Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2026-031 - 2/17/2026 - Approved
CONTRACT DOCUMENTS �C FOR CONSTRUCTION OF NORTHSIDE AQUATIC CENTER PROJECT NUMBER 24416 0 1852 Conformed Final Set Kimley-Horn and Associates 5301 Southwest Parkway Austin, Texas 78735 Record Drawing Number : PBG-980 of 5"�P�•"' rFXgs�� Cq i it yt 1� �.�c.Q pr1 K• p q9�'y / SAR4I J. MEN DOZA / °C.....:;..' m —i f... ......129794 � �Y 3616 ONA NSEN�� N�q�F 0 F CO���P 000100 TABLE OF CONTENTS Division/ Title Section Division 00 Preface Documents 00 00 00 Cover Sheet 00 01 00 Table of Contents 00 01 01 Seals Page (Optional) 000102 List of Drawings Division 00 Procurement and Contracting Requirements 00 52 23 Agreement (Rev08-2025) 00 72 00 General Conditions(Rev08-2025) 00 73 00 Supplementary Conditions(Rev08-2o25) Division 01 General Requirements 01 11 00 Summary of Work(Rev08-2025) 01 23 10 Alternates and Allowances(Rev08-2025) 01 29 01 Measurement and Basis for Payment (Rev 08-2025) 01 33 01 Submittal Register(Rev 08-2025) 01 35 00 Special Procedures (Rev08-2025) 01 50 00 Temporary Facilities and Controls(Rev08-2025) 01 57 00 Temporary Controls (Rev08-2025) Part S Standard Specifications 21 Site Preparation 02 10 80 Removing Abandoned Structures 22 Earthwork 02 20 20 Excavation and Backfill for Utilities 02 20 21 Control of Ground Water 02 20 22 Trench Safety for Excavations 02 24 20 Silt Fence 0256 Concrete Work 02 56 10 Concrete Curb and Gutter 02 56 12 Concrete Sidewalks and Driveways 02 56 14 Concrete Curb Ramps Table of Contents 00 0100- 1 Northside Aquatic Center—Project Number 24416 Rev 08/2025 Division/ Title Section 02 56 20 Portland Cement Concrete Pavement 0258 Traffic Controls& Devices 02 58 07 Pavement Markings (Paint and Thermoplastic) 02 58 13 Preformed Thermoplastic Striping, Words& Emblems 02 58 16 Raised Pavement Markings 26 Utilities 02 62 01 Waterline Riser Assemblies 02 62 02 Hydrostatic Testing of Pressure Systems 02 62 04 PVC Pipe—Pressure Pipe for Wastewater Force Mains, Irrigation Systems, and Transmission Lines—ASTM D2241 02 62 10 PVC Pipe—(AWWA C900 and C905 Pressure Pipe for Municipal Water Mains and Wastewater Force Mains 02 62 14 Grouting Abandoned Utility Lines 02 64 02 Waterlines 02 64 04 Water Service Lines 02 64 09 Tapping Sleeves and Tapping Valves 02 64 11 Gate Valves for Waterlines 02 64 16 Fire Hydrants 0272 Wastewater and Stormwater General 02 72 02 Manholes 02 72 03 Vacuum Testing of Wastewater Manholes and Structures 0274 Storm Water 027402 Reinforced Concrete Pipe Culverts 02 74 04 Concrete Box Culverts 0276 Wastewater(Gravity) 02 76 02 Gravity Wastewater Lines 050 Metals 05 54 20 Frames, Grates, Rings, & Covers Part T Technical Specifications Division 01 General Requirements 01300 Submittals 01340 Shop Drawings, Product Data, and Samples Table of Contents 00 0100-2 Northside Aquatic Center—Project Number 24416 Rev 08/2025 Division/ Title Section 01410 Testing Laboratory Services 01600 Materials and Equipment 01610 Hazardous Materials 01630 Substitutions and Product Options 01700 Project Closeout 01710 Cleaning Up Division 02 Sitework 02100 Site Preparation/Tree Protection Fencing 02200 Earthwork 02361 Termite Control 02380 Drilled Piers 02630 Polyvinyl Chloride Pipe Storm Drains 02825 Vinyl Coated Chain Link Fencing 02900 Tree, Shrub, And Groundcover Planting 02930 Turfgrass Planting Division 03 Concrete 03010 Concrete for Pool Structures (Cast-In-Place) 03100 Concrete Formwork 03200 Concrete Reinforcement 03250 Metal Fasteners and Bolts for Concrete 03310 Cast-In-Place Concrete (Site) 03361 Pneumatically Placed Concrete for Swimming Pools Division 04 Masonry 04100 Mortar and Masonry Grout 04210 Brick Masonry Units 04711 Cast-Stone Masonry 04810 Unit Masonry Assemblies Table of Contents 00 0100-3 Northside Aquatic Center—Project Number 24416 Rev 08/2025 Division/ Title Section Division 06 Wood and Plastic 06100 Rough Carpentry 06105 Miscellaneous Carpentry 06200 Finish Carpentry 06402 Interior Architectural Woodwork 06611 Solid Surfacing Fabrications Division 07 Thermal and Moisture Protection 07110 Concrete Sealer for Buildings 07130 Below Grade Vapor Retarder—Main/Filtration Building on Grade Slab 07131 Self-Adhering Sheet Waterproofing for Below Pump Pit Walls—Filtration Building 07132 Pre-Applied Sheet Membrane Waterproofing—Filtration Building Below Pump Pit 07150 PVC Water Stops—Filtration Building 07210 Building Insulation 07211 Foam Insulation Board 07280 Fluid Applied Membrane Air and Water Barriers 07411 Metal Roof Panels 07412 Horizontal Metal Wall Panel 07413 Vertical Metal Wall Panel 07429 Metal Soffit and Liner Panels 07552 Self-Adhered Roofing Underlayment 07620 Flashing and Sheet Metal 07712 Manufactured Gutters and Downspouts 07720 Roof Accessories 07900 Joint Sealants(Site) 07920 Joint Sealants(Buildings) Division 08 Doors and Windows 08110 Hollow Metal Doors and Frames 08161 Fiberglass Doors and Frames 08411 Aluminum-Framed Storefronts 08710 Door Hardware 08900 Fixed Horizontal Louvers Table of Contents 00 0100-4 Northside Aquatic Center—Project Number 24416 Rev 08/2025 Division/ Title Section Division 09 Finishes 09250 Gyp Board 09671 Breathable Decorative Quartz Flooring and Wall Base 09772 Decorative Fiberglass Reinforced Wall Panels 09910 Painting Building Division 10 Specialties 10155 Solid Plastic Toilet Compartments 10211 Solid Plastic Shower Compartments 10440 Fire Extinguishers 10505 Solid Plastic Lockers 10730 Protective Covers 10800 Toilet Room Accessories Division 13 Swimming Pool 13150 Swimming Pool 13153 Swimming Pool Cementitious Finish 13154 Swimming Pool Tile 13155 Waterslides Division 15 Mechanical 15010 Basic Mechanical Requirements 15055 Cutting and Patching 15060 Electrical Work 15140 Supports and Anchors 15190 Mechanical Identification 15260 Piping Insulation 15290 Ductwork Insulation 15410 Plumbing Piping 15430 Plumbing Specialties 15440 Plumbing Fixtures 15450 Plumbing Equipment 15535 Refrigeration and Piping Specialties 15787 Split System Air Conditioning Units Table of Contents 00 0100-5 Northside Aquatic Center—Project Number 24416 Rev 08/2025 Division/ Title Section 15870 Power Ventilators 15885 Air Cleaning 15890 Ductwork 15910 Ductwork Accessories 15936 Air Outlets and Inlets 15990 Testing, Adjusting and Balancing Division 16 Electrical 16010 General Requirements for Electrical Work 16111 Raceways and Fittings 16112 Surface Raceways 16120 Wire and Cable 16130 Boxes 16141 Wiring Devices 16160 Cabinets and Enclosures 16195 Electrical Identification 16450 Grounding and Bonding 16461 Transformers 16471 Panelboards 16483 Motor Starters 16485 Contactors 16491 Disconnect Switches 16503 Poles and Standards 16510 Lighting Fixtures 16535 Emergency Lighting Equipment Appendix All Testing Reports as Applicable 1 Geotechnical Subsurface Investigation and Recommendations for the Proposed Northside Aquatic Center—Report Number: G124384, Dated: November 18, 2024 END OF SECTION Table of Contents 00 0100-6 Northside Aquatic Center—Project Number 24416 Rev 08/2025 100% CONSTRUCTION DOCUMENTS NORTHSIDE AQUATIC CENTER SECTION 00000 TABLE OF CONTENTS s ••rgsrrr s* . , DARREN BEVARD , .............................:..... 104309 yy�F 4��ENSEO•.•\��� �rtiyS�ONAL EN�-� 08/22/2025 NORTHSIDE AQUATIC CENTER COUNSILMAN-HUNSAKER—AQUATIC CONSULTANTS 100% Construction Documents TECHNICAL SPECIFICATION SECTIONS DIVISION/SECTION DIVISION 13—SPECIAL CONSTRUCTION SECTION 13150 SWIMMING POOLS SECTION 13153 SWIMMING POOL CEMENTITIOUS FINISH SECTION 13154 SWIMMING POOL TILE SECTION 13155 WATERSLIDES END OF SECTION 00000 Counsilman-Hunsaker Table of Contents August 2025 00000-1 0 DATE /Y(MM/DDYYY) �A� � CERTIFICATE OF LIABILITY INSURANCE 2/19/2026 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CN A O MENTACT : C ndl Kirk The Baldwin Group Southwest LLC PHONE FAx 2255 Ridge Rd, Ste 333 A/c No Ext: 972-771-4071 AC, c No):972-771-4695 Rockwall TX 75087 ADDRESS: certs2.southwest@baldwin.com INSURER(S)AFFORDING COVERAGE NAIC# License#:BR-1796913 INSURERA: Greenwich Insurance Company 22322 INSURED STBPINC-03 INSURER B:XL Insurance America, Inc 24554 STBP, Inc. DBA South Texas Building Partners INSURERC:Texas Mutual Insurance Company 22945 601 Everhart Rd INSURER D: Evanston Insurance Company 35378 Corpus Christi TX 78412 INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER:1126344177 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR I POLICY NUMBER MM/DD/YYYY MM/DD/YYYY B X COMMERCIAL GENERAL LIABILITY AGG7479912 7/20/2025 7/20/2026 EACH OCCURRENCE $1,000,000 CLAIMS-MADE OCCUR DAMAGE TO RENTED PREMISES Ea occurrence $100,000 MED EXP(Any one person) $5,000 PERSONAL&ADV INJURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 POLICY L/'-1 PRO LOC PRODUCTS-COMP/OP AGG $2,000,000 OTHER: $ A AUTOMOBILE LIABILITY AAG8000135 7/20/2025 7/20/2026 COMBINidED SINGLE LIMIT $1,000,000 Ea accent X ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS X HIRED X NON-OWNED PROPERTY DAMAGE $ AUTOS ONLY AUTOS ONLY Per accident B X UMBRELLALIAB X OCCUR AUU7479913 7/20/2025 7/20/2026 EACH OCCURRENCE $5,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED X RETENTION$ $ C WORKERS COMPENSATION 0001240352 7/20/2025 7/20/2026 X PER OTH- AND EMPLOYERS'LIABILITY Y/N STATUTE ER ANYPROPRIETOR/PARTNER/EXECUTIVE E.L.EACH ACCIDENT $1,000,000 ❑ OFFICER/MEMBER EXCLUDED? N/A (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $1,000,000 D Excess Liability ANE4544734.25 7/20/2025 7/20/2026 Excess Liability 5,000,000 D Contractor's Pollution Liability EX2S314363 7/20/2025 7/20/2026 Each Claim/Aggregate 1,000,000 Contractor's Professional Each Claim/Aggregate 2,000,000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) The General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status.The endorsement's wording includes both the insured's Ongoing and Completed Operations. The General Liability and Auto Liability policies contains an endorsement with"Primary and Noncontributory"wording. The Business Auto and Contractor's Pollution Liability policies include blanket automatic additional insured endorsement that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. See Attached... CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Corpus Christi-Procurement ACCORDANCE WITH THE POLICY PROVISIONS. 1201 Leopard St City Hall First Floor AUTHORIZED REPRESENTATIVE Corpus Christi TX 78469-9277 _ � -- @ 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: STBPINC-03 LOC#: ACC o ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED The Baldwin Group Southwest LLC STBP, Inc. DBA South Texas Building Partners POLICY NUMBER 601 Everhart Rd Corpus Christi TX 78412 CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE The General Liability, Business Auto Liability,Workers Compensation,and Pollution Liability policies include blanket automatic waiver of subrogation endorsements that provide this feature,only when there is a written contract between the named insured and the certificate holder that requires it. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS AND EXCLUSIONS RE:City of Corpus Christi—Northside Aquatic Center RFB/Contract No.6835 Project No.24416 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 72/19/2026 (MM/DDYYY) A�" EVIDENCE OF PROPERTY INSURANCE /Y THIS EVIDENCE OF PROPERTY INSURANCE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE ADDITIONAL INTEREST NAMED BELOW.THIS EVIDENCE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS EVIDENCE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE ADDITIONAL INTEREST. AGENCY PHONE COMPANY IC No Ext:972-771-4071 The Baldwin GroupSouthwest LLC Transguard Insurance Company o 4200 Six Forks Road 2255 Ridge Rd,Ste 333 Raleigh,NC 27609 Rockwall,TX 75087 License#:BR-1796913 A/C No):972-771-4695 p DRIESS: CODE: SUB CODE: AGENCY CUSTOMER ID#: INSURED LOAN NUMBER POLICY NUMBER STBP,Inc. 601 Everhart Rd IMP4001475 02 Corpus Christi TX 78412 EFFECTIVE DATE EXPIRATION DATE CONTINUED UNTIL 07/20/2025 07/20/2026 El TERMINATED IF CHECKED THIS REPLACES PRIOR EVIDENCE DATED: PROPERTY INFORMATION LOCATION/DESCRIPTION Builders Risk Monthly Reporting Form.New Construction and Non-Structural Renovations under course of construction and submitted in monthly reports from insured Limits per construction types. THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS EVIDENCE OF PROPERTY INSURANCE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. COVERAGE INFORMATION PERILS INSURED I I BASIC BROAD I X I SPECIAL COVERAGE/PERILS/FORMS AMOUNT OF INSURANCE DEDUCTIBLE Any one Frame or Joisted Masonry structures located in Tier 1 or 2 Windstorm Hazard Zones 1,500,000 1,000 Any one Frame or Joisted Masonry structures located outside Tier 1 or 2 Windstorm Hazard Zones 2,500,000 1,000 Any one Non-Combustible Structure structures located in Tier 1 or 2 Windstorm Hazard Zones 5,000,000 1,000 Any one Non-Combustible Structure structures located outside Tier 1 or 2 Windstorm Hazard Zones 5,000,000 1,000 Any one Masonry Non-Combustible, Modified Fire Resistive or Fire Resistive structures located in Tier 1 or 2 5,000,000 1,000 Windstorm Hazard Zones 10,000,000 1,000 Any one Masonry Non-Combustible, Modified Fire Resistive or Fire Resistive Structures outside of Tier 1 or 2 250,000 1,000 Windstorm Hazard Zones 250,000 1,000 Temporary Storage 500,000 50,000 Property in Transit 5%50,000 Min Flood Coverage Zone C,and X Unshaded 3%25,000 Min Windstorm or Hail Tier 1 High Hazard Windstorm Areas 2% 10,000 Min Windstorm or Hail Tier 2 High Hazard Windstorm Areas Windstorm or Hail all others REMARKS(including Special Conditions RE:City of Corpus Christi—Northside Aquatic Center RFB/Contract No.6835 Project No.24416 CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. ADDITIONAL INTEREST NAME AND ADDRESS ADDITIONAL INSURED H LENDER'S LOSS PAYABLE LOSS PAYEE MORTGAGEE LOAN# City of Corpus Christi-Procurement 1201 Leopard St City Hall First Floor AUTHORIZED REPRESENTATIVE Corpus Christi,TX 78469-9277 _ ACORD 27(2016/03) ©1993-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD C , CM 774 00 61 13 PERFORMANCE BOND BOND NO. 4410048 Contractor as Principal Surety Name:STBP,Inc.dba South Texas Building Name: FCCI Insurance Company Partners Mailing address(principal place of business): Mailing address(principal place of 6300 University Parkway i business): Sarasota, FL 34240-8424 601 Everhart Rd. Corpus Christi, TX 78412 Physical address(principal place of business): i Owner 6300 University Parkway Sarasota, FL 34240-8424 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Florida Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Northside Aquatic Center 24416 (800)226-3224 Telephone(for notice of claim): (800)226-3224 Local Agent for Surety Name:Cokinos Bond Agency,LLC Award Date of the Contract:February 17, 2026 Address: 1337 W.43rd Street,Suite 105 Houston,TX 77018 Contract Price: $8 709,077.22 Bond Telephone:(832)683-9193 Email Address: hnoles@cokinosbond.com Date of Bond: February 20,2026 The address of the surety company to which any notice of claim should be sent may be obtained (Date of Bond cannot be earlier than Award Date from the Texas Dept. of Insurance by calling the of the Contract) following toll free number.1-800 252-3439 Performance Bond 00 61 13-1 Rev 5/2025 RFB 6835 Northside Aquatic Center 24416 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work through the Warranty Period required by the Contract Documents then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. The Contract Documents between Owner and Contractor is incorporated by reference into this Statutory Performance Bond,pursuant to Chapter 2253 of the Texas Government Code. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code,as amended,and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas. Surety agrees to be bound by the mediation clause in Article 22 of the Contract Documents between Owner and Contractor,said Contract Documents are incorporated by reference in this Bond. Contractor a Prini In Pc.dtba S outh Texas Surety dng n Signature ers Signatu I I s r cz a Name: ILName: Heather Noles Title: 1 r��!��iYl 4- Title: Attorney-in-Fact Email Address: ✓VT GQ /F�,.,j -b,o. �pyY1 Email Address: hnoles@cokinosbond.com (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 00 61 13-2 Rev 5/2025 RFB 6835 Northside Aquatic Center 24416 FCCI GRUM GROUPP GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the"Corporation")does make, constitute and appoint: Taylor Mann; Kyle Cokinos; Heather Noles Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of(not to exceed$30,000,000.00): $30,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof, the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July 2020 . ?S Attest: Christina D.Welch, President LL, ° `;'{'__ Christopher Shoucair, SEAL FCCI Insurance Company ,,,, EVP, CFO, Treasurer, Secretary •'•.•A,4OR1p .'' FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. c My commission expires: 2/27/2027 PEGGYStM Z + Cwvrh"aRH32M Notary Public OP M1b'Ar EVhs February 27.2W State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 ...�, co� ees�s Ve' �aF�,wy27,2W Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 20th day of February 2026 C Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1-10NA-3592-NA-04, 7/2021 i CM 00 61 16 PAYMENT BOND BOND NO. 4410048 Contractor as Principal Surety Name: STBP,Inc.dba South Texas Building Name: FCC[Insurance Company Partners Mailing address(principal place of business): Mailing address(principal place of 6300 University Parkway business): 601 Everhart Rd. Sarasota,FL 34240-8424 Corpus Christi, TX 78412 Physical address(principal place of business): Owner 6300 University Parkway Sarasota,FL 34240-8424 Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Florida Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone(main number): Northside Aquatic Center 24416 (800)226-3224 Telephone(for notice of claim): (800)226-3224 Local Agent for Surety Name:Cokinos Bond Agency, LLC Award Date of the Contract: February 17, 2026 Address: 1337 W.43rd Street,Suite 105 Houston,TX 77018 Contract Price:$8,709,077.22 Bond Telephone: (832)683-9193 Email Address:hnoles@cokinosbond.com Date of Bond: February 20, 2026 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll free number.1-800-252-3439 Payment Bond Form 00 61 16-1 5/2024 RFB 6835 Northside Aquatic Center 24416 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs,administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract Documents then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same e t as if it were copied at length herein. Venue shall lie exclusively in Nueces C nty, Te s for any egal ction. Contractor as Principal ST�P,Inc.dba South Texas Surety F Insura e n B i.I i g Partners Signature: Signat re: Name: Name: eather Notes Title: �Y�S�'t.��Yl Title: Attorney-in-Fact Email Address: yyt � �P.Go,�-j Email Address: hnoles@cokinosbond.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16-2 5/2024 RFB 6835 Northside Aquatic Center 24416 IMPORTANT NOTICE To obtain information or make a complaint: You may call FCCI Insurance Group's(FCCI)*toll-free telephone number for information or to make a complaint at 1-800-226-3224. You may also write to FCCI Insurance Group Compliance Department e-mail at StateComplaintspfcci-group.com_. For Claims, you may write to FCCI Insurance Group Claim Department e-mail at newclaim(a)fcci-group.coni. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights or complaints at 1-800-252-3439. You may write the Texas Department of Insurance: PO Box 149104 Austin TX 78714-9104 Fax: 1-512-490-1007 Web: http://www.tdi.texas.gov E-mail: Con sumerProtectionsptdi.texas.gov PREMIUM OR CLAIM DISPUTES Should you have a dispute concerning your premium or about a claim you should contact FCCI first. If the dispute is not resolved, you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR BOND This notice is for information only and does not become a part or condition of the attached documents. *The FCCI Insurance Group includes the following insurance carriers: Brierfield Insurance Company, FCCI Advantage Insurance Company, FCCI Commercial Insurance Company, FCCI Insurance Company, Monroe Guaranty Insurance Company, and National Trust Insurance Company. 1-BD-TX-21690-NTP-07 15 Page 1 of 1 Copyright 2015 FCC[ Insurance Group. FCC IGROUP CL' GENERAL POWER OF ATTORNEY Know all men by these presents: That the FCCI Insurance Company, a Corporation organized and existing under the laws of the State of Florida (the"Corporation")does make, constitute and appoint: Taylor Mann; Kyle Cokinos; Heather Noles Each, its true and lawful Attorney-In-Fact, to make, execute, seal and deliver, for and on its behalf as surety, and as its act and deed in all bonds and undertakings provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed the sum of(not to exceed$30,000,000.00): $30,000,000.00 This Power of Attorney is made and executed by authority of a Resolution adopted by the Board of Directors. That resolution also authorized any further action by the officers of the Company necessary to effect such transaction. The signatures below and the seal of the Corporation may be affixed by facsimile, and any such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached. In witness whereof,the FCCI Insurance Company has caused these presents to be signed by its duly authorized officers and its corporate Seal to be hereunto affixed, this 23rd day of July s 2020. Attest: �— otXN0f?,1r'.•'q-: l U j U;' ••,9 Christina D.Welch, President :�: :a Christopher Shoucair, LL: {° EVP, CFO, Treasurer, Secretary FCCI Insurance Company SEAL - Y F<oa�oP•:` :' FCCI Insurance Company State of Florida County of Sarasota Before me this day personally appeared Christina D. Welch, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 e'�'• PEGGYSNOW C61^� �Vv C0MMi"W#ffl32W Notary Public Expfrea FeMuary 27,2037 State of Florida County of Sarasota Before me this day personally appeared Christopher Shoucair, who is personally known to me and who executed the foregoing document for the purposes expressed therein. My commission expires: 2/27/2027 !*`; PE g comnOM GYSNOW C- 00-4 Exphsrobaery21,2027 Notary Public CERTIFICATE I, the undersigned Secretary of FCCI Insurance Company, a Florida Corporation, DO HEREBY CERTIFY that the foregoing Power of Attorney remains in full force and has not been revoked; and furthermore that the February 27, 2020 Resolution of the Board of Directors, referenced in said Power of Attorney, is now in force. Dated this 20th day of February 2026 C0�1� Christopher Shoucair, EVP, CFO, Treasurer, Secretary FCCI Insurance Company 1-IONA-3592-NA-04, 7/2021 bus 0 G E v 1852 00 52 23 AGREEMENT This Agreement,for the Project awarded on February 17, 2026, is between the City of Corpus Christi (Owner) and South Texas Building Partners(Contractor). Owner and Contractor agree as follows: WORK Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Northside Aquatic Center Project Number 24416 DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE The Project has been designed by: Kimley-Horn and Associates 5301 Southwest Parkway Building 2,Suite 100 Austin,TX 78735 morgan.depine@kimley-horn.com The Owner's Authorized Representative for this Project is: Joseph Johnson Assistant Director of Construction Management 1201 Leopard Street Corpus Christi,TX 78401 JosephJ2@cctexas.com CONTRACT TIMES Contract Times A. The Work is required to be substantially completed within 365 days(this includes 60 days of extra lead time for materials due to current market conditions) after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions within 395 days after the date when the Contract Times commence to run. B. Performance of the Work is required as shown in Paragraph 7.02 of the General Conditions. Agreement 00 52 23-1 [Northside Aquatic Center—Project Number 24416] Rev 09/2025 C. Milestones,and the dates for completion of each,are as defined in Section 0135 00 SPECIAL PROCEDURES. Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly,instead of requiring any such proof,Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner$400 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 17.16 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times, B. Owner is not required to only assess liquidated damages,and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. CONTRACT PRICE Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 15.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids,and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 8,709,077.22 PAYMENT PROCEDURES Submit Applications for Payment in accordance with Article 17 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23-2 [Northside Aquatic Center—Project Number 24416] Rev 09/2025 Progress Payments;Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to the full amount of the total earned value to date for completed Work minus the retainage listed below and properly stored materials will be made prior to Substantial Completion. 1. The standard retainage is 5 percent. C. Payment will be made for the amount determined per Paragraph 5.02.6, less the total of payments previously made and less set-offs determined in accordance with Paragraph 17.01 of the General Conditions. D. At the Owner's option,Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 17.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 17.16 of the General Conditions upon Final Completion and acceptance of the Work. INTEREST ON OVERDUE PAYMENTS AND RETAINAGE The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. Invoices must comply with Article 17 of the General Conditions. Except as specified in Article 5,the Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. CONTRACTOR'S REPRESENTATIONS The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress,and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23-3 (Northside Aquatic Center—Project Number 24416] Rev 09/2025 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site;and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site;and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information,observations, and documents on: 1. The cost,progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations,explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site,reports and drawings identified in the Contract Documents,and all additional examinations, investigations,explorations,tests,studies,and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. M. CONTRACTOR SHALL INDEMNIFY, DEFEND AND HOLD HARMLESS THE OWNER'S INDEMNITEES IN ACCORDANCE WITH PARAGRAPH 7.14 OF THE GENERAL CONDITIONS AND THE SUPPLEMENTARY CONDITIONS. Agreement 00 52 23-4 [Northside Aquatic Center—Project Number 24416] Rev 09/2025 ACCOUNTING RECORDS Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 15.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts,vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. CONTRACT DOCUMENTS Contents: A. The Contract Documents consist of the following: 1. Solicitation documents. 2. Specifications,forms,and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 3. Drawings listed in the Sheet Index. 4. Addenda. 5. Exhibits to this Agreement: a. Contractor's Bid Form. 6. Documentation required bythe Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified,or supplemented as provided in Article 11 of the General Conditions. Agreement 00 52 23-5 [Northside Aquatic Center—Project Number 24416] Rev 09/2025 CONTRACT DOCUMENT SIGNATURES ATTEST CITY OF CORPUS CHRISTI kebwa 1fwl-ta 9K" r11-1(MI,19,20261014s. Jeff Edmonds(Mar 19,2026 08:47:24 CDT) Rebecca Huerta 03/19/2026 Jeffrey Edmonds,P.E 03/19/2026 City Secretary Director of Engineering Services M2026-014 AUTHORIZED APPROVED AS TO LEGAL FORM: BY COUNCIL 2/17/2026 • RH/SB Francis od ar 19. 026 08:3 Assistant City Attorney 03/19/2026 ATTEST(IF CORPORATION) C NTRACTOR = (Seal Below) By: Matt Eze 'Note: Attach copy of authorization to sign if Title: President person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief 601 Everhard Rd Financial Officer Address Corpus Christi Texas 78412 City State Zip 361-299-5462 Phone Fax mce@stbp.com Email END OF SECTION Agreement 00 52 23-6 [Northside Aquatic Center—Project Number 24416] Rev 09/2025 e j .. ' . :.....,� ` ` , '� •�' v v• � ro RFB 6835 RFB 6835 Northside Aquatics Center 24416 Report Created On: 11/24/2025 8:34:28 PM PROJECT: RFB 6835 RFB 6835 Northside Aquatics Center 24416 RFB 6835 BIDDER: STBP, Inc. TOTAL BID: $8,709,077.22 COMPLETION TIME: Not Required BIDDER INFO: PO Box 2461 Corpus Christi,TX 78403 P: 3612995462 F: CIVCAS, RFB 6835 RFB 6835 Northside Aquatics Center 24416 Report Created On: 11/24/2025 8:34:28 PM BID TOTALS BASE BID Total Part A- General $8,102,623.22 Part B- Parking Lot $0.00 Part C-ADA Improvements $7,040.00 Part D- Drainage Improvements $171,130.00 Part E-Water Improvements $144,284.00 Part F-Wastewater Improvements $34,000.00 Part G-Allowances $250,000.00 Total $8,709,077.22 Part A-General No. Description Unit Qty Unit Price Ext Price Part A- General Mobilization (Maximum 5%) LS 1 $437,474.00 $437,474.00 Part A- General Bonds and Insurance LS 1 $241,280.00 $241,280.00 Part A- General Storm Water Pollution Prevention LS 1 $1,400.00 $1,400.00 Part A- General Site Furnishings and Miscellaneous LS 1 $70,130.00 $70,130.00 Items Part A- General Site and Utility Demolition LS 1 $72,685.00 $72,685.00 Part A- General Site Preparation, Excavation,and Select LS 1 $352,800.00 $352,800.00 Fill PartA- General Bathhouse/Administrative/Filtration LS 1 $3,018,379.00 $3,018,379.00 Building Part A- General Open Body Flume Slide LS 1 $0.00 $0.00 Part A- General 6-Lane Lap Pool SF 1 $2,763,886.00 $2,763,886.00 Part A- General Twilite Shade Structure EA 4 $34,115.00 $136,460.00 Part A- General 20'X 30' Hip Shade Structure EA 1 $0.00 $0.00 Part A- General 4"Concrete Sidewalk SF 4350 $85.00 $369,750.00 Part A- General 5"Concrete Pool Deck SF 16400 $12.71 $208,444.00 Part A- General 8'Vinyl Coated Chain Link Fencing LF 490 $107.52 $52,684.80 Part A- General Sight Lighting and Electrical Service to LS 1 $0.00 $0.00 Site CIVCAST RFB 6835 RFB 6835 Northside Aquatics Center 24416 Report Created On: 11/24/2025 8:34:28 PM Part A- General Pool Deck Drainage System LS 1 $55,000.00 $55,000.00 19207046 Plant Material(3 Gal)(Shrub) EA 77 $1,815.27 $139,775.79 1927058 6046- Plant Material (Min.3" CAL)(B&B) EA 18 $0.00 $0.00 1927026 7026- Plant Material (1 Gal) EA 30 $0.00 $0.00 1627008 6047-Sodding, Bermuda SF 57942 $0.00 $0.00 1927016 6015- Landscape Edge LF 5.6 $0.00 $0.00 1927065 6053- Plant Material (Min 8'Trnk HT) EA 15 $0.00 $0.00 (Palm) 1927004 6014- Plant Soil Mix CY 123 $0.00 $0.00 1707001 7002-Irrigation System(TY 1) EA 1 $47,755.00 $47,755.00 5067034 6034-Construction Perimeter Fence LF 1609 $9.77 $15,719.93 5067020 6020-Construction Exits(Install)(TY 1) SY 143 $97.90 $13,999.70 5067039 6038-Temp SEDMT Cont Fence(Install) LF 1593 $0.00 $0.00 5067040 6047-Temp SEDMT Cont Fence(Inlet LF 178.5 $0.00 $0.00 Protection) 4657337 6184-Inlet(Compl)(Grate)(TY 5) EA 4 $3,750.00 $15,000.00 Part A- General 6002-4" Ductile Iron Pipe LF 600 $150.00 $90,000.00 Subtotal: $8,102,623.22 Part B- Parking Lot No. Description Unit Qty Unit Price Ext Price 3607001 6001 -Conc PVMT(Cont Reinf-CRCP) SY 4277 $0.00 $0.00 (7„) 5297002 6038-Curb(Type 11-A) LF 1499 $0.00 $0.00 Subtotal: $0.00 Part C-ADA Improvements No. Description Unit Qty Unit Price Ext Price 1947006 7006- Roadside Amenity(ADA Parking EA 4 $1,760.00 $7,040.00 Sign and Striping) Subtotal:$7,040.00 Part D- Drainage Improvements CIVCAST RFB 6835 RFB 6835 Northside Aquatics Center 24416 Report Created On: 11/24/2025 8:34:28 PM No. Description Unit Qty Unit Price Ext Price 0465 7002 6067-4' Manhole EA 2 $4,500.00 $9,000.00 4647005 6003- RC Pipe(CL III)(18 IN) LF 824 $170.00 $140,080.00 4647003 6005- RC Pipe(CL III)(24 IN) LF 105 $210.00 $22,050.00 Subtotal: $171,130.00 Part E-Water Improvements No. Description Unit Qty Unit Price Ext Price Part E-Water City of CC Bid Item Section 026411 3" EA 1 $3,000.00 $3,000.00 Improvements Gate Valve Part E-Water City of CC Bid Item Section 026411 6" EA 1 $4,500.00 $4,500.00 Improvements Gate Valve Part E-Water City of CC Bid Item Section 026411 8" EA 1 $12,000.00 $12,000.00 Improvements Gate Valve 0481 7010 Pipe(PVC)(SCH 40)(3 IN) LF 460 $79.00 $36,340.00 Part E-Water City of CC Bid Item Section 026206 6" LF 187 $112.00 $20,944.00 Improvements Ductile Iron Pipe Part E-Water Water Meter and Vault EA 1 $40,000.00 $40,000.00 Improvements Part E-Water City of CC Bid Item Section 026416 Fire EA 1 $12,000.00 $12,000.00 Improvements Hydrant Assembly Part E-Water City of CC Bid Item Section 026409 EA 1 $7,500.00 $7,500.00 Improvements Tapping Sleeve and Valve 6 Dia x 6 Dia Part E-Water City of CC Bid Item Section 026409 EA 1 $8,000.00 $8,000.00 Improvements Tapping Sleeve and Valve 6 Dia x 8 Dia Subtotal: $144,284.00 Part F-Wastewater Improvements No. Description Unit Qty Unit Price Ext Price 0481 7013 Pipe(PVC)(SCH 40)(6 IN) LF 350 $80.00 $28,000.00 Part F- Standard Cleanout(6") EA 5 $1,200.00 $6,000.00 Wastewater Improvements Subtotal: $34,000.00 Part G-Allowances CIVCAST RFB 6835 RFB 6835 Northside Aquatics Center 24416 Report Created On: 11/24/2025 8:34:28 PM No. Description Unit Qty Unit Price Ext Price Part G- Allowance For Unforseen Conditions AL 1 $250,000.00 $250,000.00 Allowances Subtotal: $250,000.00 CIVCAS i RFB 6835 RFB 6835 Northside Aquatics Center 24416 Report Created On: 11/24/2025 8:34:28 PM ACKNOWLEDGE ADDENDA NAME ACKNOWLEDGEMENT DATE Addendum No. 1 11/24/2025 15:06:57 PM Addendum No.2 11/24/2025 15:06:58 PM CIVCAS, RFB 6835 RFB 6835 Northside Aquatics Center 24416 Report Created On: 11/24/2025 8:34:28 PM REQUIRED DOWNLOADS TYPE NAME DOWNLOAD DATE Plans Plans/Drawings 11/18/20251:13:21 PM Other No Contact Period Statement 11/18/2025 12:57:13 PM Addenda Addendum No. 1 11/18/2025 12:57:00 PM Invitation To Bid Invitation to bid- RFB 6835 11/18/2025 1:13:26 PM Other Presentation: Prebid 6835 10/29/2025 9:52:02 AM Other Sign-in-Site Visit 10/29/2025 1:13:12 PM Addenda Addendum No.2 11/18/2025 12:48:52 PM BID FORM Project Northside Aquatic Center Name: Project 24416 Number: Owner: City of Corpus Christi OAR: Designer: Kimley-Horn-Morgan Depine By its signature below,Bidder accepts all of the terms and conditions of the Bid Acknowledgement,acknowledges receipt of all Addenda to the Bid and agrees,if this Bid is accepted,to enter into a Contract with the Owner and complete the Work in accordance with the Contract Documents for the Bid price. Bidder: STBP, Inc. (full legal name of Bidder) Signature: (signature of person with authority to bind the Bidder) Name: Matt Ezell (printed name of person signing Bid Form) Title: President (title of person signing Bid Form) Attest: d+=:. (signature) State of Residency: :<as Federal Tx ID No. 90-0781206 Address for Notices: 601 Everhart Rd. Corpus Christi,TX 78412 Phone: (361)299-5462 Email: mce@stbp.com Bid Form 00 30 01-Page 1 of 4 Northside Aquatic Center-Project Number 24116 Rev 9/2025