808,246 97.8% Expenditures 10,021,085 8,627,888 7,932,721 91.9% 6,945,390 5,288,784 76.1% Health Benefits-Police Revenues 5,528,243 4,056,187 3,911,910 96.4% 4,096,019 4,135,982 101.0% Expenditures 9,240,497 7,173,048 7,295,441 101.7% 5,656,688 6,007,226 106.2% Health Benefits-Citicare Revenues 22,864,757 16,739,064 16,335,516 97.6% 17,882,803 17,034,727 95.3% (2) Expenditures 28,381,445 21,814,971 28,356,743 130.0% 20,111,709 19,802,554 98.5% Liability Insurance Revenues 7,829,239 5,887,597 5,977,613 101.5% 6,031,930 6,201,991 102.8% Expenditures 10,669,924 7,301,808 5,993,490 82.1% 9,540,328 5,998,339 62.9% Workmens'Comp. Revenues 3,096,348 2,324,667 2,332,603 100.3% 1,670,473 2,110,794 126.4% Expenditures 4,259,208 3,369,064 3,210,391 95.3% 3,274,308 3,081,621 94.1% Risk Management Admin Revenues 1,560,891 1,170,578 1,172,432 100.2% 1,036,355 1,050,223 101.3% Expenditures 1,510,723 1,090,939 1,009,238 92.5% 1,071,077 992,697 92.7% Other Employee Benefits (2) Revenues 2,117,057 1,549,480 1,733,283 111.9% 2,226,352 2,298,644 103.2% Expenditures 3,296,566 2,489,642 2,090,373 84.0% 2,562,076 1,744,479 68.1% Health Benefits Admin Revenues 714,081 535,777 519,470 97.0% 588,112 588,399 100.0% Expenditures 808,587 583,976 551,764 94.5% 560,845 522,322 93.1% TOTAL INTERNAL SERVICE FUNDS Revenues $149,393,651 $105,268,278 $105,985,571 100.7% $102,589,357 $106,834,729 104.1% Expenditures $182,665,453 $135,032,578 $116,271,054 86.1% $112,183,273 $97,298,750 86.7% 16 FY 2025 Third Quarter — aI Budget • Finance Report Internal Service Funds City of Corpus Christi i • Revenue: (1) Fleet Replacement -Auction proceeds received over budget (2) Other Employee Benefits - Increased enrollment in Dental higher than budgeted Expenditures: (1) Fleet Replacement - Purchases of vehicles and equipment for Police, Streets, Gas, and CCW have not yet been received. The amount of these expenditures will be recorded when the egipment is received. (2) Health Benefits-Citicare-(26) Claimants>75K with a spend of$4.35M, (27) Claimants>50K with spend of at least$1.3M -The nature/diagnoses of claimants have costly medical & pharmaceutical cost. The aggregate claims of the overall civilian population coupled with the aggressive per employee per month (PEPM) rates (lower expenditures) is causing the large variance.This will be on-going for remaining of fiscal year. f1 ,AV -A 17 FY 2025 Second Quarter Budget and Finance Report Fund Balance Financial Policies General Fund: It is the goal of the City Council to build and maintain a reserve in the General Fund unassigned fund balance of regular general fund operating expenditures up to 20% of total annual General Fund appropriations, exclusive of any one- time appropriations. Enterprise Funds: It is the goal of the City Council to build and maintain an unreserved fund balance in each of the Enterprise Funds of a maximum of 25% of the annual Enterprise Fund appropriations, exclusive of any one-time appropriations, and anything over that amount shall be designated for specific purpose(s). This subsection only applies to Water, Wastewater, Gas, Storm Water, Airport, and Marina fund balances. Internal Service Funds: It is the goal of the City Council to build and maintain an unassigned reserve in each Internal Service Fund listed below, of up to 5%, of annual Internal Service Fund appropriations, exclusive of any one-time appropriations. This subsection only applies to the Information Technologies, Contracts and Procurement, Engineering Services, Fleet Maintenance, and Facilities Maintenance. Group Health Plans Funds: It is a goal of the City to maintain a fund balance in the group health plans to (1) pay any associated administrative costs and claims run-out based upon the most recent actuarial study in the event the plan ceases or a change in the third-party administrator is made; and to (2) hold a reserve for catastrophic claims equaling 10% of projected medical and prescription claims. General Liability Fund: It is a goal of the City to maintain a fund balance in the General Liability Fund (1) to fund long-term liabilities, incurred but not reported expenses (IBNR), and a risk margin for the adverse development of claims as determined by the actuarial recommendation and reflected in the Comprehensive Annual Financial Report; (2) to provide additional protection against significant unexpected claims experience in the fiscal year as a catastrophic reserve equaling 25% of the average incurred costs of claims experience over the prior five-year period; and (3) to protect against significant cost increases in the fiscal year for purchased insurance coverage premiums equaling 25%of the cost for purchased insurance over the prior year. Worker's Compensation Fund: It is a goal of the City to maintain a fund balance in the Worker's Compensation Fund (1) to fund long-term liabilities, incurred but not reported expenses (IBNR), and a risk margin for the adverse development of claims as determined by the actuarial recommendation and reflected in the Comprehensive Annual Financial Report; and (2) to protect against significant unexpected claims experience in the fiscal year as a catastrophic reserve equaling 25%of the average of incurred costs of claims experience over the prior five-year period. Debt Service Reserve Fund: The City will strive to maintain a debt service fund balance for bonds, certificates of obligation, tax notes, and other debt instruments of at least 2%of the annual debt service appropriation(s) for the fiscal year; provided, however, this requirement shall comply with the provision of Treasury Regulation 1.148-2(f) which limits the amount of reserve funds that may secure the payment of debt service on bonds. 18 FY 2025 Third Quarter - d Budget • Finance Report i Affl� Fund Est. Ending . Balance FUND 10/01/2024 Revenues Expenditures" @ 09/30/2025 General Fund 1020 $ 96,623,404 $ 334,452,988 $ 354,690,998 $ 76,385,394 Water Fund 4010 $ 59,814,173 $ 165,557,165 $ 167,057,623 $ 58,313,715 Aquifer Storage& Recovery 4021 810,989 27,641 92,449 746,181 Backflow Prevention Fund 4022 22,280 - 21,912 368 Drought Surcharge Exemption Fund 4023 23,943,609 6,496,397 8,978,012 21,461,994 Raw Water Supply Fund 4041 8,289,263 2,186,821 8,010,000 2,466,084 Choke Canyon Fund 4050 4,377,724 163,205 187,352 4,353,577 Gas Fund 4130 6,089,021 46,135,251 47,010,233 51214,039 Wastewater Fund 4200 53,489,554 97,590,791 110,242,354 40,837,991 Storm Water Fund 4300 18,309,085 32,563,517 36,095,329 14,777,273 Airport Fund 4610 14,773,798 12,989,891 14,481,675 13,282,013 Airport PFC Fund 4621 3,331,041 1,196,757 1,294,620 3,233,178 Airport CFC Fund 4632 1,307,421 1,380,658 1,387,600 1,300,479 Golf Center Fund 4690 532,859 502,822 337,714 697,967 Golf Capital Reserve Fund 4691 (8,098) 519,849 497,046 14,705 Marina Fund 4700 910,752 2,145,305 2,127,427 928,631 Enterprise Funds 195,993,471 369,456,069 397,821,345 167,628,195 Contracts& Procurement Fund 5010 $ 420,200 $ 3,639,386 $ 3,514,562 $ 545,024 Asset Management-Fleet Fund 5110 2,333,062 18,199,217 18,576,312 1,955,967 Asset Management-Equipment Replac Fund 5111 51,516,637 38,164,116 41,757,998 47,922,755 Asset Management-Facility Fund 5115 2,243,580 10,268,162 9,589,036 2,922,706 Information Technology Fund 5210 2,984,808 20,529,335 22,659,240 854,903 Engineering Services Fund 5310 614,848 13,419,066 13,419,066 614,848 Employee Health Benefits-Fire 5608 9,867,284 2,981,474 9,904,735 2,944,023 Employee Health Benefits-Police 5609 7,820,060 5,725,096 10,034,024 31511,132 Employee Health Benefits-Citicare 5610 8,290,175 22,505,712 32,059,562 (1,263,675) General Liability Fund 5611 10,291,248 7,932,892 10,669,623 71554,517 Workers' Compensation Fund 5612 (2,435,249) 3,089,856 4,259,208 (3,604,601) Risk Management Administration Fund 5613 156,883 1,561,606 1,438,532 279,957 Other Employee Benefits Fund 5614 1,318,995 2,376,496 2,978,124 717,367 Health Benefits Administration Fund 5618 159,798 692,001 761,112 90,687 Internal Service Funds 95,582,329 151,084,415 181,621,133 65,045,611 Seawall Improvement Debt Fund 1121 $ 1,572,362 $ 2,906,004 $ 2,857,392 $ 1,620,974 Arena Facility Debt Fund 1131 3,648,664 132,556 3,522,360 258,860 General Obligation Debt Fund 2010 20,482,104 148,240,023 157,096,208 11,625,919 Water System Debt Fund 4400 1,317,885 35,644,788 32,706,366 4,256,307 Wastewater System Debt Fund 4410 2,005,193 21,491,870 21,908,963 1,588,100 Gas System Debt Fund 4420 780,231 1,870,887 1,872,220 778,898 Storm Water System Fund 4430 2,233,967 17,216,694 17,516,249 1,934,413 Airport 2012B Debt Fund 4641 57,977 1,294,620 1,294,622 57,975 Airport Debt Services Fund 4642 77,791 334,151 331,844 80,098 Airport Commercial Facility Debt Fund 4643 656,335 494,645 473,440 677,540 Marina Debt Fund 4701 174,993 225,333 219,775 180,551 Debt Service Funds 33,007,502 229,851,571 239,799,439 23,059,634 * Beginning Fund Balance is reflective of audited figures. 19 ** Expenditures do not include encumbrances. FY 2025 Third Quarter - d Budget • Finance Report i Affl� Fund Est. Ending . Balance FUND 10/01/2024 Revenues Expenditures" @ 09/30/2025 Hotel Occupancy Tax Fund 1030 $ 6,445,854 $ 19,006,230 $ 24,364,927 $ 1,087,157 Public, Education, and Government 1031 4,963,345 602,959 744,444 41821,860 State Hotel Occupancy Tax Fund 1032 5,221,140 4,423,387 7,536,002 2,108,526 Municipal Court Security Fund 1035 227,487 155,785 341,683 41,589 Municipal Court Technology Fund 1036 89,348 131,836 148,015 73,169 Juvenile Case Manager Fund 1037 486,431 171,547 149,157 508,820 Juvenile Case Manager Reserve Fund 1038 147,205 7,747 13,672 141,280 Municipal Court Juvenile Jury Fund 1039 10,982 3,215 1,134 13,063 Parking Improvement Fund 1040 808,497 71,687 82,140 798,044 Street Maintenance Fund 1041 24,807,757 47,456,952 56,753,960 15,510,749 Residential Street Reconstruction Fund 1042 31,994,221 16,156,761 41,256,532 6,894,450 Health Medicaid 1115 Waiver Fund 1046 1,092,413 33,531 485,144 640,800 Dockless Vehicles Fund 1047 761,284 102,940 48,340 815,884 MetroCom Fund 1048 3,522,504 8,685,667 8,995,785 31212,386 Health District 1115 Waiver 1049 5,147,940 2,186,008 973,494 61360,454 Law Enforcement Trust 1074 713,571 1,272,106 1,247,982 737,695 Reinvestment Zone No. 2 Fund 1111 11,189,721 6,466,518 13,996,628 3,659,611 Reinvestment Zone No. 3 Fund 1112 8,400,568 3,637,995 3,846,131 8,192,433 Reinvestment Zone No.4 Fund 1114 1,520,544 1,225,748 411,560 2,334,732 Seawall Improvement Fund 1120 8,238,618 9,216,208 16,666,117 788,709 Arena Facility Fund 1130 9,124,114 9,187,394 17,480,254 831,254 Business and Job Development Fund 1140 311,497 5,934 306,154 11,277 Type B Fund- Economic Development 1146 14,760,259 1 4,981,123 12,110,934 7,630,448 Type B Fund- Housing 1147 2,908,895 794,160 1,229,950 21473,106 Type B Fund-Streets 1148 - 4,139,661 4,052,267 87,394 Development Services Fund 4670 2,233,100 10,192,428 8,211,490 41214,038 Visitor Facilities Fund 4710 7,302,201 11,780,724 14,646,504 4,436,421 Park Development Fund 4720 4,263,916 811,799 2,077,262 2,998,453 Tourism Public Improvement Dis Fund 6040 25,418 2,748,083 2,729,106 44,395 Local Emergency Planning Fund 6060 22,412 218,329 211,754 28,987 Crime Control and Prevention Fund 9010 6,529,107 9,430,711 11,949,362 4,010,456 Special Revenue Funds $ 163,270,349 $ 175,305,174 $ 253,067,884 $ 85,507,639 Total All-Funds $ 584,477,055 $ 1,260,150,218 $ 1,427,000,799 $ 417,626,475 * Beginning Fund Balance is reflective of audited figures. 20 ** Expenditures do not include encumbrances. FY 2025 Second Quarter — � Budget • Finance ReportM Fund Balance Summary General Fund -The total fund balance is expected to be $76,385,394 which is 21.5%of annual appropriations. FY 2025 Budget includes $13 million of one-time expenses which reduced the fund balance. Enterprise Funds— Per the Financial Policies of the City a reserve of at least 25% of annual appropriations in the Water, Wastewater, Gas, Storm Water, Airport, and Marina fund is required, anything over that amount shall be designated for specific purpose(s). The Enterprise Funds covered by this policy are in compliance. Fund balances in excess of 25% of annual appropriations in the utility funds (Water, Wastewater, Storm Water and Gas) are transferred for the purpose of cash funding projects in the Capital Improvement Program. Any excess above the 25% reserve in the Airport fund is typically used as a grant match for Federal Aviation Administration (FAA) projects. Internal Service Funds—These funds are required to maintain a fund balance of up to 5% of annual appropriations, exclusive of any one-time appropriations. The policy applies to the Contracts and Procurement, IT, Fleet Maintenance, Facility Maintenance and Engineering Funds. All of the Internal Service Funds covered by this policy are in compliance. Special Revenue Funds—Special Revenue Funds are, by definition, legally restricted to expenditures for specific purposes. All Special Revenue Funds have positive, adequate fund balances. 21 FY 2025 Third Quarter Budget and Finance Report Economic Indicators City of Corpus Christi Annual Household Indicators 2024 2023 2022 Median Income (1) $ 57,387 $ 65,138 $ 60,958 Inflation-Adjusted Dollars 2024 2023 2022 Housing Affordability Index(1) 0.93 1.03 1.18 The index is the ratio of median family income to the required income to qualify for a purchase mortgage loan (5% down/25%of income) at the current interest rate. A ratio of 1.00 means the median family income is exactly equal to the required income to purchase the median-priced home in the area. Workforce/Household Indicators June 2025 June 2024 June 2023 Unemployment Rate(3) 4.1% 5.0% 4.4% Not Seasonally Adjusted June 2025 June 2024 June 2023 Total Employment(3) 148,083 201,724 144,523 Not Seasonally Adjusted June 2025 June 2024 June 2023 Consumer Price Index(2) 279.1 274.1 268.4 Base Year 1982-1984= 100 Residential Real Estate Indicators 2025 2024 2023 Average Home Sales Price (1) $ 347,024 $ 319,530 $ 303,160 April-June April-June April-June Number of Home Sales(1) 1082 889 919 April-June April-June April-June Home Sales(1) $ 367,035,026 $ 284,430,658 $ 279,017,240 Dollar volume April-June April-June April-June Economic Forecast • • 2025 2024 2023 Building Permit Activity(4) April-June April-June April-June New Residential (Size) $ 425,471 $ 796,806 687,934 sq. Ft. New Residential (Permits) 173 352 312 *Effective 6.11.19,The City of Corpus Christi may not require the disclosure of information related to the value of or cost of constructing or improving a residential dwelling as a condition of obtaining a building permit. New Commercial (Project Cost) $18,349,213 $ 30,684,568 $ 14,110,846 New Commercial (Permits) 13 21 15 SOURCE: (1) Texas A&M University- Real Estate Center (2) US Bureau of Labor Statistics (3) Texas Workforce Commission (4) City of Corpus Christi (5) US Census Bureau 22 CAPITAL IMPROVEMENT PROJECTS Budget / Pertormance Report 3rd Qtjqrtp- r v Perioc cndini June 30, 2025 Capital Improvement Program Office of Management & Budget Q U S Cy�� i 4 0 -i V _ je �MCORPOnP'1E0 7852 ----� %, ® :s I® �M ���, _� �, ,� \m--�=' Highlighted Projects for 3rd Quarter of FY 2025 IN I� .N PRESERYE 5y.,� �.... 5ME V,i I L—ACY SPIRTS Location Map - -- a � _ O jP Y �'° LOCATION MAP c tl LYNHHRST Project Number:18069A HKruL e -PROJECT tJO.23169 Construction:Projects Under COUNCIL BOND/ CONSTRUCTION -CT 1!!SISTRICT BUDGI FUNDING SOURCE END Greenwood Wastewater Treatment Plant Dissolved Air Flotation Unit Rehabilitation and Odor Control Dist.3 $302,000,00 Wastewater Capital Fund January 2029 The project includes eliminating primary treatment and anaerobic digestion,expanding secondary treatment and aerated sludge holding which includes rehabilitation of aeration basins,return activated sludge(RAS)pump station,blower building,existing final clarifiers,and other miscellaneous improvements.The project also includes the construction of an additional final clarifier. Residential Streets Bond 2024 City Wide $54,000,000 Bond 2024 May 2026 The construction contract is to perform the Residential Streets Bond 2024,as planned in the Rapid Pavement Program FY 2026. Projects In Design: 0 COUNCIL BOND/ CONSTRUCTION PROJECT DISTRICT BUDGET FUNDING SOURCE START Bond 2024 Program(Proposition A—Streets Projects), Sales Tax Reauthorization Streets Bond 2024,Sales Tax Reauthorization Proposition E-Arterial&Collector Streets City Wide $22,022,500 Proposition E-Arterial&Collector Streets and TBD Storm Water,Wastewater,and Gas Funds and CIP FY 2025 Street Projects This item is for the mass selection of engineering design consultants for the Bond 2024 Proposition A-Street Projects,Sales Tax Reauthorization Proposition E-Arterial&Collector Streets and CIP FY 2025 Streets projects and authorize staff to negotiate and execute contracts up to a cumulative maximum amount.A total of fifteen professional services contracts will be executed. Holly Road Train Trestle Dist.4 $1,263,059 American Rescue Plan Act(ARPA)Fund February 2026 This contract is to provide professional services for design,bid,and construction phase services for Holly Road Train Trestle project. 25 D T Bond Program Summary BOND PROGRAM PROGRESS -Expensed&Encumbered Unencumbered 100.0% 90.0% 80.0% 70.0% 60.0% 50.0% 1'. 40.0% 30.0% 20.0% 10.0% 0.0% Bond'14 Bond'18 Bond'20 Bond'22 Bond'24 Total Expensed& Program I To Date Encumbered Percentage Unencumbered Percentage Bond 2014 $104.4M $104.41M 100.0% $OM 0.0% The Bond 2014 Program included three propositions:Proposition 1(Streets Projects-$55,000,000),Proposition 2(Street Safety,Revitalization,and Capacity Improvement Projects- $44,495,000),and Proposition 3(Sale of City Park Land-proceeds would benefit future parks projects). Bond 2018 $99.1M $91.9M 92.7% $7.2M 7.3% The Bond 2018 Program included six propositions:Proposition A(Streets-$52,000,000),Proposition B(Additional Streets-$22,000,000),Proposition C(Parks&Recreation- $5,630,000),Proposition D(Libraries&Cultural Facilities Improvements-$3,878,000),Proposition E(Public Safety-$11,343,000),and Proposition F(Public Health-$1,149,000). Proposition A did not require an increase in the City's property tax rate.However,the other propositions each required an increase in property tax.Property taxes increased a total of about 2 cents. Bond 2020 $76.6M $69.7M 91.0% $6.9M 9.0% The Bond 2020 Program included three propositions:Proposition A(22 Street projects-$61M),Proposition B(18 Parks projects-$12M),and Proposition C (2 Public Safety projects-$21VI).This bond program did not require an increase in property tax rate. Bond 2022 $125M $58M 46.4% $67M 53.6% The Bond 2022 Program included four propositions:Proposition A(15 Street projects-$92.5M),Proposition B(11 Parks projects-$20M),Proposition C(5 Public Safety projects- $10M),and Proposition D(1 Library project-$2.5M).This bond program did not require an increase in property tax rate. Bond 2024 $175M $52M 29.7% $123M 70.3% The Bond 2024 Program included six propositions:Proposition A(Streets-$89,500,000),Proposition B(Parks&Recreation-$37,650,000),Proposition C(Public Safety- $45,000,000),and Proposition D(Cultural Facilities-$2,850,000).This bond did not require an increase in the City's property tax rate.However,Proposition E(Arterial&Collector Streets,Recreational&Community Facilities-$35,000,000)and Proposition F(City-Wide Flood Control,Drainage&Coastal Resiliency)will be funded by a voter approved 2 cent sales tax reauthorization,for a term of 20 years. 27 ----� %, ® :s I® �M ���, _� �, ,� \m--�=' 2024 Bond Program PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 0 0 Construction 5 Design 15 • Pre-Design 18 GRAND TOTAL 38 13 % -xAFConstruction Completed or In Construction Timeliness Summary 100 % � O On-Time Off Schedule 38 of 38 0 of 38 Projects Projects Overall Cash Flow Expenditures/ $37,015,911 Encumbrances: Budgeted: $175,000,000 29 2024 Bond Program Status Summary By Phase Completed Construction ■Design ■Pre-Design Completed 0 Construction ® 5 Design 15 Pre-Design 18 1' GRAND TOTAL 38 1 Projects) Completed: COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION END TOTAL COMPLETED 0 Projects) Construction: COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION END Far South Police Sub-Station 5 Prop C July 2026 North Beach Drainage Improvements(Bond 2018&2024) 1 Prop A October 2026 Northwest Police Sub-Station 1 Prop C June 2026 Residential Streets(Bond 2024) City-Wide Prop A December 2025 Sherrill Park Military Monument s 1 Prop B August 2025 TOTAL UNDER CONSTRUCTION 5 (15 Projects) in Design: COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION START Bill Witt Park Improvements 5 Prop B TBD Commodore Park Improvements 4 Prop B December 2025 Dimmit Pier Boat Ramp-Design Only 4 Prop B TBD District 5 Trail Connectivity 5 Prop A December 2025 Fire Station#8(Bond 2022&2024) 3 Prop C November 2025 Fire Station#10(Bond 2022&2024) 3 Prop C November 2025 Greenwood Baseball Complex Renovations 3 Prop B December 2025 Heritage Park Houses 1 Prop D March 2026 Holly Rd(Ennis Joslin to Paul Jones)Bond 2022&2024 4 Prop A December 2025 JFK Causeway Access Road Improvements(Bond 2018&2024) 4 Prop A December 2025 Labonte Park Expansion(Bond 2022&2024) 1 Prop B October 2025 Oso Golf Center-Club House(Bond 2022&2024) 4 Prop B March 2026 St.Andrews Park 3 Prop B December 2025 Sam Rankin St.(Port to IH-37) 1 Prop A August 2026 TC Ayers Aquatic Center 1 Prop B October 2025 TOTAL IN DESIGN 15 30 (18 Projects) In Pre-Design: COUNCIL BOND DESIGN PROJECT DISTRICT PROPOSITION START Acushnet Dr(Weber to Saratoga)-Design Only 5 Prop A September 2025 Allencrest Dr(Ayers to Dead End)-Design Only 3 Prop A September 2025 Brooke Rd-(Rodd Field to Ametrine)-Design Only 5 Prop A September 2025 Central District Police Substation-Design Only 2 Prop C September 2025 Cimarron Blvd(Bison/Granoble to Legacy Point)-Design Only 5 Prop A September 2025 Cole Park Parking Lot Improvements 2 Prop B TBD Community/Senior Center Complex-Design Only 5 Prop D TBD Fire Station#9-Design Only 1 Prop C September 2025 Fire Station#11-Design Only 4 Prop C September 2025 Graham Rd(Flour Bluff Dr to Waldron)-Design Only 4 Prop A September 2025 Grand Junction Dr(Wapentate to Cedar Pass)-Design Only 5 Prop A September 2025 Lipes Blvd(Airline to Bronx)-Design Only 5 Prop A September 2025 Peary Place Improvements 4 Prop B TBD Rand Morgan Rd(McNorton to IH-37)-Design Only 1 Prop A September 2025 Rodd Field Rd(Yorktown to Adler)-Design Only 5 Prop A September 2025 South Staples Access Rd(Annapolis to Kostoryz) 2 Prop A September 2025 Schanen Blvd.(Weber to Everhart)-Design Only 3 Prop A September 2025 Tara Estates Subdivision Streets 4 Prop A September 2025 TOTAL PREDESIGN 18 GRAND TOTAL 38 31 2022 Bond Program PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 0 6 ' , Construction fV 7 Design 19 Pre-Design 0 • ' • GRAND TOTAL 32 38 % O Construction Completed or In Construction Timeliness Summary 100 % � O On-Time Off Schedule 32 of 32 0 of 32 Projects Projects Overall Cash Flow Expenditures/ Encumbrances: Budgeted: $125,000,000 32 2022 Bond Program Status Summary By Phase ■Completed ■Construction ■Design ■Pre-Design Completed 6 Construction 7 Design 19 Pre-Design 0 GRAND TOTAL 32 . • -cts) Completed COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION END 6 Completed Projects TOTAL COMPLETED 6 • -cts) Under Construction: COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION END Aaron Drive(Saratoga to Summer Wind) 5 Prop A March 2026 Bonner(Everhart to Flynn) 3 Prop A January 2027 Fire Department Resource Center- Phase 2 3 Prop C February 2026 Martin (Holly to Dorado) 3 Prop A February 2026 Timbergate (Snowgoose to Staples) 5 Prop A December 2026 Yorktown (Rodd Field to Oso Bridge)-Construction Only 5 Prop A August 2027 La Retama Central Library Exterior Renovation 1 Prop D October 2026 TOTAL UNDER CONSTRUCTION 7 . • - Design: COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION START Alameda (Airline to Everhart) 2 Prop A December 2025 Alameda (Texan to Doddridge)- Design Only 2 Prop A Design Only Beach Access No. 3 (SH 361 to Beach)-Construction Only 4 Prop A TBD Carroll (SH 358 to Holly) 3 Prop A October 2025 Commodore Park 4 Prop B December 2025 Fire Station 8 Replacement- Design Only 2 Prop C November 2025 Fire Station 10 Replacement- Design Only 3 Prop C November 2025 Flour Bluff(Yorktown to Don Patricio) 4 Prop A November 2025 Greenwood Sports Complex-Sparkling City-Youth Softball Fields 3 Prop B December 2025 33 COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION START Greenwood Sports Complex-Universal League-Youth Baseball Fields 3 Prop B December 2025 Greenwood Sports Complex-Westside Pony-Baseball Fields 3 Prop B December 2025 Holly(Ennis Joslin to Paul Jones)- Design Only 4 Prop A Design Only Labonte Park Expansion 1 Prop B October 2025 McCampbell (Agnes to Leopard) 1 Prop A March 2026 Oso Golf Center-Club House- Design Only 4 Prop B TBD Starlite(Violet to Leopard) 1 Prop A October 2025 Surfside (Breakwater to Elm) 1 Prop A December 2025 Holly Road Train Trestle to Tourism Trail 4 Prop B January 2027 Upper/Middle/Lower Broadway(Coopers Alley to Twigg)-Design Only 1 Prop A Design Only TOTAL IN DESIGN 19 1Projects) In Pre-Design: G COUNCIL BOND DESIGN PROJECT DISTRICT PROPOSITION START TOTAL PREDESIGN 0 GRAND TOTAL 2 34 2020 Bond Program PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary 2% Completed 37 Construction 4 Design 1 Pre-Design 0 G RAN D TOTAL 42 98 % Construction Completed or In Construction Timeliness Summary 100% 0% On-Time Off Schedule 42 of 42 0 of 42 Projects Projects Overall Cash Flow Expenditures/ Encumbrances: Budgeted: $76,440,143 35 2020 Bond Program Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 0 37 2/ Construction AMU 4 Design 1 '4* Pre-Design 0 GRAND TOTAL 42 Projects)(37 • • • PROJECT 37 Completed Projects TOTAL COMPLETED 37 Projects) • • • COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION END Alameda(Texan Trail to Chamberlain) 2 Prop A January 2026 Brownlee(Staples to Morgan) 1/2 Prop A March 2026 Everhart(Alameda to Staples) 2 Prop A October 2025 Everhart(Staples to McArdle) 2 Prop A October 2025 TOTAL UNDER CONSTRUCTION 4 (1 Project) In Design: 0 COUNCIL BOND CONSTRUCTION DISTRICT PROPOSITION START Beach Access Rd No 3(Design Only) 4 Prop A Design Only TOTAL IN DESIGN 1 1Projects) COUNCIL BOND DESIGN TOTAL PREDESIGN 0 GRAND TOTAL 42 36 2018 Bond Program PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 0 40 Construction ® 14 Design ® 2 Pre-Design 0 GRAND TOTAL 56 96% n1truction Complete or In Construction Timeliness Summary 96% 4% On-Time Off Schedule 54 of 56 2 of 56 Projects Projects Overall Cash Flow Expenditures/ Encumbrances: Budgeted: $99,080,333 37 2018 Bond Program Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 40 Construction 14 Design ® 2 Pre-Design 0 GRAND TOTAL 56 1 • -cts) Completed PROJECT 40 Completed Projects TOTAL COMPLETED 40 (14 • -cts) Under Construction: COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION END ADA Improvements City-Wide Prop A On-going Alameda St(Chamberlain St to Louisiana St) 2 Prop B January 2026 Alternative Mobility Improvements City-Wide Prop A On-going Beach Ave(Dead End to Gulfbreeze) 1 Prop A October 2026 Calallen Dr(Red Bird Ln to Burning Tree Ln) 1 Prop A August 2026 Downtown Lighting Improvements 1 Prop B On-going Everhart Rd (S Padre Island Dr to McArdle Rd) 2 Prop B January 2026 North Beach Gulfspray Ave Ped/Bike Access 1 Prop A October 2026 North Beach Primary Access 1 Prop A October 2026 N. Lexington Blvd (Leopard St to Hopkins Rd) 1 Prop B October 2026 Police Headquarters 1 Prop E On-going Police Radio Communication System City-Wide Prop E On-going Traffic Signal Improvements City-Wide Prop A On-going TxDOT Participation/Traffic Congestion Mgmt City-Wide Prop A On-going TOTAL UNDER CONSTRUCTION 14 38 (2 Projects) In D- COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION START Castenon St(Trojan Dr to Delgado St) 3 Prop B September 2025 JFK Causeway Access Road Improvements 4 Prop B TBD TOTAL IN DESIGN 2 1 • Pre-Design: COUNCIL BOND DESIGN PROJECT DISTRICT PROPOSITION START TOTAL IN PREDESIGN 0 GRAND TOTAL 56 ] RAF 39 2014 Bond Program PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 37 Construction ® 0 Design is 0 Pre-Design40 0 GRAND TOTAL 37 100 % Construction Complete or In Construction Timeliness Summary 100 % 0 % On-Time Off Schedule 37 of 37 0 of 37 Projects Projects Overall Cash Flow Encumbrances/ Expenditures: Budgeted: 40 2014 Bond Program Completed Construction ■ Design ■ Pre-Design Status Summary By Phase Completed 37 Construction 0 Design 0 Pre-Design 0 GRAND TOTAL 37 (36 • -cts) Completed PROJECT 36 Completed Projects TOTAL COMPLETED 37 1 • -cts) Under Construction: COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION END TOTAL UNDER CONSTRUCTION 0 1Projects) 0- COUNCIL BOND CONSTRUCTION PROJECT DISTRICT PROPOSITION START TOTAL IN DESIGN 0 1Projects) In Pre-Design: TOTAL PREDESIGN 0 GRAND TOTAL 37 41 Airport PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 1 Construction ® 0 pppppp 17% Design 2 Pre-Design ® 3 GRAND 6• • • 50% Design Complete or In-Design ■ - r 3 Overall Cash Flow EXPENDITURES/ ENCUMBRANCES: BUDGETED: 42 Airport Status Summary By Phase Completed ■Construction ■ Design ■Pre-Design Completed 1 Construction �I®I 0 Design ® 2 1 , Pre-Design 3 GRAND TOTAL 6 • -ct) Completed PROJECT Airport Master Plan TOTAL COMPLETED 1 1 • -cts) Under Construction: COUNCIL CONSTRUCTION PROJECT DISTRICT END TOTAL UNDER CONSTRUCTION 0 (2 Projects) In Design: COUNCIL CONSTRUCTION PROJECT DISTRICT START Baggage Screening Area Upgrades Phase II 3 TBD International Drive Rehabilitatoin/Curbside Upgrades 3 TBD TOTAL IN DESIGN 2 Projects) In Pre-Design: COUNCIL DESIGN PROJECT DISTRICT START Airport Campus Project 3 TBD Airport Cargo and Business Park Facilities 3 TBD Airport Drainage Study 3 TBD TOTAL PREDESIGN 3 GRAND TOTAL 6 43 Economic Development PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed W 6 Construction ® 4 Design 12 Pre-Design 10 • GRAND TOTAL 32 31 % Construction Complete • or In-Construction Overall Cash Flow EXPENDITURES/ ENCUMBRANCES: BUDGETED: $34,904,326 44 Economic Development Completed Construction ■ Design ■ Pre-Design Status Summary By Phase Completed 6 Construction 4 Design 12 Pre-Design 10 GRAND TOTAL 32 •jects) Completed PROJECT 3 Completed Projects Arena Roof Replacement Cancelled American Bank Center-Convention Center HVAC Management Cancelled Harbor Playhouse-HVAC Systems Improvements Cancelled TOTAL COMPLETED 6 ' •jects) Under Construction: COUNCIL CONSTRUCTION PROJECT _ DISTRICT END American Bank Center-Arena HVAC Improvements 1 September 2025 American Bank Center-Selena Auditorium Pit Lift 1 TBD American Bank Center-Selena Loading Dock Overhead Door 1 TBD American Bank Center-Spot Light Platform 1 TBD TOTAL UNDER CONSTRUCTION 4 (12 Projects) In Design: 0 COUNCIL CONSTRUCTION PROJECT DISTRICT START American Bank Center-Exhibit Hall PA 1 TBD American Bank Center-Lighting Control in Convention Center 1 TBD American Bank Center-Update 3&4 FL Selena Dressing Room 1 March 2026 Arena Rehabilitation and Improvements 1 March 2026 Crowsnest(Beach Access 4 to Park Rd22) 4 TBD Harbor Playhouse-Improvements(Design) 1 TBD McGee Beach Breakwater Renovations-Ph 2 1 Design Only Museum of Science and History-HVAC Systems Improvements 1 TBD North Padre Island Paper Street 4 TBD North Padre Island Seawall Improvements 4 On Hold Taylor St.(Lower Broadway to Shoreline) 1 September 2025 Selena Auditorium Electrical Distribution Equipment and Switchboards 1 TBD TOTAL IN DESIGN 12 45 t Projects) In Pre-Design: (9 COUNCIL DESIGN PROJECT DISTRICT START American Bank Center-Arena Deferred Life Safety Improvements 1 TBD Arena Fire Alarm System Upgrades 1 TBD Convention Center Flood Mitigation 1 TBD Convention Center HVAC System and Chiller Replacement 1 January 2026 Downtown ADA Improvements Phase 1 1 TBD Effluent Waterline Rehabilitation and Extension 4 TBD Floodwall Upgrades at Science Museum 1 TBD Packery Channel Capital Repairs 4 TBD Seawall Capital Repairs 1 TBD Selena Auditorium Fire Pump Upgrades 1 October 2025 TOTAL PREDESIGN 10 GRAND TOTAL 32 L) RAFT 46 Gas Department PERFORMANCE MEASURES Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 0 Construction ® 4 Design 2 Pre-Design 1 GRAND TOTAL 7 57 % Construction Complete or In- Construction »g Al Overall Cash Flow Expenditures/ Encumbrances: Budgeted: 47 Gas Department Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 0 Construction ® 4 Design 2 Pre-Design 1 GRAND TOTAL 7 1 • -cts) Completed PROJECT TOTAL COMPLETED 0 Projects) • • • COUNCIL CONSTRUCTION PROJECT DISTRICT END Gas Lines/Regulator Stations Replacement/Extension Program City-Wide On-going Gas Transmission Main - New City-Wide On-going Gas Department Building& Parking Upgrades 3 TBD Ship Channel Gas Line Relocation AW 1 October 2025 TOTAL UNDER CONSTRUCTION 4 Projects) Design: COUNCIL CONSTRUCTION PROJECT DISTRICT START Cathodic Protection Upgrades City-Wide On-Going Underground Natural Gas Storage Outside City Limits May 2026 TOTAL IN DESIGN 2 Project) Pre-Design: COUNCIL DESIGN PROJECT DISTRICT START Gas Department Construction Division Office Outside City Limits TBD TOTAL PREDESIGN 1 GRAND TOTAL 7 48 Parks & Recreation PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 11 4 ' Construction ® 5 I , % Design 28 Pre-Design 2 GRAND TOTAL 46 11% 33 % Construction Complete or In-Construction ■ Overall Cash Flow EXPENDITURES/ ENCUMBRANCES: BUDGETED: $71,615,082 49 Parks & Recreation Completed Construction ■Design ■Pre-Design Status Summary By Phase Completed 11 Construction ® 5 Design 28 Pre-Design • 2 GRAND TOTAL 46 (10 Projects) Completed: 4W PROJECT 6 Completed Projects Ben Garza Gym Improvements Bill Witt Aquatic Center-Bond 2022 Cole Park Plaza Shade Structure Dr.H.C.Dilworth Park Pavilion Harbor Bridge Mitigation&Support Projects(Design Only)-Bond 2014 October 2025 TOTAL COMPLETED 11 •jects) Under Construction: COUNCIL CONSTRUCTION PROJECT DISTRICT END Central Kitchen Generator 3 October 2025 Peoples Boardwalk 1 November 2025 Replace Piers ABCDL and Dredging ON— � r 1 November 2025 Sherrill Park Military Monument-Bond 2024 1 September 2025 Swantner Park Lights 2 i September 2025 TOTAL UNDER CONSTRUCTION 5 (29 Projects) In Design: 0 COUNCIL CONSTRUCTION PROJECT DISTRICT START Bill Witt Park Improvements-Bond 2024 5 TBD Boat HaulOut/Office/Retail Facility 1 September 2025 Commodore Park(Design Only)-Bond 2022/2024 4 December 2025 Coopers Boat Facility 1 September 2025 Dimmit Pier Boat Ramp-Bond 2024 4 TBD Greenwood Baseball Complex Renovations-Bond 2024 3 December 2025 Greenwood Sports Complex-Sparkling City-Youth Softball Fields-Bond 2022 3 December 2025 Greenwood Sports Complex-Universal League-Youth Baseball Fields-Bond 2022 3 December 2025 Greenwood Sports Complex-Westside Pony-Baseball Fields-Bond 2022 3 December 2025 Harbor Bridge Mitigation-Ben Garza Park 1 October 2025 Harbor Bridge Mitigation-Dr.H.J.Williams Park 1 October 2025 50 COUNCIL CONSTRUCTION PROJECT DISTRICT START Harbor Bridge Mitigation-North Beach Trail 1 October 2025 Harbor Bridge Mitigation-T.C.Ayers Park-Bond 2024 1 October 2025 Harbor Bridge Mitigation-Washington Coles Park 1 October 2025 Holly Road Train Trestle to Tourism Trail 4 November 2026 Labonte Park Expansion-Bond 2022/2024 1 October 2025 Littles-Martin House 1 On-Going Master Plan for T-Head/L-Head 1 Design Only Ocean Dr.Parks Pavement Resurfacing-Doddridge Park 2 On Hold Oso Golf Center-Club House(Design Only)-Bond 2022/2024 4 TBD Park Development Improvements FY 2024 City-Wide October 2025 Parks Operations Building 3 TBD Parks Tourist District Facility and Warehouse 1 TBD Parking Lot Resurfacing-L Head 1 September 2025 South Bay Park 4 TBD St.Andrews Park-Bond 2024 3 November 2025 Wranosky Park 4 TBD Zahn Rd Restroom Facility at Gulf Beach 4 November 2025 TOTAL IN DESIGN 28 2 Projects) In Pre-Design: G COUNCIL DESIGN PROJECT DISTRICT START Dredging Peoples T Head 1 TBD Peary Place Improvements-Bond 2024 4 TBD TOTAL PREDESIGN 2 GRAND TOTAL 46 51 Public Facilities PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design 1 Pre-Design Status Summary Completed 4 10 Construction ® 7 • Design 8 Pre-Design 3 GRAND TOTAL 22 • 50 % Construction Complete or In-Construction a Overall Cash Flow Expenditures/ Encumbrances: Budgeted: 52 Public Facilities Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 4 Construction 7 ' Design 8 Pre-Design 3 • GRAND TOTAL 22 • - Completed: COUNCIL CONSTRUCTION PROJECT DISTRICT END 3 Completed Projects Animal Care Kennels Cancelled TOTAL COMPLETED 4 Projects) • - • • COUNCIL CONSTRUCTION PROJECT DISTRICT END City Hall Carpet Replacement 1 On-going City Hall Fencing and Gates 1 On-going City Hall Lighting Improvements 1 On-going City Hall Skylight Replacement 1 December 2025 La Retama Emergency Generator 1 December 2025 Library Improvements City-Wide On-going La Retama Central Library Exterior Renovations- Bond 2022 1 October 2026 TOTAL UNDER CONSTRUCTION 7 Projects) ,,� COUNCIL CONSTRUCTION PROJECT DISTRICT START City Hall Exterior Illumination 1 October 2025 City Hall Parking Lot 1 TBD City Hall Sam Rankin Parking Lot 1 TBD Development Services Remodel and Parking 1 April 2026 Fleet Vehicle Wash Facility 3 On Hold 53 COUNCIL CONSTRUCTION PROJECT DISTRICT START Public Health Department Building Improvements- Bond 2018 2 TBD Public Health Department Site Improvements 2 TBD Service Center Secure Enclave 3 September 2025 TOTAL IN DESIGN 8 (3 Projects) In Pre-Design: G COUNCIL DESIGN PROJECT DISTRICT START Asset Management-Service Center Facilites (Design Only) 1 TBD Community/Senior Center Complex- Bond 2024 (Design Only) 5 TBD Heritage Park Houses- Bond 2024 1 TBD TOTAL PREDESIGN 3 GRAND TOTAL 22 , RAFT 54 Public Health & Safety PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 1 Construction ® 6 • Design 9 Pre-Design 3 GRAND TOTAL 19 33 % Construction Complete or In-Construction NEW Overall Cash Flow EXPENDITURES/ ENCUMBRANCES: BUDGETED: $29,009,354 55 Public Health & Safety Status Summary By Phase ■Completed Construction ■ Design ■ Pre-Design Completed 160 1 Construction 6 Design 9 Pre-Design 3 GRAND TOTAL 19 • -cts) Completed PROJECT Fire Station 3 1 June 2025 TOTAL COMPLETED 1 . • -cts) Under Construction: COUNCIL CONSTRUCTION PROJECT DISTRICT END C.Valenzuela Backup Generators Outside City Limits January 2026 C.Valenzuela Landfill Road Improvements Phase II Outside City Limits TBD Far South Police Substation- Bond 2022/2024 5 July 2026 Northwest Police Substation- Bond 2022/2024 1 June 2026 Police Headquarters 1 On-going Police Radio Communication System City-Wide On-going TOTAL UNDER CONSTRUCTION 6 Projects) D- COUNCIL CONSTRUCTION PROJECT DISTRICT START C.Valenzuela Landfill Expansion- Design Only Outside City Limits Design Only Erosion Control Life Cycle Improvements Outside City Limits TBD Fire Department Resource Center Phase 2- Bond 2022 3 June 2025 Fire Station 8 Replacement- Bond 2022/2024 2 September 2025 Fire Station 10 Replacement- Bond 2022/2024 3 September 2025 Solid Waste Compost Facility Outside City Limits July 2026 Solid Waste Drainage Lifecycle Improvements Outside City Limits TBD Solid Waste Facility Complex 3 TBD TOTAL IN DESIGN 9 56 Projects) Pre-Design: COUNCIL DESIGN PROJECT DISTRICT START Central District Police Substation-Bond 2024(Design Only) 2 TBD Fire Station#9- Bond 2024(Design Only) 1 TBD Fire Station#11- Bond 2024(Design Only) 4 TBD TOTAL PREDESIGN 3 GRAND TOTAL 19 DRAFT 57 Storm Water Department PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 0 1 Construction ® 6 Design 19 2 _i Pre-Design 4D 2 GRAND TOTAL 11 64 % Construction Complete and In-Construction _ a a Overall Cash Flow Expenditures/ Encumbrances: $17,895,000 Budgeted: 58 Storm Water Department Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 1 Construction 6 • , , Design ® 2 Pre-Design 2 • , , GRAND TOTAL 11 • - Completed: PROJECT Bay Water Quality Improvement TOTAL COMPLETED 1 Projects) • - • • COUNCIL CONSTRUCTION PROJECT DISTRICT END Bridge Rehabilitation City-Wide On-going Channel Ditch Improvements City-Wide On-going City-Wide Storm Water Infrastructure Rehabilitation City-Wide On-going La Volla Creek Drainage Improvements Package B 3 March 2026 Lifecycle Curb and Gutter Replacement City-Wide On-going North Beach Drainage Improvements 1 October 2026 TOTAL UNDER CONSTRUCTION 6 Projects) In Design: COUNCIL CONSTRUCTION PROJECT DISTRICT START Oso Creek Bottom Rectification 5 TBD Major Outfall Assessments& Repairs City-Wide TBD TOTAL IN DESIGN 2 59 (2 Projects) In Pre-Design: (9 COUNCIL DESIGN PROJECT DISTRICT START Public Works Annex Building(Storm Water) 3 TBD Storm Water Pipe Inspection City-Wide TBD TOTAL PREDESIGN GRAND TOTAL �) RAFT 60 Streets PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 10 Construction ® 18 Design 19 Pre-Design 12 GRAND TOTAL 59 47 % Construction Complete or In-Construction w Overall Cash Flow EXPENDITURES/ ENCUMBRANCES: BUDGETED: $121,766,404 61 Streets Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 0 10 Construction 18 Design ® 19 Pre-Design 12 GRAND TOTAL 59 1 1 • -cts) Completed PROJECT 8 Completed Project Elizabeth St-(Santa Fe to Staples) N. Lexington Blvd (Leopard St to Hopkins Rd)- Bond 2018 TOTAL COMPLETED 10 COUNCIL CONSTRUCTION PROJECT DISTRICT END Aaron Rd (Saratoga Blvd to Summer Winds)-Bond 2022 5 February 2026 ADA Improvements&Alternative Mobility Improvements- Bond 2018 City-Wide On-going Alameda (Louisiana St.to Texan Trail to Chamberlain St)- Bond 2018/2020 2 January 2026 Beach Ave (Dead End at Gulfbreeze to Causeway Blvd)- Bond 2018 1 October 2026 Bonner(Everhart to Flynn)- Bond 2022 3 January 2027 Brownlee(Staples to Morgan)- Bond 2020 1/2 March 2026 Calallen Dr(Red Bird Ln to Burning Tree Ln)- Bond 2018 1 June 2026 Downtown Lighting Improvements- Bond 2018 1 On-going Everhart(SPID to McArdle to Staples to Alameda)- Bond 2018/2020 2 October 2025 Industrial Park Roadway Improvements 5 May 2026 Martin (Holly to Dorado)- Bond 2022 3 February 2026 North Beach Gulfspray Ave Ped/Bike Access- Bond 2018 1 October 2026 Residential Street Reconstruction Program City-Wide On-going Street Preventative Maintenance Program City-Wide On-going Traffic Signal & Infrastructure Installation City-Wide On-going Timbergate(Snowgoose to Staples)- Bond 2022 5 December 2026 TxDOT Participation/Traffic Mgmt City-Wide On-going Yorktown (Rodd Field to Oso Bridge)- Bond 2020/2022 5 August 2027 TOTAL UNDER CONSTRUCTION 18 62 (18 Projects) In Design: .` COUNCIL CONSTRUCTION PROJECT DISTRICT START Acushnet Dr(Weber to Saratoga)- Bond 2024(Design Only) 5 Design Only Alameda (Airline Rd to Everhart Rd)- Bond 2022 2 October 2025 Alameda (Texan to Doddridge)- Design Only- Bond 2022 2 Design Only Beach Access Rd No 3- Bond 2020/2022 4 TBD Carroll (SH358 to Holly)- Bond 2022 3 September 2025 Castenon St (Trojan Dr to Delgado St)- Bond 2018 3 October 2025 Corn Products Rd (IH 37 to Hopkins Rd) 1 TBD District 5 Trail Connectivity-Bond 2024 5 July 2026 Flour Bluff(Yorktown to Don Patricio)- Bond 2022 4 November 2025 Holly(Ennis Joslin to Paul Jones)- Design Only- Bond 2022/2024 4 Design Only JFK Causeway Access Road Improvements- Bond 2018/2024 4 TBD McCampbell (Agnes to Leopard)- Bond 2022 1 November 2025 Rand Morgan Rd (McNorton to IH-37)- Bond 2024(Design Only) 1 TBD Starlite(Violet to Leopard)- Bond 2022 1 October 2025 Surfside(Breakwater to Elm)- Bond 2022 1 September 2025 Tara Estates Subdivision- Bond 2024 4 TBD Upper/Mid/Lower Broadway(Coopers Alley to Twigg)-Design Only-Bond 2022 1 Design Only Williams Dr(Rodd Field to Lexington Rd) 4 TBD Sam Rankin St. (Port to IH-37)- Bond 2024 1 TBD TOTAL IN DESIGN 19 Projects)(13 In Pre-Design: COUNCIL DESIGN PROJECT DISTRICT START Allencrest Dr(Ayers)- Bond 2024(Design Only) 3 TBD Bear Ln (SPID to Joe Mireur Rd) (Design Only) 3 TBD Brooke Rd-(Rodd Field to Ametrine)- Bond 2024(Design Only) 5 TBD Cimarron Blvd (Bison/Granoble to Legacy Point)- Bond 2024(Design Only) 5 TBD Cole Park Parking Lot Improvements- Bond 2024 2 TBD Graham Rd (Flour Bluff Dr to Waldron)- Bond 2024(Design Only) 4 TBD Grand Junction Dr(Wapentate to Cedar Pass)- Bond 2024(Design Only) 5 TBD Lipes Blvd (Airline to Bronx)- Bond 2024(Design Only) 5 TBD Ocean Dr Sustainability Program 2 TBD Rodd Field Rd (Yorktown to Adler)- Bond 2024(Design Only) 5 TBD South Staples Access Rd- Bond 2024 2 TBD Schanen (Everhart to Weber)- Bond 2024(Design Only) 5 TBD TOTAL PREDESIGN 12 GRAND TOTAL 59 63 Wastewater Department PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 2 Construction ® 9 Design 9 Pre-Design 4 GRAND TOTAL 24 40 % Construction Complete and In-Construction Overall Cash Flow Expenditures / $69,690,000 Encumbrances: Budgeted: $174,155,986 64 Wastewater Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 0 2 Construction 9 Design ® 9 Pre-Design 4 GRAND TOTAL 24 • -cts) Completed PROJECT 2 Project Complete TOTAL COMPLETED 2 • -cts) Under Construction: COUNCIL CONSTRUCTION PROJECT DISTRICT END Airline Lift Station Upgrades 5 October 2025 Broadway WWTP Plant Rehabilitation 1 IIIIIIIII October 2025 City-Wide Collection Capacity Remediation City-Wide On-going City-Wide Lift Station Repair City-Wide On-going City-Wide Wastewater IDIQ City-Wide On-going Greenwood WWTP Process Upgrades(DAF and Odor Control) 3 January 2029 Oso WRP Process Upgrade and BPC Fac. Decom. 4 i June 2028 Wastewater-Development Participation Projects City-Wide TBD Wastewater Maintenance Shop 3 June 2026 TOTAL UNDER CONSTRUCTION 9 . Projects) Design: COUNCIL CONSTRUCTION PROJECT DISTRICT START Blucher Park Wastewater Improvements 1 TBD Broadway WWTP Third Clarifier 1 On Hold London Area WW Collection Systems Improvements 3/Outside CityLimits October 2025 Hewitt Place/Santa Fe Street WW Line Upsizing 2 TBD Northwest Blvd.Wastewater Infrastructure Upgrade 1 TBD Twin 36-inch&McBride Wastewater Mains Rehabilitation 4 June 2026 Waldron Lift Station Force Main Replacement 4 October 2025 Wastewater Back Generators 1/4 TBD Wastewater Treatment Plants Office Facilities(Allison&Whitecap) 1/4 December 2025 TOTAL IN DESIGN 9 65 (4 Projects) In Pre-Design: COUNCIL DESIGN PROJECT DISTRICT START Greenwood WWTP Flood Mitigation&Backup Generators 3 TBD Laguna Shores Force Main Rehabilitation/Replacement 4 TBD Oso WRP Operation Center 4 September 2025 Water Street WW Line Improvements 1 TBD TOTAL PREDESIGN 4 GRAND TOTAL 24 ') RAF 66 Water Department PERFORMANCE MEASURES Project Status By Phase Completed Construction ■ Design ■ Pre-Design Status Summary Completed 0 4 Construction ® 16 e Design ® 20 Pre-Design 10 GRAND TOTAL 50 38 % Construction Complete or In-Construction Y i� Overall Cash Flow Expenditures/ Encumbrances: Budgeted: $508,811,000 I 67 Water Department Status Summary By Phase Completed Construction ■ Design ■ Pre-Design Completed 4 1 ' . Construction ® 16 Design 20 Pre-Design 10 GRAND TOTAL 50 1 . • -cts) Completed PROJECT 3 Completed Projects Wesley Seale Boat Ramp-(Sunrise Beach) Cancelled TOTAL COMPLETED 4 (16 Projects) Under Construction: COUNCIL CONSTRUCTION PROJECT DISTRICT END City-Wide Large Size Water Line Cathodic Protection System City-Wide On-going City-Wide Water Line Repair/Replace-Large Diameter City-Wide On-going City-Wide Water Line Repair/Replace-Small Diameter City-Wide On-going Elevated Water Storage Tanks-City-Wide City-Wide On-going Mary Rhodes I Assessment& Improvements Outside City Limits September 2025 Mary Rhodes I System Improvements Outside City Limits September 2025 Mary Rhodes 11 System Improvements (Bank Erosion) Outside City Limits November 2029 Nueces Bay Blvd/Poth Lane Waterline 1 May 2026 Nueces River Raw Water Pump St.Transmission Main 1 September 2025 ONSWTP Clearwell No. 3 1 March 2026 ONSWTP Filtration Sys Hydraulic Improvements 1 October 2026 ONSWTP Raw Water Influent&Chemical Fac. Imps 1 June 2027 ONSWTP Sedimentation Basin Improvements- Pre-Sedimentation Dredging 1 September 2025 SH286 Water Line Replacement Outside City Limits February 2026 Wesley Seale Dam Dewatering System&Spillway Gates Rehabilitation Outside City Limits September 2027 Wesley Seale Dam Instrumentation Rehabilitation Outside City Limits October 2025 TOTAL UNDER CONSTRUCTION 16 68 1 • - �` d . COUNCIL CONSTRUCTION PROJECT DISTRICT START 16"Water Main Extension-Hwy 286 to Alameda 1 February 2026 Choke Canyon Dam Sluice Gate No.3 Replacement Outside City Limits December 2025 Corpus Christi Water Parking Lot Improvements 1/3 TBD Corpus Christi Water Warehouse 3 December 2025 E. Navigation Blvd Water Line Replacement 1 February 2026 Flour Bluff 18" Line Extension 4 December 2025 Inner Harbor Water Treatment Campus 1 January 2026 Leopard St/Up River Road Water Line 1 March 2026 ONSWTP Chlorine System Improvements 1 TBD ONSWTP Electrical Generation & Distribution Improvements 1 TBD ONSWTP Flocculation Upgrades& Baffling in Basins 1&2 1 TBD ONSWTP Fluoride System Improvements 1 TBD ONSWTP Navigation Pump Station Improvements 1 April 2026 ONSWTP Recycle Pond Improvements (Design Only) 1 Design Only ONSWTP Security Upgrade-Security Concrete Fence 1 TBD ONSWTP Solids Handling& Disposal Facility 1 September 2027 Sand Dollar Connection Line 16" (Coral Vine) 4 TBD South Side Water Transmission Grid Completion City-Wide August 2026 South Side Water Transmission Main Cathodic Protection Improvements City-Wide TBD Waterline Extension to Padre Island 4 TBD TOTAL IN DESIGN 20 COUNCIL DESIGN PROJECT DISTRICT START Corpus Christi Water Open Storage Yard 3 TBD Lake Texana Dam and Channel Repairs Outside City Limits TBD Nueces River Raw Water Pump Station Piping and System Upgrades 1 September 2025 ONSWTP Electrical Reliability Upgrades 1 TBD ONSWTP Site Infrastructure Improvements 1 TBD ONSWTP Third Treatment Train 1 TBD Reclaimed Water Infrastrucure City-Wide TBD SH358 Water Line Relocation 3/4 TBD Water- Developer Participation Projects City-Wide TBD Water Street Water Line Improvements 1 TBD TOTAL PREDESIGN 10 GRAND TOTAL 50 69 ----� %, ® :s I® �M ���, _� �, ,� \m--�=' GO�yQUS CyR�s J �- FY 2025 3rd Quarter Budget and Financial Sep%PG43, 2025 1 CITY OF CORPUS CHRISTI u a rte r 3 ReportQ � Overview FY 2025 Third Quarter financial report for the FY 2024-2025 period October 1, 2024 through June 30, 2025 Report Financial Policies and City Charter require the City Manager to provide Quarterly updates on City financial progress All financial information is already assumed in the FY 2025 estimates and in the FY 2026 Adopted Budget. General Fund Revenues •_ ($in Millions) Annual 3 rd Quarter 3 rd Quarter Variance Budget Budget Actuals Property Tax(1) $104.4 $102.5 $104.0 $1.5 Sales Tax 72.7 54.0 54.8 0.8 Industrial District In-Lieu(2) 25.8 25.8 24.1 (1.7) (1) Property Tax collections Franchise Fees and Other Taxes 16.9 10.9 10.5 (0.4) came in earlier than planned; Public Safety 17.3 11.2 13.2 2.0 Collections are highest Oct- Solid Waste 47.2 35.4 37.7 2.3 Feb. Interest,Interfund and Intergovernmental 20.4 16.2 16.4 0.2 (2) Industrial District In-Lieu Municipal Court 6.0 4.4 4.4 0.0 will be under budget for the year due to protested values Recreation Revenues 4.8 2.9 2.8 (0.1) coming in lower than Other Revenues 18.9 14.3 15.6 1.3 planned. Total $334.4 $277.6 $283.5 $5.9 31d Quarter Actual Revenues $283.5M Recreation Revenues, Other Revenues, Municipal Court, $2.8, 1% $15.6, 5% y/. $4.4, 2% Interest, Interfund & Intergovernmental, $16.4,6% Property 04 0 Solid Waste, $37.7,13% Public Safety, $13.2, 5% L Sales Tax' llllll� Franchise Fees and Other/ Taxes, $10.5,4% 6�L Industrial District- In- Lieu, $24.1 ,8% Revenues through June / 2025, General Fund Expenses •_ ($in Millions) Annual 3 rd Quarter 3 rd Quarter Variance Budget Budget Actuals Public Safety $182.0 $129.1 $126.3 $2.8 Solid Waste 37.1 27.2 23.0 4.2 Streets 43.3 31.8 32.0 (0.2) (1) Other includes a budget General Government 34.0 24.7 22.3 2.4 for Industrial District In-Lieu Other(1) 22.9 17.5 15.1 2.4 refunds of $2.3M that were Parks&Recreation 24.1 16.7 15.4 1.3 budgeted in FY 2025 and recorded in FY 2024. Library 6.3 4.7 4.3 0.4 Health 6.0 4.2 3.7 0.5 Animal Care Services 5.8 4.0 3.5 0.5 Planning&Community Dev 1.3 1.0 0.9 0.1 Total $362.8 $260.9 $246.5 $14.4 3rd Quarter Actual Expenditures $246.5M Animal Care Services, Planning &Community Dev, • $3.5,2% $0.9,0% Health, $3.7,2% Library, $4.3, 2% Parks& Recreation, $15.4,6% Other Revenues, $15.1 , 6% / Public Safety, General Government, $22.3, 9% Streets, 9° Expenditures through / 2025, AnnualBudget $ 19.9m HOT Tax Revenue • Quarter Budget $ 12.9M M-6 Variance 1 .0M • Visit Corpus Christi continues r close monitoring of hotel - t occupancy and visitor volume - - _ Water Fund Revenues $169.6M $123.OM $128.4M $5.4M Annual 3rd Qua - 31d Quarter 31d Quarter Budget Budget Actuals Variance Expenses $181 .7M $114.1 M $102.6M $11 .5M IN 3rd Quarter 3rd Quarter - Actuals Varian �'Wj Corpus Christi Water Wastewater Fund Revenues f, $98.6M $72.9M $72.9M $O.OM Annual Pr3rd Quart er 3rd Quarter 31d Quarter - oBudget BudgetActuals Variance Expenses $116.3M $86AM $81.1 M $5.3M Annual 3rdQuarteq 3rd Quarter 3rd Quarter Budget Budget Actuals Variance T �1 �/Corpus MEN( CC Christi Water 42 Budget initiatives include: ■ Purchase of vehicles for CCPD ■ Purchase of vehicles and equipment for CCFD ■ North Beach Restroom and Parking Facilities Maintenance ■ In-House Street Sweeping Enhancements ■ Vector Equipment and Chemical Enhancements ■ Restructure of Beach Rescue Division FY 2025 Budget Initiatives 14 are completed (All Funds) 25 are on schedule 3 are behind schedule s Capital Improvement .e� F r- . Program R Bond 2024 (38 Projects) ✓ 5 projects are under construction ` ✓ 15 projects are under design '` �� ✓ 18 projects are in pre-design ■ 15 of these are "design only" ' Bond 2022 (32 Projects) I ✓ 6 projects are completed ✓ 7 are under construction ✓ 19 projects are under design 1 I Bond 2020 (42 Projects) ✓ 37 projects are completed ✓ 4 are under construction •' ' • ' ✓ 1 project is "design only" and is currently under design Quarter 3 Report • General Fund revenues are consistent with projections • HOT revenues are consistent with projections Report • Water and Wastewater revenues are consistent with projections • Strong delivery continues with CIP Projects �;�o-= Next Steps •_ M • Preliminary closing of FY 2025 with final adjustments and reconciliations is in progress • The Fourth Quarter Budget Report to be presented in November • Work to begin on the Annual Comprehensive Financial Report (ACFR), aligning with audit timelines and reporting requirements 1 GO�yQUS CyR�s J �- FY 2025 3rd Quarter Budget and Financial Sep%PG43, 2025 1 CITY OF CORPUS CHRISTI CITY OF CORPUS CHRISTI CORPUS CHRISTI WATER TO: Peter Zanoni, City Manager FROM: Nicholas Winkehnann, P.E., Interim Chief Operating Officer COPY: Mayor &City Council DATE: September 19, 2025 SUBJECT: Water Supply Update Corpus Christi Water(CCW)continues to evaluate various supplemental water supply projects. Water Supply Outlook On September 18, City staff met with State Climatologist John Nielson Gammons. He anticipates that the region will experience La Nifia conditions this winter, which could result in below-normal precipitation. He also stated that the current outlook is for neutral conditions later in the spring. This may increase our chance of precipitation. The water supply dashboard has been updated. Due to the low inflows into Lake Corpus Christi, the estimated ti for Level One Water Emergency is November 2026. The model is based on actual 2024 data,which was very conservative. In 2024, the average inflow into Lake Corpus Christi from January I to September 15 was 109 cubic feet per second (CFS) or 217 acre-feet per day. For the same period in 2025, the average inflows were 62 CFS or 123 acre-feet per day,which is 43%less than in 2025. Nueces River Groundwater Wells Project As of today, the current expenditure for the eastern well field project is $15,587,816 and $2,408,669 for the western well field. The state has committed to providing a$30,000,000 grant for this work. Texas Commission on Environmental Quality (TCEQ) granted the Temporary Bed and Banks permit for the City of Corpus Christi's (City) Eastern Wellfield on August 7, 2025. Data and analysis is also being compiled for the submission of a second bed and banks permit, which will be required for the western well field. Intera Incorporated, the City's project hydrogeologist, has estimated that the preliminary data indicates sustainable pumping from the Eastern Well Field is approximately 11 MGD, and 17 MGD from the Western Well Field. The hydrogeologic model continues to be updated and refined as more data is obtained. Water Supply Projects Update Page 2 In the Eastern Well Field, Well Nos. 1 to 7 are complete. The installation of the Well No. 8 permanent pumping assembly is in process, and startup is expected at the end of next week. Crews are also modifying Well No. 1 to seal off lower-quality water in an effort to decrease the overall total dissolved solids (TDS) from the well. The City is currently discharging approximately up to 7 to 8 MGD into the Nueces River in accordance with the approved monitoring plan and in compliance with all State laws. In the Western Well Field, the status is as follows: • Well No. 9—Drilling complete, permanent pump is being designed • Well No. 10 — Drilling complete with test pumping and water quality sampling ongoing through the weekend. • Well No. 11 —Drilling continues • Well field site work continues • Water line and river outfall are currently under design with negotiations for appropriate easements underway Evangeline Groundwater Project CCW is actively negotiating with Evangeline Laguna,with two meetings occurring this week on September 17 and 18. During the City Council Executive Session on September 23, staff will be presenting a final term sheet. CCW will also present professional services contracts with Pape Dawson4lanson to complete the due diligence during the inspection period and conduct preliminary engineering. Due to the emergency situation, staff will be recommending an emergency contract for construction in the coming weeks. HDR has also completed the Mary Rhodes Pipeline (MRP) hydraulic analysis with the estimated inputs from Evangeline. This analysis will be shared with the City's contracted engineers. We expect to have the property survey and the land appraisal complete by the October 10. The contract agreement is expected to be presented at the council meeting on October 14. South Texas Water Authority On September 19, City staff met with leadership from South Texas Water Authority (STWA) to receive an update on their new water supply project. On September 23,STWA Executive Director John Marez will provide the Council with an update to include: • Test well results • Volume projections CCW has not received the information to forward to City Council and expects STWA to provide the requested data on Tuesday. CC Polymers Seawater Desalination Treatment Plant On August 27, City staff met with leadership from CC Polymers. CDM Smith, the City's consultant, has prepared a draft technical memo reviewing the proposal from CC Polymers and has recommended that a condition assessment be completed prior to any agreement. On October Water Supply Projects Update Page 3 7, the City will bring a contract for consideration with CDM Smith to complete a condition assessment of the CC Polymers facility. This contract will be less then the originally provided estimate with a reduced timeline for completion. Harbor Island Seawater Desalination Project City staff will meet with John Byrum, Executive Director of the Nueces River Authority(NRA), to continue discussions regarding a reservation agreement and fee on September 22. On October 7, CCW intends to present a reservation agreement with the NRA to the council for consideration. Reclaimed Water Infrastructure Project Gulf Coast Authority and Ardurra On September 18, City staff met with the Gulf Coast Authority(GCA)to discuss a memorandum of understanding (MOU) related to the effluent reuse project presented by Ardurra at the September 9 council meeting. Another meeting with GCA and Ardurra is set for September 25 to further discuss the project. Garver Garver continues to investigate reclaimed water potential with a focus on the following three options. • Conveyance of effluent and TCEQ permitting to take water to the Nueces River • Aquifer Storage and Recovery • Direct potable reuse Garver has also been communicating with TCEQ to understand any potential requirements for discharging effluent water from one of the wastewater treatment plants into the Nueces River. The summary of alternatives and input on the required permitting is expected to be available within the next couple of weeks. We plan to provide a briefing to discuss the status. EV Ranch Groundwater CCW will meet with leadership from EV Ranch on September 22 to discuss a new business proposal for this potential project.