Loading...
HomeMy WebLinkAboutC2023-099 - 4/18/2023 - Approved DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 ©� H SERVICE AGREEMENT NO. 4547 v CONTRACT FOR PROFESSIONAL SERVICES �NP'PPoPpPPT'E� 1852 FOR PROJECT (No./Name) Project No. 22142 — North Beach Drainage Improvements The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director) and Lockwood, Andrews & Newnam, Inc., 500 N. Shoreline Boulevard, Suite 905, Corpus Christi, Texas 78401 (Consultant), hereby agree as follows: TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I SCOPE OF SERVICES ...................................................................2 ARTICLE II QUALITY CONTROL.......................................................................3 ARTICLE III COMPENSATION............................................................................3 ARTICLE IV TIME AND PERIOD OF SERVICE ..................................................5 ARTICLE V OPINIONS OF COST ......................................................................5 ARTICLE VI INSURANCE REQUIREMENTS......................................................5 ARTICLE VII INDEMNIFICATION .........................................................................5 ARTICLE VIII TERMINATION OF AGREEMENT ..................................................6 ARTICLE IX RIGHT OF REVIEW AND AUDIT ....................................................7 ARTICLE X OWNER REMEDIES .......................................................................7 ARTICLE XI CONSULTANT REMEDIES.............................................................8 ARTICLE XII CLAIMS AND DISPUTE RESOLUTION ..........................................8 ARTICLE XIII MISCELLANEOUS PROVISIONS .................................................10 EXHIBITS Contract for Professional Services Page 1 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 ARTICLE I —SCOPE OF SERVICES 1.1 City and Consultant agree that the services provided are properly described in the Scope of Services, which is incorporated herein and attached to this Agreement as Exhibit A. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services that would normally be required by law or common due diligence in accordance with the standard of care defined in Article XIII of this Agreement. The approved Scope of Services defines the services to be performed by Consultant under this Agreement. Consultant will perform the Services in accordance with Exhibit A and with Consultant's response to the Request for Qualifications related to this project,which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.2 Consultant shall follow City Codes and Standards effective at the time of the execution of the contract. At review milestones, the Consultant and City will review the progress of the plans to ensure that City Codes and Standards are followed unless specifically and explicitly excluded from doing so in the approved Scope of Services attached as Exhibit A. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.3 Consultant shall provide labor, equipment and transportation necessary to complete all services agreed to hereunder in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Upon request, Consultant must provide City with a list of all subconsultants that includes the services performed by subconsultant and the % of work performed by subconsultant (in dollars). Changes in Consultant's proposed team as specified in the SOQ or Scope of Services must be agreed to by the City in writing. 1.4 Consultant shall not begin work on any phase/task authorized under this Agreement until they are briefed on the scope of the Project and are notified in writing to proceed. If the scope of the Project changes, either Consultant or City may request a review of the changes with an appropriate adjustment in compensation. 1.5 Consultant will provide monthly status updates (project progress or delays) in the format requested by the City with each monthly invoice. 1.6 For design services, Consultant agrees to render the professional services necessary for the advancement of the Project through Final Completion of the Construction Contract. Consultant acknowledges and accepts its responsibilities, as defined and described in City's General Conditions for Construction Contracts, excerpt attached as Exhibit D. 1.6.1 The Consultant agrees to serve as the City's Designer as defined in the General Conditions and will consult and advise the City on matters related to the Consultant's Scope of Services during the performance of the Consultant's services. 1.6.2 The Consultant agrees to prepare plans, specification, bid and contract documents and to analyze bids and evaluate the documents submitted by bidders. 1.6.3 The Consultant agrees to assist the City in evaluating the qualifications of the prospective contractors, subcontractors and suppliers. 1.7 For projects that require subsurface utility investigation: 1.7.1 The Consultant agrees to prepare and submit to the City prior to the 60% submittal a signed and sealed report identifying all utilities within the project area at the Quality Level specified in Exhibit A. It is assumed that all utilities will be identified using Quality Level A exploratory excavation unless stated otherwise. Contract for Professional Services Page 2 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 1.7.2 Utilities that should be identified include but are not limited to utilities owned by the City, local franchises, electric companies, communication companies, private pipeline companies and V party owners/operators. 1.8 For project with potential utility conflicts: 1.8.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts. 1.8.2 The Consultant agrees to prepare and submit a monthly Utility Coordination Matrix to the City. 1.9 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 1.10 The Consultant agrees to conduct all communication through and perform all project-related functions utilizing the City's project management system known as e-Builder. This includes all correspondence, submittals, payment requests and processing, contract amendments and construction phase activities. ARTICLE II —QUALITY CONTROL 2.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews (QCP Review). The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 2.2 The Consultant will perform QCP Reviews at intervals during the Project to ensure deliverables satisfy applicable industry quality standards and meet the requirements of the Project scope. Based on the findings of the QCP Review, the Consultant must reconcile the Project Scope and the Opinion of Probable Cost (OPC), as needed. 2.3 Final construction documents that do not meet City standards in effect at the time of the execution of this Agreement may be rejected. If final construction documents are found not to be in compliance with this Agreement, Consultant will not be compensated for having to resubmit documents. ARTICLE III — COMPENSATION 3.1 The Compensation for all services (Basic and Additional) included in this Agreement and in the Scope of Services for this Agreement shall not exceed $720,760.00. 3.2 The Consultant's fee will be on a lump sum or time and materials (T&M) basis as detailed in Exhibit A and will be full and total compensation for all services and for all expenses incurred in performing these services. Consultant shall submit a Rate Schedule with their proposal. 3.3 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 3.4 The Director of Engineering Services may request the Consultant to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. Consultant shall notify the City within three (3) days of notice if tasks requested requires an additional fee. 3.5 Monthly invoices will be submitted in accordance with the Payment Request as shown in Exhibit B. Each invoice will include the Consultant's estimate of the proportion of the contracted services completed at the time Contract for Professional Services Page 3 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 of billing. For work performed on a T&M Basis, the invoice shall include documentation that shows who worked on the Project, the number of hours that each individual worked, the applicable rates from the Rate Schedule and any reimbursable expenses associated with the work. City will make prompt monthly payments in response to Consultant's monthly invoices in compliance with the Texas Prompt Payment Act. 3.6 Principals may only bill at the agreed hourly rate for Principals (as defined in the Rate Schedule) when acting in that capacity. Principals acting in the capacity of staff must bill at applicable staff rates. 3.7 Consultant certifies that title to all services covered by a Payment Request shall pass to City no later than the time of payment. Consultant further certifies that, upon submittal of a Payment Request, all services for which Payment Requests have been previously issued and payments received from City shall, to the best of Consultant's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of Consultant or other persons or entities making a claim by reason of having provided labor or services relating to this Agreement. Consultant shall indemnify and hold City harmless from any liens, claims, security interests or encumbrances filed by anyone claiming by, through or under the items covered by payments made by City to Consultant. 3.8 The final payment due hereunder shall not be paid until all reports, data and documents have been submitted, received, accepted and approved by City. Final billing shall indicate "Final Bill — no additional compensation is due to Consultant." 3.9 City may withhold compensation to such extent as may be necessary, in City's opinion, to protect City from damage or loss for which Consultant is responsible, because of: 3.9.1 delays in the performance of Consultant's work; 3.9.2 failure of Consultant to make payments to subconsultants or vendors for labor, materials or equipment; 3.9.3 damage to City; or 3.9.4 persistent failure by Consultant to carry out the performance of its services in accordance with this Agreement. 3.10 When the above reasons for withholding are removed or remedied by Consultant, compensation of the amount withheld shall be made within 30 days. City shall not be deemed in default by reason of withholding compensation as provided under this Agreement. 3.11 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any phase or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures as required by the terms of this Agreement, any such claim shall be waived. 3.12 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. 3.13 All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. The City may direct the Consultant to suspend work pending receipt and appropriation of funds. The right to suspend work under this provision does not relieve the City of its obligation to make payments in accordance with section 3.5 above for services provided up to the date of suspension. Contract for Professional Services Page 4 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 ARTICLE IV—TIME AND PERIOD OF SERVICE 4.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 4.2 The Consultant agrees to begin work on those authorized Services for this contract upon receipt of the Notice to Proceed from the Procurement Division. Work will not begin on any phase or any Additional Services until requested in writing by the Consultant and written authorization is provided by the Director of Engineering Services. 4.3 Time is of the essence for this Agreement. Consultant shall perform and complete its obligations under this Agreement in a prompt and continuous manner so as to not delay the Work for the Project, in accordance with the schedules approved by City. The Consultant and City are aware that many factors may affect the Consultant's ability to complete the services to be provided under this agreement. The Consultant must notify the City within ten business days of becoming aware of a factor that may affect the Consultant's ability to complete the services hereunder. 4.4 City shall perform its obligations of review and approval in a prompt and continuous manner so as to not delay the project. 4.5 This Agreement shall remain in force for a period which may reasonably be required for completion of the Project, including any extra work and any required extensions thereto, unless terminated as provided for in this Agreement. For construction design services, "completion of the Project" refers to acceptance by the City of the construction phase of the Project, i.e., Final Completion. ARTICLE V—OPINIONS OF COST 5.1 The Opinion of Probable Cost (OPC) is computed by the Consultant and includes the total cost for construction of the Project. 5.2 The OPC does not include the cost of the land, rights-of-way or other costs which are the responsibility of the City. 5.3 Since Consultant has no control over a construction contractor's cost of labor, materials or equipment, or over the contractor's methods of determining prices, or over competitive bidding or market conditions, Consultant's opinions of probable Project Cost or Construction Cost provided herein are to be made on the basis of Consultant's experience and qualifications and represent Consultant's best judgment as a design professional familiar with the construction industry, but Consultant cannot and does not guarantee proposals, bids or the construction cost shall not vary from the OPC prepared by Consultant. ARTICLE VI — INSURANCE REQUIREMENTS 6.1 Consultant must not commence work under this Agreement until all insurance required has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 Insurance Requirements are shown in EXHIBIT C. ARTICLE VII — INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, Contract for Professional Services Page 5 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 officers, agents, employees, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. ARTICLE VIII —TERMINATION OF AGREEMENT 8.1 By Consultant: 8.1.1 The City reserves the right to suspend this Agreement at the end of any phase for the convenience of the City by issuing a written and signed Notice of Suspension. The Consultant may terminate this Agreement for convenience in the event such suspension extends for a period beyond 120 calendar days by delivering a Notice of Termination to the City. 8.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 8.2 By City: 8.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 8.2.2 The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. If the Consultant again fails to perform under this agreement, the City may terminate the agreement for cause upon seven days written notice to the Consultant with no additional cure period. If the City terminates for cause, the City may reject any and all proposals submitted by Consultant for up to two years. 8.3 Termination Procedure 8.3.1 Upon receipt of a Notice of Termination and prior to the effective date of termination, unless the notice otherwise directs or Consultant takes action to cure a failure to perform under the cure period, Consultant shall immediately begin the phase-out and discontinuance of all services in connection with the performance of this Agreement. Within 30 calendar days after receipt of the Notice of Termination, unless Consultant has successfully cured a failure to perform, Consultant shall submit a statement Contract for Professional Services Page 6 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 showing in detail the services performed under this Agreement prior to the effective date of termination. City retains the option to grant an extension to the time period for submittal of such statement. 8.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. 8.3.3 Upon receipt of documents described in the Termination Procedure and absent any reason why City may be compelled to withhold fees, Consultant will be compensated for its services based upon a Time & Materials calculation or Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. There will be no compensation for anticipated profits on services not completed. 8.3.4 Consultant acknowledges that City is a public entity and has a duty to document the expenditure of public funds. The failure of Consultant to comply with the submittal of the statement and documents, as required above, shall constitute a waiver by Consultant of any and all rights or claims to payment for services performed under this Agreement. ARTICLE IX— RIGHT OF REVIEW AND AUDIT 9.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 9.2 Consultant's records include any and all information, materials and data of every kind and character generated as a result of and relevant to the Work under this Agreement (Consultant's Records). Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, and any and all other agreements, sources of information and matters that may, in City's and Consultant's reasonable judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 9.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant's Records only during Consultant's regular business hours. Consultant agrees to allow City's designee access to all of Consultant's Records, Consultant's facilities and Consultant's current employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 9.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE X—OWNER REMEDIES 10.1 The City and Consultant agree that in the event the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. This includes but is not limited to: 10.1.1 Failure of the Consultant to make adequate progress and endanger timely and successful completion of the Project, which includes failure of subconsultants to meet contractual obligations; Contract for Professional Services Page 7 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 10.1.2 Failure of the Consultant to design in compliance with the laws of the City, State and/or federal governments, such that subsequent compliance costs exceed expenditures that would have been involved had services been properly executed by the Consultant. 10.1.3 Losses are incurred because of errors and/or omissions in the design, working drawings, specifications or other documents prepared by the Consultant to the extent that the financial losses are greater than the City would have originally paid had there not been errors and/or omissions in the documents. 10.2 When the City incurs non-value added work costs for change orders due to design errors and/or omissions, the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant's expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant's response. 10.3 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant's sole cost if, in the City's judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant's errors or omissions. 10.4 The City may withhold or nullify the whole or part of any payment as detailed in Article III. ARTICLE XI —CONSULTANT REMEDIES 11.1 If Consultant is delayed due to uncontrollable circumstances, such as strikes, riots, acts of God, national emergency, epidemics, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant's and City's reasonable control, an extension of the Project schedule in an amount equal to the time lost due to such delay shall be Consultant's sole and exclusive remedy. The revised schedule should be approved in writing with a documented reason for granting the extension. 11.2 The City agrees that the Consultant is not responsible for damages arising from any cause beyond Consultant's reasonable control. 11.3 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XII — CLAIMS AND DISPUTE RESOLUTION 12.1 Filing of Claims 12.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within 21 calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 12.1.2 Every Claim of Consultant, whether for additional compensation, additional time or other relief, shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 12.1.3 The responsibility to substantiate a claim rests with the party making the Claim. Contract for Professional Services Page 8 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 12.1.4 Within 30 calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have 30 calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or (iii) request Mediation. 12.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall proceed diligently with performance of the Agreement, and City shall continue to make payments in accordance with this Agreement. 12.2 Mediation 12.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.2.2 Before invoking mediation, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of mediation. If the parties' senior management representatives cannot resolve the dispute within 30 calendar days after a Party delivers a written notice of such dispute,then the Parties shall proceed with the mediation process contained herein. 12.2.2.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement, the Party alleging such breach shall, as a condition precedent to filing any lawsuit, request mediation of the dispute. 12.2.2.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than 30 or more than 90 calendar days following the date of the request, except upon agreement of both parties. 12.2.2.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within 30 calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. 12.2.2.4 The parties shall share the mediator's fee. Venue for mediation shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 12.3 In calculating the amount of any Claim or any measure of damages for breach of contract, the following standards shall apply both to claims by Consultant and to claims by City: 12.3.1 In no event shall either Party be liable, whether in contract or tort or otherwise, to the other Party for loss of profits, delay damages or for any special incidental or consequential loss or damage of any nature arising at any time or from any cause whatsoever; 12.3.2 Damages are limited to extra costs specifically shown to have been directly caused by a proven wrong for which the other Party is claimed to be responsible. 12.4 In case of litigation between the parties, Consultant and City agree that neither party shall be responsible for payment of attorney's fees pursuant to any law or other provision for payment of attorneys' fees. Both Parties expressly waive any claim to attorney's fees should litigation result from any dispute between the parties to this Contract for Professional Services Page 9 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Agreement. 12.5 In case of litigation between the parties, Consultant and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 12.6 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City's governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. ARTICLE XIII —MISCELLANEOUS PROVISIONS 13.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Agreement contract to any other person and/or party without the prior written consent of the other party, except for routine duties delegated to personnel of the Consultant staff. This includes subcontracts entered into for services under this Agreement. If the Consultant is a partnership or joint venture, then in the event of the termination of the partnership or joint venture, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 13.2 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 13.3 Public Information. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Consultant agrees that the contract can be terminated if the Consultant knowingly or intentionally fails to comply with a requirement of that subchapter. 13.4 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent licensed professionals practicing under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 13.5 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 13.6 Independent Contractor. The relationship between the City and Consultant under this Agreement shall be that of independent contractor. City may explain to Consultant the City's goals and objectives in regard to the services to be performed by Consultant, but the City shall not direct Consultant on how or in what manner these goals and objectives are to be met. 13.7 Entire Agreement. This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. Contract for Professional Services Page 10 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 13.8 No Third Party Beneficiaries. Nothing in this Agreement can be construed to create rights in any entity other than the City and Consultant. Neither the City nor Consultant intends to create third party beneficiaries by entering into this Agreement. 13.9 Disclosure of Interest. Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form. 13.10 Certificate of Interested Parties. For contracts greater than $50,000, Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info_forml295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.htm1. 13.11 Conflict of Interest. Consultant agrees, in compliance with Chapter 176 of the Texas Local Government Code, to complete and file Form CIQ with the City Secretary's Office. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index. 13.11 Title VI Assurance. The Consultant shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 13.12 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. 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. 13.13 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 13.14 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in the Consultant-prepared Exhibit A, Consultant's Scope of Services, the Consultant's response to the Request for Qualifications related to this project, or in any other document prepared by Consultant and included herein, is in conflict with Articles I-XIII of this Agreement (Articles), the Articles shall take precedence and control to resolve said conflict. [Signature Page Follows] Contract for Professional Services Page 11 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 CITY OF CORPUS CHRISTI LOCKWOOD, ANDREWS & NEWNAM, INC. DocuSigned by: DocuSigned by: 5/17/2023 Es9DF9DANA537455 lb{f . RL�VVtS ._. 8R5AF.r3fiF�R E482. Jeff Edmonds, P.E. Date Stephen A. Gilbreath Date Director of Engineering Services Vice President 500 N. Shoreline Boulevard, Suite 905 Corpus Christi, Texas 78401 (361) 792-7225 Office SAGilbreath@Ian-inc.com SMHarris@lan-inc.com APPROVED AS TO LEGAL FORM: EDocuSigned by; - � A'4 5/11/2023 A5DCGE501CB3416__ Assistant City Attorney Date M2023-057 Authorized By 4/18/2023 Council ATTEST DocuSigned by; Er—;/s is �AEh5/17/2023 3AF465 City Secretary Date Contract for Professional Services Page 12 of 12 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY North Beach Drainage Improvements(Project#22142) Exhibit A-Scope of Services 1. Background In December 2019,the City of Corpus Christi City Council passed an ordinance(#031970) authorizing a$41 Million dollar project on North Beach in Corpus Christi,Texas to design and construct a navigable canal. In December 2020, LAN completed a drainage analysis of this project which advanced the concepts previously developed by the City and finalized the canal's scope and project limits. The ultimate objective was to investigate the project for its intended use of being navigable and a improve drainage for the North Beach area. On January 26th, 2021, LAN briefed City Council on the results of the drainage analysis, and it was concluded that three options would be further investigated for cost. On February 4th, 2021, LAN met with the city staff to discuss three options that LAN would provide cost estimates for and receive direction from staff on how to proceed. The following options were approved: • Option 1—Stormwater Conveyance& Ditch Improvements • Option 2—Natural Channel/Linear Park Improvements • Option 3—Navigable Canal (2 Alternatives) o Alternative A—Canal Exit to Rincon o Alternative B—Canal Exit through Beach In June 2021, LAN completed the cost estimates for the options above including conceptual layouts and GIS-based utilities research. Each Option included drainage,street, pedestrian, parks,and utility improvements.Additionally, each option included earthwork(cut and fill) required to raise elevations enough to improve drainage. It was noted that all options were conceptual and required detailed design and more investigation if the client wanted to consider them for future development. On October 25, 2022,City Council approved the North Beach Strategic Development Plan (SDP), completed by MIG Consulting, LLC which included the recommendation to move forward with the Linear Park Improvements(Option 2). The SDP recommended several measures to alleviate short and long-term flooding, including a coastal barrier (dune) system, elevating key access routes, upgrading storm water conveyance with a linear park canal, and installation of backflow prevention low-lying areas. It is intended that the measures be implemented over time as the area develops. 2. Description of Prosect#22142: North Beach Drainage Improvements Project(Project#22142)focuses on long-term development and construction of drainage infrastructure to relieve ongoing flooding due to tidal influences,backflow,groundwater seepage,and rainfall at the North Beach area of Corpus Christi. This project will align with the recommendations made in the Strategic Development Plan and begin to implement storm water conveyance improvements at the north end of North Beach including the proposed canal as part of the future linear park between Surfside Boulevard and Timon Boulevard. This project will include open channel improvements, roadside ditch improvements,and a new outfall near Timon Marsh. It will also require two,two-lane single span low profile city street bridges,one at Gulfspray Avenue and one at Beach Avenue,which will span the canal. Bridge approaches are anticipated to be less that 10-feet high and constructed with reinforced earthen embankments. The bridges and approaches will be subject to vehicular traffic and coordinated with Bond 2022 Street Improvement projects on Gulfspray and Beach Avenues. It is understood that this particular drainage project will be the first phase of long-term improvements and therefore must support future expansion to the drainage systems, expansion of the linear park to the south, connection to a future Eco-Park,and future street improvements (raising of elevations). 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 3. Prosect Goals&Objectives The design and construction of drainage improvements on North Beach will require a phased holistic approach. The following are the goals and objectives for this project: • LAN will collaborate with City staff,community leaders, stakeholders,and partners MIG Consulting LLC on long-term needs and solutions and design improvements that support long-term growth and economic development for North Beach. • To the best of our ability and keeping in mind the City's long-term vision, LAN will utilize past recommendations and previous studies to develop proposed improvements. • LAN will design improvements that have the most benefit within the CIP budget; the largest benefit/cost ratio as possible. • LAN will design improvements that improve the health and safety of the North Beach community. • Knowing that it is highly likely that this one project will not answer all drainage concerns on North Beach, LAN will collaborate with City staff, community leaders, and stakeholders to determine the best locations for the proposed improvements. 4. Projects Area and Area of Influence North Beach is located on the far north end of the City,adjacent to the Downtown and SEA District areas. The area of influence for this project is generally bounded by the US-181(TXDOT) Right-of-way on the west,the Rincon Barge Canal on the north, Corpus Christi Bay on the east, and the Corpus Christi Ship Channel on the south. The specific project area for this first phase of drainage improvements will be concentrated on the north end of North Beach, generally north of the Kiwanis and Surfside Parks locations.See Attachment 1- Project Area Exhibit. 5. Basic Services: Lockwood, Andrews & Newnam, Inc. (LAN) will provide the following Basic Services: preliminary, detailed design (60%),final design (90%and 100%),bid,and construction phase services for this project. LAN will partner with MIG Consulting, LLC to ensure long-term needs and solutions are met and to assist with the proposed design improvements at North Beach. Task 1—Preliminary Engineering Services Preliminary Engineering services will include the following tasks: 1. Kick-off Meeting — Attend one (1) virtual meeting with City staff to discuss the following: the project goals, objectives, scope, and schedule; discuss expectations of completed project and desired drainage criteria, and any ongoing developments that may influence design of proposed drainage improvements. 2. Site Visit — LAN will complete one (1) site visit to the project area to assess the terrain and conditions and determine constraints and limitations for consideration during design and construction. 3. Coordination with Surveyor—LAN will coordinate the services of a third-party surveyor to complete the scope of work detailed in Additional Services. LAN will receive the surveyor's data,interpret results,perform a quality control review of this data,and incorporate the data into the 30%construction plans. 4. Coordination with Geotechnical Engineer - LAN will coordinate the services of a third-party geotechnical engineer to complete the scope of work detailed in Additional Services. LAN will develop a boring plan/location map for the engineer showing locations for recommended soil borings, receive the engineers report, interpret results, perform a quality control review of this report, and incorporate the information from the report into the design and project manual. LAN will also prepare a scope of work for field exploration, laboratory and materials testing for the geotechnical engineer. 5. Utility Identification & Conflict Resolution — LAN will complete an 811 ticket and research City and Third-Party records and databases for the identification of utilities that may be within the project area. Once identified, 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY LAN will develop a utilities matrix and existing utility layouts. This task will include up to three (3) teleconferences or phone conversations with third-party utilities. 6. Coordination with Subsurface Utility Engineer- Following identification of utilities, LAN will develop a scope of work for Subsurface Utility Engineering (SUE) to be completed as an Additional Service. Under this task, LAN will continue coordination with the SUE firm to ensure all utilities in the project area are located. It Is assumed that the City of Corpus Christi will contract with a SUE firm that they already have a Master Services Agreement with. 7. Existing Drainage Analysis—LAN will complete a Hydrological&Hydraulics(H&H)drainage analysis of the project area of influence (approximately 160 acres). Since the project site is less than 200-acres, LAN proposes to complete this analysis using a simple Rational Method to determine the runoff volumes. LAN will base this analysis on future land use/developed conditions. 8. Proposed Conditions Hydraulic Analysis — LAN will complete a proposed conditions hydraulic analysis for the linear canal and proposed stormwater conveyance improvements. LAN will utilize City's Storm Water Master Plan Drainage Criteria Manual for sizing proposed drainage features and determining water surface elevations. 9. Drainage Area Maps-LAN will develop proposed drainage area maps and calculate the water surface elevation for the City's desired storm period and criteria with recommendations for general information for roadside ditches,cross culverts,and roadway elevations. 10. Linear Park Canal Design (30%) — LAN will improve upon the results of the proposed hydraulic analysis and complete preliminary design calculations(size,shape,slope,alignment)for the open channel/linear park canal including 30%plans,cross sections,and crossings at Gulfspray and Beach Avenues. a. In this task, LAN will partner with MIG Consulting LLC (MIG) and Gignac Landscape Architecture (GLA)to develop a conceptual layout of the proposed linear park and greenspace between Surfside and Timon Boulevards. b. The intent of this conceptual layout is to provide the City of Corpus Christi a tool to discuss future linear park development that is consistent with the proposed drainage improvements and the Strategic Development Plan. It is not intended to advance the park design elements past this stage. 11. Drainage Improvements Design (30%)—LAN will complete preliminary design of the underground storm water conveyance systems, roadside ditches and cross culvert improvements in the project area including 30%plans and cross sections. This task also includes developing a typical section for future improvements to Gulfspray and Beach Avenue. 12. Opinion of Probable Project Costs — LAN will develop a Class 3 level opinion of probable project costs for the proposed project improvements. 13. Engineering Letter Report(ELR)—LAN will develop a draft engineering letter report that summarizes the existing conditions, confirms design criteria, and details the proposed drainage improvements to be completed under this project. Layouts of the proposed improvements (30% design) will be included as an attachment to this report. In addition,the report will include recommendations for future street improvements,utility relocations, opinions of probable costs and recommendations for future connections and phasing in support of the Strategic Development Plan. Sections of the ELR may include: a. Executive Summary b. Introduction/Project Background c. Existing Conditions i. Right-of-Way/Land-Use ii. Topography 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY iii. Summary of Existing Conditions Drainage Analysis iv. Existing Utilities d. Design Criteria i. Area Plans& Land-Uses ii. Infrastructure Design Manual (IDM) iii. Drainage Criteria iv. Utility Master Plans e. Proposed Drainage Improvements i. Summary of North Beach Drainage(Studies& Plans) ii. Elements of Design 1. Proposed Canal 2. Typical Cross Section 3. Storm Water Conveyance (Pipe& Ditches) iii. Constraints& Limitations for Proposed Improvements iv. Future Connections, Expansion of Drainage System,and Phasing f. Recommendations for Street Improvements g. Recommendations for Utility Relocations h. Recommendations for Future Park Improvements i. Environmental and Regulatory Considerations/Storm Water Pollution Prevention j. Conceptual Level Opinion of Probable Construction Costs 14. Review Meeting and Final ELR—LAN will participate in one(1)30%review meeting with City staff to deliver the results of the engineering letter report, 30% plans, and review comments from staff. LAN will incorporate City comments into a final/sign&sealed Engineering Letter Report. 15. Presentation to Council — LAN will complete one (1) presentation to Council to deliver the results of the preliminary engineering effort. Task 2—Detailed Design(60%) LAN will translate engineering designs completed in the preliminary stage into detailed construction documents, including the advancement of 30%plans to 60%level. Disciplines involved include Site Civil, Drainage, and SWPPP. Tasks include: 1. Technical Drawings -A draft submission will be made at the 60%design stage for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. The anticipated drawing list includes the following: o Title Sheet/Index o Legends&Symbols o General Notes/Summary of Quantities o Overall Site Plan o Topographic/Boundary/Location Survey o SWPPP o Existing Utility Maps o Drainage Area Maps o Linear Canal Plan & Profile o Linear Canal Sections o Storm Water Plans& Profiles o Storm Water Details o Proposed Street Cross Sections 2. Technical Specifications-LAN will prepare a list of technical specifications, using City of Corpus Christi standard format, that define the project standards for materials, workmanship, and testing for client review and 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 3. Opinion of Probable Project Costs — LAN will develop a Class 2 level opinion of probable project costs for the proposed project improvements. 4. Project Executive Summary — LAN will develop a draft construction project executive summary in accordance with City of Corpus Christi guidelines and specifications. 5. Client Review Meeting - LAN will participate in one (1) review meeting with the client for the purposes of reviewing the 60%project deliverables and receive comments from the client. Task 3—Final Design(90%) LAN will advance detailed construction documents developed at 60%to the 90%level. Disciplines involved include Site Civil, Drainage,Structural,and SWPPP. Tasks include: 1. Technical Drawings -A draft submission will be made at the 90%design stage for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. In addition to the drawings delivered in the 60%submittal,the following will be included: o Gulfspray and Beach Avenue Bridge Crossings o Structural Details o Utility Relocation Plans 2. Technical Specifications - LAN will prepare draft technical specifications, using City of Corpus Christi standard format, that define the project standards for materials, workmanship, and testing for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 3. Contract Documents—LAN will prepare City standard front-end documents(in Track Changes format) including Bid Form, Agreement, Supplementary Conditions, Summary of Work, Alternates, Measurement & Payment, Submittal Register,Temporary Facilities,and Temporary Controls, using City of Corpus Christi standard format. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 4. Opinion of Probable Project Costs — LAN will develop a Class 1 level opinion of probable project costs for the proposed project improvements. 5. Project Executive Summary — LAN will develop a final construction project executive summary in accordance with City of Corpus Christi guidelines and specifications. 6. Client Review Meeting - LAN will participate in one (1) review meeting with the client for the purposes of reviewing the 90%project deliverables and receive comments from the client. Task 4—Final Design(Pre-ATA,100%) LAN will finalize construction documents developed at 90%, address comments, and deliver a final unsealed set to the client.Tasks include: 1. Technical Drawings-A final submission will be made at the 100%design stage for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 2. Technical Specifications - LAN will prepare final technical specifications, using City of Corpus Christi standard format, that define the project standards for materials, workmanship, and testing for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 3. Contract Documents — LAN will prepare final City standard front-end documents (in Track Change format) including Bid Form, Agreement, Supplementary Conditions, Summary of Work, Alternates, Measurement & Payment,Submittal Register,Temporary Facilities,and Temporary Controls,using City of Corpus Christi standard format. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 4. Opinion of Probable Project Costs— LAN will finalize the Class 1 level opinion of probable project costs for the proposed project improvements. 5. Client Review Meeting - LAN will participate in one (1) review meeting with the client for the purposes of reviewing the 100%project deliverables and receive comments from the client. 6. Issued for Bid Documents—LAN will incorporate all client review comments and prepare final, signed &sealed issued for bid(IFB)documents in accordance with City standards including Project Manual(Contract Documents, Standard Specifications,Technical Specifications), Project Drawings, Bid Form, Executive Summary, OPCC, and CIVCAST form. Task 5—Bid Phase Services LAN will assist the client with limited bid and procurement phase services.Tasks include: 1. Pre-Bid Meeting - LAN will attend one (1) Pre-Bid meeting with the client to present the project to potential qualified contractors. 2. Respond to Requests for Information (RFI's) - LAN will monitor CIVCAST during the City's standard two-week question and answer period and respond to routine questions as necessary via email to the City Project Manager. Answers to RFI's are intended to clarify plans, specifications, or design criteria and not make significant changes to the design of the project. 3. Contract Addenda-Significant revisions to the plans or specifications during procurement will be issued through addenda prior to submittal of proposals. LAN will prepare one(1)contract addenda, if required. Task 6—Construction Phase Services LAN will assist the client with limited construction phase services.We assume the duration of construction for North Beach Drainage Improvements is approximately 56 weeks or approximately 14 months. A more detailed timeframe for construction will be developed following the 30%design. Tasks include: 1. Conformed Construction Documents - LAN will prepare one (1) set of conformed construction documents for the client prior to start of construction. 2. Pre-Construction Meeting-Once a qualified contractor is selected and under contract with the client, LAN will participate in one (1) pre-construction meeting with the selected contractor to review the project, specifications,and requirements during construction. 3. Respond to Contractor Requests for Information - During the course of construction (14 months), LAN will respond to contractor requests for information. LAN assumes a total of ten(10)formal requests for information (RFI)as part of this task. LAN considers a "formal" RFI as one that takes more than one working day to provide an answer. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 4. Review and Approve Submittals-LAN will review and approve contractor submittals as required in the contract bid documents. LAN assumes up to a total of fifteen (15)contractor submittals as part of this task. Any park or landscaping submittals will be reviewed by MIG or GLA,as appropriate. 5. Limited Construction Observations-LAN will provide limited construction observations of the project,necessary to answer RFI's. We assume one-hour(1) per week for a duration of fifty-six (56) weeks. This scope of work does not include a Resident Project Representative(RPR)or full-time construction inspector on the project. 6. Substantial & Final Completion Inspections - LAN will complete one (1) substantial completion inspection with the contractor and client and develop a punch list of items for the contractor to address prior to final completion. Once punch list is complete, LAN will perform one (1)final inspection of the project. 7. Prepare Record Drawings - LAN will prepare one (1) set (hardcopy and PDF) of record drawings for the client using the contractor mark-ups/redlines during construction. No additional survey or data collection will be performed as part of this task. 6. Additional Services The following additional services will be necessary to support the development and completion of the Basic Services above: Task 1—Topographic and Boundary Surveys As part of LAN's study in 2020, we collected survey data using LIDAR technology. For this project, more detailed data will be collected for the purposes of designing drainage improvements. A topographic survey will be conducted on a 200-foot grid and major grade breaks in the project area. Additional survey data will be collected on the following: o Existing Roads—Crown& Edge of Pavement, Ditch (100 ft Cross-Section Intervals) o Existing Ditches—50 ft Cross-Section Intervals o Drainage Features&Culverts with Inverts o Topographic Survey 200 ft Grid o Existing Above Ground Improvements o ROW Boundaries for City Roads(Information Provided By Client) o Existing Utilities Above Ground o Manholes&Cleanouts—Inverts on All Pipes The horizontal datum for this survey will be State Plane Coordinate System(NAD 83,Texas South Zone).The vertical datum will be NAVD 88 in US Feet. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. Task 2—Geotechnical Investigation&Engineering As part of LAN's study in 2020,Tolunay-Wong Engineers, Inc. collected soils data at four locations for the purposes of assessing groundwater and structural requirements for a proposed concrete bulkhead. For this project,additional soils borings will be completed for determining conditions along the proposed linear canal, at the street crossings and outfall location. Specific tasks will include: 1. Field Program — Explore the subsurface conditions at the site by performing five (5) test borings strategically located along the route of the canal. The proposed test boring locations are presented on the attached TWE Preliminary Boring Location Plan. A summary of the proposed test borings is presented in the table below: 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com 000uSignEnvelope |o:000acoB9-FF10-4Fo1e4no-2aAaoaAo1Fon Lockwood, Andrews &Newnarn, Inc. Lan x /eo ^ ox'vcuwpAwv Boring Location Teit Boring Sm., Proposed Boring Depth.s(M)l Pro,po,,wd Canal Pwfilo 13-1 and 13-2 15 Table 1—Proposed Geotechnical Borings Geotechnical drilling and sampling will be performed in accordance with ASTIVI International standards. Samples will be obtained at 2.5-ft depth intervals to a depth of 10-ft,at the 13-ft to 15-ft depth interval,and at 5-ft depth intervals thereafter until the boring completion depths are reached. 2. Laboratory Testing Selected samples from the test borings will be used for geotechnical laboratory testing. The geotechnical laboratory testing program will include properties such as moisture content, unit weight, various types of compressive strength, Atterberg Limits, and grain size distribution. One-dimensional consolidation tests will also be completed to characterize the compressibility characteristics of cohesive soils in the site soil profile(s)for consolidation settlement analyses of the bridge approach embankments. 3. Engineering Analysis / Report Preparation — Engineering analysis will be conducted utilizing the information collected during our field program and laboratory testing services. Analyses will include preliminary canal slope stability and analysis of foundation systems for support of the bridges and approach embankments as well as outfall structure. We will also provide earthwork discussions for the project. The geotechnical engineer will present the results and findings in u written report to be included as an appendix tothe preliminary phase engineering letter report. Note: This additional service will be performed on o lump sum boobi necessary for the completion of the preliminary phase engineering. Task 3—Environmental hkPermitting As part of our scope of work from 2020, LAN led initial coordination efforts with the United States Army Corps of Engineers(USACE)to discuss potential regulatory requirements for the proposed project. BIO-WEST,Inc.(BIO-WEST) completed desktop assessments to determine potential impacts to Waters of the United States(WOTUS),wetlands, threatened and endangered species,and cultural resources, located in or near the project area. Based on previous project experiences with the USACE,an Individual Permit would like to be required under Section 404 of the Clean Water Act (CVVA).This permit may take between 18 and 23 months to obtain and would require public and interagency input and coordination. Our initial assessments documented minimal impacts towetlands, endangered species, or cultural resources; however,the permitting process will determine if further requirements are needed tomitigate impacts. This task provides for LAN and Compass Environmental Solutions, LLC(formally BIO-WEST)to continue coordination with the USACE and develop u permit application for this project. Permitting assistance will also include any compensatory mitigation modeling and scoring required for potential impacts, agency coordination regarding threatened and endangered species and cultural resources,additional resource specific surveys(i.e.,marine cultural resources, shorebirds, etc.), document preparation, indirect/direct/cumulative impact assessments, and water quality evaluations under Sections 4O1and 4O2ofthe CVVA. DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 1. Initial USACE Coordination —COMPASS will coordinate one in-person, pre-application meeting with LAN and the USACE Galveston District,Corpus Christi Field Office during either a Joint Evaluation Meeting(JEM)with the entire Interagency Review Team(IRT)in Galveston,Texas or a pre-application meeting with USACE personnel in the Corpus Christi Field Office to kick-off the project, solicit initial feedback, and navigate potential permitting approvals.COMPASS will provide all necessary paperwork, maps,and exhibits to assist in USACE understanding the project's goals and objectives.COMPASS will also coordinate up to three teleconference meetings internally for this project between COMPASS,LAN,and the end client to ask questions,solicit feedback,and receive project information and updates for the necessary USACE permits. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 2. Waters of the US Delineations—COMPASS proposes to evaluate the project site for the presence of potential jurisdictional waters of the U.S., including wetlands, and other special aquatic life (oyster reefs, seagrass beds, tidal flats,etc.)as defined in Section 404 of the CWA and Section 10 of the RHA. For terrestrial and tidally influenced areas,our evaluation will be designed to identify the presence or absence of potentially jurisdictional waters of the U.S. within the project site, document site conditions, and where possible, provide guidance for avoidance of jurisdictional waters.Our methods will include: • Review of recent aerial photography and U.S. Geological Survey (USGS) 7.5-minute Topographic Quadrangle maps of the property to evaluate the potential for waters of the U.S. • Review of Natural Resources Conservation Service(NRCS)soil survey maps and hydric soils lists • Field reconnaissance of the property for identification of wetlands and other water bodies • Use of a Trimble° Global Positioning System (GPS) device with sub-meter accuracy to mark each sampling location and the extent of any waters of the U.S., including wetland, within the proposed property boundaries per USACE Galveston District standards The delineations will identify and document the presence of waters of the U.S.within their respective areas and include a delineation of these resources as specified in the 1987 Corps of Engineers Wetlands Delineation Manual (Manual),the 2010 Regional Supplement to the USACE Wetland Delineation Manual:Atlantic and Gulf Coast Region — Version 2.0 (Supplement), Regulatory Guidance Letter 05-05 — Ordinary High Water Mark (OHWM) Identification,and other applicable industry guidance and standards. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 3. Threatened and Endangered Species Assessment— COMPASS will assess the project area with regard to T&E species and their potential habitat. COMPASS will provide effects determinations for both state and federally listed species based on background research, including but not limited to,the USFWS Information for Planning and Conservation (IPaC) tool, USFWS Environmental Conservation Online System (ECOS) mapper, and TPWD Natural Diversity Database (NDD).COMPASS will also assess the and provide recommendations with regard to the Bald and Golden Eagle Protection Act (BGEPA), the Migratory Bird Treaty Act (MBTA), and Magnuson- Stevens Fishery Conservation and Management Act for Essential Fish Habitat (EFH) during proposed construction activities. Representative photographs will be taken to document existing T&E habitats within the project area. Following on-site investigations 3,COMPASS will draft our findings as an addendum to the USACE permit application referenced below in Task 4. Based on COMPASS's extensive experienced in Corpus Christi Bay,existing relationships with regional TPWD, USFWS, and National Oceanic and Atmospheric Administration (NOAA) staff, and past experience with similar projects in the region, it is our opinion that the current project site has an extremely low probability of affected federally or state-listed threatened or endangered species. COMPASS proposes informal, verbal 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY coordination with USFWS, TPWD, and NOAA only if required based on the results of field surveys or by the USACE during permitting. If formal consultations,a Biological Assessment(BA),and/or Biological Opinion (BO)are required from the USFWS or NOAA,COMPASS will provide this scope under a separate proposal and cost estimate. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 4. Cultural Resource Surveys — For terrestrial components of the project, COMPASS will subcontract with a qualified archeological firm to complete pedestrian archeological surveys. COMPASS assumes that this project will take require a Texas Antiquities Permit(TAP)will be required prior to fieldwork mobilization.Once the TAP number is received from the THC,the survey will consist of pedestrian(visual)survey and shovel test excavation and will be designed to identify landforms and other areas within the Area of Potential Effect(APE)that have a higher probability to contain buried and previously unidentified archaeological deposits. Background research will be used to guide fieldwork efforts, and archives will be updated to obtain current site files information. In addition, with the aid of historical aerial imagery and period maps, land use history and development of the property will be used to identify areas likely to have been disturbed by prior construction, channelization, or land alteration. Intensive pedestrian archaeological survey will be restricted to those areas that appear to have retained a high degree of integrity and will include the excavation of shovel tests to a maximum depth of three feet. Shovel testing will be conducted along a single transects and shovel tests will be excavated every 100 to 200 feet in areas of higher potential, depending on topography and soil characteristics. The shovel test interval will be increased within those sections of the APE that exhibit signs of prior disturbance,and photographs will be taken of the general characteristics of the surrounding landscape to document the survey effort.All newly identified archaeological sites will be mapped and delineated within the APE. Due to the previously developed nature of the project site, no deep trenching is proposed as part of this scope. A report discussing the findings of research and fieldwork, a preliminary assessment of National Register significance,and recommendations for the project will be prepared for review within three weeks following the completion of all fieldwork. The report will be composed in accordance with standards set forth by the Texas Council of Archeologists,developed in consultation with the THC. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 5. Permitting and Coordination (Allowance) — Based on previous project discussions, the project may either fall under one of several Nationwide Permits(NWP) including: • #7 for Outfall Structures and Associated Intake Structures • #13 for Bank Stabilization,#33 for Temporary Construction,Access,and Dewatering • #41 for Reshaping Existing Drainage Ditches • #43 for Stormwater Management Facilities No matter which NWP is utilized, this permitting strategy is herein referred to as "Strategy A". If project descriptions should change or be altered in such a way as to meet different permitting requirements,COMPASS assumes the project as described will be approved under a separate but wholly inclusive Standard Individual Permit(SIP), herein referred to"Strategy B". For either permitting strategy, COMPASS proposes to draft a permit application pursuant of USACE guidelines and Section 404 of the CWA and Section 10 of the RHA for all proposed impacts to potentially jurisdictional waters of the U.S., including wetlands. Individual cost estimates for each strategy are provided.The following 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY basic scope of work is applicable to both strategies;the major difference in price rests in the level of coordination with the USACE—Corpus Christi Field Office. a. USACE Permitting - COMPASS will prepare a permit application for submittal to the USACE. Prior to preparing the application, COMPASS will coordinate with LAN to obtain all engineering information in order to create figures depicting proposed layouts and impacts.COMPASS cannot complete the permit application without this information. Anticipated timelines for the completion of the project are contingent on project plans and engineering drawings being relayed to COMPASS in a timely manner. b. Compensatory Mitigation Plan -As part of the standard permitting process, compensatory mitigation for proposed impacts to jurisdictional waters of the U.S. may be required. COMPASS's professional experience with similar projects under similar circumstances indicates that compensatory mitigation is generally requested if impacts to potentially jurisdictional wetlands or waters of the U.S. exceed 0.10 acres. To account for potential mitigation for unavoidable impacts as part of the Section 404 permitting process, the end client may be required to submit a CMP for all proposed impacts to demonstrate compliance with the 2008 Compensatory Mitigation for Losses of Aquatic Resources(40 CFR 230). i. To assist the client, COMPASS will perform ecological modeling on all delineated features within the project site deemed jurisdictional by the USACE. Currently, the USACE Galveston District utilizes the interim Hydrogeomorphic Model (iHGM) to model wetlands and the Interim SWG Stream Condition Assessment Standard Operating Procedure (Galveston iSCA) to model streams and tributaries.The USACE Galveston District does not currently utilize an ecological model for impoundments, lakes, or other lacustrine environments. Each model produces a score used to determine the appropriate number of credits required for compensatory mitigation by aquatic feature type. For the purposes of this scope and based on a cursory review of available aerial imagery, COMPASS assumes that only wetland communities exist on the site and/or will be impacted. No stream ecological modeling is proposed as part of this effort. ii. COMPASS will perform one site visit to collect all necessary field data and complete this assessment.COMPASS will input the required variables into the iHGM model and produce the requisite functional capacity index (FCI). The FCI will then be multiplied by the individual wetland acreages to produce functional capacity units (FCUs) for determining mitigation requirements. COMPASS assumes that each wetland community will require one Wetland Assessment Area (WAA) observation point to complete the iHGM. COMPASS will provide site photographs,field notes,and appropriate iHGM Model worksheets to the client as part of the permit application. In an effort to be cost-conscious, COMPASS will not produce a report for this item,but will incorporate the results into a final CMP. iii. Once fieldwork is complete and an appropriate site of mitigation scheme is selected, COMPASS will draft a CMP for any proposed wetland impacts within the project footprint.The mitigation plan will specifically adhere to 33 Code of Federal Regulations (CFR) Parts 325 and 332,and 40 CFR Part 230 regarding Compensatory Mitigation(Final Rule issued April 10,2008) and include an Introduction, Goals and Objectives, Credit Determination, Baseline Information,Site Selection,Mitigation Work Plan,Site Protection and Maintenance,Ecological Performance Standards, Monitoring Plan, Long-term Management, Adaptive Management, Financial Assurances and Reporting,and Figures and Exhibits. iv. COMPASS will facilitate one field meeting with USACE staff and the project team either at the project site, in the Corpus Christi metro area, or via tele-conference to discuss the results of the iHGM assessment, the Compensatory Mitigation Plan, assist with permitting, or provide guidance on any other project related issues. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY c. Response to Comments and Decision Document/Statement of Findings - As part of the permitting process,the permit application will be posted on Public Notice by the USACE to solicit comments from regulatory agencies regarding the proposed project.Once the comment period is over,the USACE will compile the comments into one document and submit them to LAN for review. COMPASS, acting on behalf of LAN and the end client,will provide a response to all comments within 30 days of receiving them from the USACE. Following completion of the response to comments document, COMPASS will submit a copy to LAN for review and approval. Once all revisions are incorporated, COMPASS will submit a final version to the USACE for inclusion in the permitting record. Additionally, the USACE requires a Decision Document/Statement of Findings to finalize any and all permitting actions. To expedite the permit process, COMPASS process to "ghost-write" the Decision Document/Statement of Findings for the USACE permit manager and submit a word version for USACE use in approval the final permit decision. Note: Item 5, under Task 3 of Additional Services will be performed on a Time & Materials basis, based on the level of permitting and coordination necessary. Task 4—State/TXDOT Coordination&Permitting(Allowance) This task will provide for an allowance to coordinate with TXDOT or other State agencies for review and approval of this project within their jurisdictions. This project could include drainage improvements at North Beach connecting to or involving TXDOT infrastructure in the ROW of US 181. For that reason,this allowance will include coordination and preparation of TXDOT utility installation request and coordination of any traffic control plans necessary for this project. Note: This Additional Services Task will be performed on a Time & Materials basis, based on the level of permitting and coordination necessary with State&Local officials, like TXDOT. Task 5—Right-of-Way/Property Acquisition Services(Allowance) This task will provide for an allowance to assist the city's engineering department,right-of-way/real estate specialist with easement or property acquisition services that may be required for the installation of the proposed drainage improvements. This would include preparation of exhibits, meetings, coordination, management, appraisal, title work, negotiations,and preliminary condemnation support(if necessary). Note: This Additional Services Task will be performed on a Time&Materials basis, based on the level of services requested by the City of Corpus Christi. Task 6—Detailed(2D)Hydrology&Hydraulic Modeling(Allowance) Basic Services includes a drainage assessment and analysis using the Rational Method in accordance with City standard drainage design criteria. The proposed conditions model completed in 2020 was focused on the proposed development of a navigable canal with two outfalls to Corpus Christi Bay. The canal associated with the linear park approved by Council as part of the Strategic Development Plan has not been modeled. Under this task, if it becomes necessary after completing the Basic services to perform detailed H&H modeling to better understand the situation at North Beach, LAN will modify the proposed conditions model developed in 2020 to reflect the alignment and cross section of the proposed open channel system and roadside ditch improvements. This task will only be performed if necessary and after authorization from the Director of Engineering. Note:This Additional Services Task will be performed on a Lump Sum basis,but only if determined necessary and approved by Engineering Services,following the drainage analysis performed in the preliminary design. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Lockwood,Andrews &Newn Irn, Inc. an� A I, O A DM Y COMPANY Task 7—Public Meetings(Allowance) This task will provide for an allowance to assist the City in the completion of public or stakeholder meetings associated with this project. Public meetings may occur at the 30%stage,design,final design or during construction. They will require LAN attendance, presentation preparation,and exhibits. This task also would provide for MIG, LLC to develop design visualizations for the linear park. These meetings are not intended to duplicate city required meetings or the proposed briefing to Council following the preliminary phase. LAN assumes up to four(4)public meetings under this task. Note: This Additional Services Task will be performed on a Time&Materials basis, based on the level of services requested by the City of Corpus Christi. Attachments: 1. Project Area Exhibit 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID'.2828C2B9FF13-4F01-949D-28A8D8A31F29 p r g r � . i r, r PROJECT AREA r r` a A x v r r f r r i e w n r r,A /rirn>o/i vri/ x l ,✓ ,, � /� Nwenaa�wrreL�a //1ro%il!/.L�hl////moi i r a ", � 'I + �V ��'" '�"4��°w�rrri iuw ureramormrliluirl rl iunr rc°rriui r"� lr,ye� ru/ArYr rrr lfUffU✓1//l/l/y'oirA�,fu�----�✓^m�- � �I i ,,; !krrN1E`... �/✓,,,"„!;, P5 ,,i„„l, r, „,;;a�4 ,%; .rr��l� �I :.,,, w” b �.Y , a ,w�;;'41�i%PW16'Y. r 1)iilpfNS'PlklIH11111iv�(. 1 sadlRAltaimrdwwweNm °AI ,rnn m, k /..,�w/ //r; ,WIIIJIn//ISfhlNllrlr h'Nk ": ,/�'^� � ,,,r rr l ��/ t�4k1 / �Ma� .. �/!/rirl �, rc _,_�:.�� / R!rrrrrrr � �G �w,,,l�.»�"�✓ .; ,. 1.,- .,., Iu'l. }f f�mir„°„,Oyx,rmy,yGPmop0iolmpluluym�n '... ,,- xxG ,��x:, /✓ q,,,. � r°.,,... rr r ym'r wA t..:. °p r°rwv.-,r Jl d 11IIO1l, ;,,,w..: u. �wr,m ,.,,, ,,,.,.. ', ly,,, �i-, -, ...-..... , o.�,,.r/ im"`%%` .,,rr✓✓,,, Via✓, ..goiHii , ' xa + ., 1e m,,,, am� ,,, /, r ,r r r i /lr,. �.. , ... rm„1�paulu�aTlfsP/nrr ! ,,, "��W"Av r✓ rm/,,, � m'',' w.. ';;, //r ,✓�... S�` a,��„h, ,m.,.... , „/✓ ✓rr/ ((ll% ,.°°°°�,. ...�..,�wp ,rar;�,. W ;,-;, ,:,..✓✓ ...... Y, rcnir, .,aiaai”' ;rr� °, d,!�"olfi;r"%:,.;, ,ii�1i1//�ilG�(C(lfl(Ol�i�r�(f('I(Illll�/r/%r:°,✓✓///11�11''�e!WVfd�S(�(vl((�..., �,,. r , , /r>,�r�rli„Yxt,rlr�,rirrN 1�., ,., n,�r�/;�jnr�,9 ,�INtrrw,a/ ��IIIIIp , ,F,.....,/ir�»>rraii /aawoi ., ��,� 6�/.a �-,�1 Y�r Roadside Ditch Gradin T / � 11, � I �r�/ I ���I IIIIIIIV r r ,r'� :rluwlll���/ i err I r �, ° r „/ � �)i" IU,9d.✓/tu l;�ai YMau 111 � ;/Lir./ r r r r,.J„ pj�rr��Ll rrl / �✓ I , �ry /v', A!� r Polrrt N- ,: m A �1a2'sd,�iY✓` � x 1Y,. ✓I � � / ��III ��� � I�,f"�� q m ... ✓rd r,�: � m �'�;✓/nwwr�w r/ rm Io ° "ill�✓nh P I t�� xr a ul f r �r � 'Al ,✓�" )'Y,�w'nam �p � � I �i /. � rf p/i' Y III uuu r'C+C ff Coordinate Drainage Improvements w/ r ^"� rl 11 Oulfspray Avenue-Bond 2022 Project a � IY y1{!,i 1111111111111II ' ' Coordinate Drainage Improvements w/Beach Avenue-Bond 2022 Project Lockwood Ad— CITY OF CORPUS CHRISTI n Y II CITY OF CORPUS CHRISTI &Newnem,l- NORTH BEACH DRAINAGE IMPROVEMENTS M "I+��III°Ih pp. 1201 LEOPARD ST °°1° ^”^ �11,1tl11 CORPUS CHRISTI,TX Exhibit Date 11/21/2022 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 an� Lockwood, Andrews &Newn Irn, Inc. A I,.F(.) A f)AI..Y COM,,ANY North Beach Drainage Improvements(Project#22142) Summary of Fees Basic Services Task 1—Preliminary Engineering Services $ 185,715.00 Task 2—Detailed Design(60%) $ 96,810.00 Task 3—Final Design(90%) $ 75,030.00 Task 4—Fina l Design(Pre-ATA,100%) $ 27,345.00 Task 5—Bid Phase Services $ 9,280.00 Task 6—Construction Phase Services $ 55,420.00 Total Basic Services $ 449,600.00 Additional Services Topographic and Boundary Surveys $ 93,400.00 Geotech Investigation&Engineering $ 24,890.00 Enviromental&Permitting $ 80,545.00 State/TXDOT Coord/Permitting(Allowance) $ 9,980.00 ROW/Property Acq(Allowance) $ 8,600.00 Detailed H&H Modeling(Allowance) $ 30,545.00 Public Meetings(Allowance) $ 23,200.00 Total Add Services $ 271,160.00 Total Basic+Add Services $ 720,760.00 Table 2—Summary of Fees 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31F29 Sample form for: COMPLETE PROJECT NAME Payment Request AE Contract Project No.XXXX Revised 02/01/17 Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services: Contract Amd No. 1 Amd No.2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O&M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBDI TBDI TBDI TBD TBDI TBDI TBD TBD TBD Subtotal Additional Services $2,000.001 $1,120.001 $1,627.001 $4,747.00 $500.001 $0.001 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.001 $1,250.00 $8,250.00 $1,000.00 $1,500.001 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.001 $1,627.00 $4,747.00 $500.00 $0.001 $500.00 $4,247.001 10.5% Total of Fees $8,000.00 $2,120.001 $2,877.00 $12,997.00 $1,500.00 $1,500.001 $3,000.00 $9,997.001 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE.FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials(T&M). Exhibit B Page 1 of 1 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 EXHIBIT D Insurance Requirements 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a 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, 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 Per occurrence - aggregate applicable 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) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must 1 Exhibit D Page 1 of 3 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 be prior to inception of agreement, have 3-year reporting period provisions and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, with the exception of professional liability, which may be on a per claims made 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. Consultant is required to provide City with renewal Certificates. 1.5 Consultant is 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. Consultant 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 List the City and its officers, officials, employees 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 professional liability/Errors & Omissions policy; 1.6.2 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; 1.6.3 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and 2 Exhibit D Page 2 of 3 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 applicable endorsements to City. City shall have the option to suspend Consultant'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. 1.8 In addition to any other remedies the City may have upon Consultant'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 Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant'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. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 3 Exhibit D Page3 of 3 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................2 Article2—Preliminary Matters.....................................................................................................................8 Article 3—Contract Documents: Intent, Requirements, Reuse...................................................................8 Article 4—Commencement and Progress of the Work................................................................................9 Article 5—Availability of Lands; Subsurface, Physical and Hazardous Environmental Conditions ..............9 Article 6—Bonds and Insurance .................................................................................................................10 Article 7—Contractor's Responsibilities.....................................................................................................10 Article 8—Other Work at the Site...............................................................................................................10 Article 9—Owner's and OPT's Responsibilities...........................................................................................10 Article 10—OAR's and Designer's Status During Construction ..................................................................11 Article 11—Amending the Contract Documents; Changes in the Work....................................................13 Article 12—Change Management..............................................................................................................13 Article13—Claims.......................................................................................................................................14 Article 14—Prevailing Wage Rate Requirements.......................................................................................16 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................16 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................16 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................16 Article 18—Suspension of Work and Termination.....................................................................................16 Article 19—Project Management...............................................................................................................16 Article 20—Project Coordination................................................................................................................16 Article 21—Quality Management...............................................................................................................17 Article 22— Final Resolution of Disputes....................................................................................................17 Article 23—Minority/MBE/DBE Participation Policy..................................................................................17 Article 24—Document Management..........................................................................................................17 Article25—Shop Drawings.........................................................................................................................17 Article26— Record Data.............................................................................................................................20 Article 27—Construction Progress Schedule..............................................................................................21 Article 28—Video and Photographic documentation ................................................................................21 Article 29— Execution and Closeout...........................................................................................................21 Article30—Miscellaneous..........................................................................................................................22 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 1 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi(City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid-The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 2 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; C. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 3 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 b. Achieve Substantial Completion; and C. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work -The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 17.12 or 17.13. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition -The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 4 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations, ordinances,codes,and orders of governmental bodies, agencies,authorities,and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR -The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 43. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 5 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications -The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor -An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion -The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions -The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 6 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive -A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 7 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. 3.02 Reference Standards Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 8 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. 3.03 Reporting and Resolving Discrepancies 3.04 Interpretation of the Contract Documents Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK ARTICLES—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands 5.02 Use of Site and Other Areas 5.03 Subsurface and Physical Conditions 5.04 Differing Subsurface or Physical Conditions OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 9 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 5.05 Underground Facilities The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. ARTICLE 6—BONDS AND INSURANCE ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES ARTICLE 8—OTHER WORK AT THE SITE ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 10 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 9.06 Insurance 9.07 Modifications 9.08 Inspections,Tests, and Approvals A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 11 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work,or accept the Work under the provisions of Paragraph 16.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 12 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK ARTICLE 12—CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. C. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 13 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. Designer will issue a Modification per Article 11 if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. ARTICLE 13—CLAIMS 13.01 Claims 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Claims by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 14 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 C. Claims by Contractor that are not received within the time period provided by section 13.02(B) are waived. Owner may choose to deny such Claims without a formal review. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. D. Claims by Owner must be submitted by written notice to Contractor. E. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR. 2. Claims seeking an adjustment of Contract Time must include native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. F. Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the relief requested accurately reflects the full compensation to which Contractor is entitled. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation to Owner. H. Designer may review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the claim shall be deemed denied. J. The Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after a recommendation is issued by the Designer. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 15 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD ARTICLE 18—SUSPENSION OF WORK AND TERMINATION ARTICLE 19— PROJECT MANAGEMENT ARTICLE 20—PROJECT COORDINATION 20.01 Work Included 20.02 Document Submittal 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. 20.04 Requests for Information A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 16 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 ARTICLE 21—QUALITY MANAGEMENT ARTICLE 22—FINAL RESOLUTION OF DISPUTES ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 24—DOCUMENT MANAGEMENT ARTICLE 25—SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. 25.02 Quality Assurance 25.03 Contractor's Responsibilities 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 17 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 25.05 Special Certifications and Reports 25.06 Warranties and Guarantees 25.07 Shop Drawing Submittal Procedures 25.08 Sample and Mockup Submittal Procedures 25.09 Requests for Deviation 25.10 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 18 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 C. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 19 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.10.13 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. ARTICLE 26—RECORD DATA 26.01 Work Included 26.02 Quality Assurance 26.03 Contractor's Responsibilities 26.04 Record Data Requirements 26.05 Special Certifications and Reports 26.06 Warranties and Guarantees 26.07 Record Data Submittal Procedures 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 20 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. C. The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 21 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 29.02 Final Inspections A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 29.06 if notified that the Project is complete and the Work is acceptable. ARTICLE 30—MISCELLANEOUS END OF SECTION Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 22 of 22 DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 City of CITY OF CORPUS CHRISTI Corpus Christi DISCLOSURE OF INTEREST Corpus Christi Code § 2-349, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Everyquestion must be answered. If the question is not applicable, answerwith "NA". See next page for Filing Requirements, Certification and Definitions. COMPANY NAME: Lockwood, Andrews & Newnam, Inc. STREET ADDRESS: 500 N. Shoreline Blvd, Suite 905 P.O. BOX: CITY: Corpus Christi STATE: TX ZIP: 77401 FIRM IS: 1. Corporation ❑X 2. Partnership ❑ 3. Sole Owner ❑ 4. Association ❑ 5. Other ❑ If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) N/A N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title N/A N/A 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant N/A N/A DocuSign Envelope ID:2B28C2B9-FF13-4F01-949D-28A8D8A31 F29 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)]. CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested, and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas, as changes occur. Certifying Person: Stephen Gilbreath Title: Vice President Signature ofDate: Certifying Person: 5-1-2023 DEFINITIONS a. "Board member." A member of any board, commission, or committee of the city, including the board of any corporation created by the city. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the city, whether under civil service or not, including part-time employees and employees of any corporation created by the city. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements. g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF ©� H SERVICE AGREEMENT NO. 4547 v CONTRACT FOR PROFESSIONAL SERVICES �NP'PPoPpPPT'E� 1852 FOR PROJECT (No./Name) Project No. 22142 — North Beach Drainage Improvements The City of Corpus Christi, a Texas home rule municipal corporation, P.O. Box 9277, Corpus Christi, Nueces County, Texas 78469-9277 (City) acting through its duly authorized City Manager or Designee (Director) and Lockwood, Andrews & Newnam, Inc., 500 N. Shoreline Boulevard, Suite 905, Corpus Christi, Texas 78401 (Consultant), hereby agree as follows: TABLE OF CONTENTS ARTICLE NO. TITLE PAGE ARTICLE I SCOPE OF SERVICES ...................................................................2 ARTICLE II QUALITY CONTROL.......................................................................3 ARTICLE III COMPENSATION............................................................................3 ARTICLE IV TIME AND PERIOD OF SERVICE ..................................................5 ARTICLE V OPINIONS OF COST ......................................................................5 ARTICLE VI INSURANCE REQUIREMENTS......................................................5 ARTICLE VII INDEMNIFICATION .........................................................................5 ARTICLE VIII TERMINATION OF AGREEMENT ..................................................6 ARTICLE IX RIGHT OF REVIEW AND AUDIT ....................................................7 ARTICLE X OWNER REMEDIES .......................................................................7 ARTICLE XI CONSULTANT REMEDIES.............................................................8 ARTICLE XII CLAIMS AND DISPUTE RESOLUTION ..........................................8 ARTICLE XIII MISCELLANEOUS PROVISIONS .................................................10 EXHIBITS Contract for Professional Services Page 1 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF ARTICLE I —SCOPE OF SERVICES 1.1 City and Consultant agree that the services provided are properly described in the Scope of Services, which is incorporated herein and attached to this Agreement as Exhibit A. The Scope of Services shall include all associated services required for Consultant to provide such Services, pursuant to this Agreement, and any and all Services that would normally be required by law or common due diligence in accordance with the standard of care defined in Article XIII of this Agreement. The approved Scope of Services defines the services to be performed by Consultant under this Agreement. Consultant will perform the Services in accordance with Exhibit A and with Consultant's response to the Request for Qualifications related to this project,which response is incorporated by reference into this Agreement as if set out here in its entirety. 1.2 Consultant shall follow City Codes and Standards effective at the time of the execution of the contract. At review milestones, the Consultant and City will review the progress of the plans to ensure that City Codes and Standards are followed unless specifically and explicitly excluded from doing so in the approved Scope of Services attached as Exhibit A. A request made by either party to deviate from City standards after the contract is executed must be in writing. 1.3 Consultant shall provide labor, equipment and transportation necessary to complete all services agreed to hereunder in a timely manner throughout the term of the Agreement. Persons retained by Consultant to perform work pursuant to this Agreement shall be employees or subconsultants of Consultant. Upon request, Consultant must provide City with a list of all subconsultants that includes the services performed by subconsultant and the % of work performed by subconsultant (in dollars). Changes in Consultant's proposed team as specified in the SOQ or Scope of Services must be agreed to by the City in writing. 1.4 Consultant shall not begin work on any phase/task authorized under this Agreement until they are briefed on the scope of the Project and are notified in writing to proceed. If the scope of the Project changes, either Consultant or City may request a review of the changes with an appropriate adjustment in compensation. 1.5 Consultant will provide monthly status updates (project progress or delays) in the format requested by the City with each monthly invoice. 1.6 For design services, Consultant agrees to render the professional services necessary for the advancement of the Project through Final Completion of the Construction Contract. Consultant acknowledges and accepts its responsibilities, as defined and described in City's General Conditions for Construction Contracts, excerpt attached as Exhibit D. 1.6.1 The Consultant agrees to serve as the City's Designer as defined in the General Conditions and will consult and advise the City on matters related to the Consultant's Scope of Services during the performance of the Consultant's services. 1.6.2 The Consultant agrees to prepare plans, specification, bid and contract documents and to analyze bids and evaluate the documents submitted by bidders. 1.6.3 The Consultant agrees to assist the City in evaluating the qualifications of the prospective contractors, subcontractors and suppliers. 1.7 For projects that require subsurface utility investigation: 1.7.1 The Consultant agrees to prepare and submit to the City prior to the 60% submittal a signed and sealed report identifying all utilities within the project area at the Quality Level specified in Exhibit A. It is assumed that all utilities will be identified using Quality Level A exploratory excavation unless stated otherwise. Contract for Professional Services Page 2 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 1.7.2 Utilities that should be identified include but are not limited to utilities owned by the City, local franchises, electric companies, communication companies, private pipeline companies and V party owners/operators. 1.8 For project with potential utility conflicts: 1.8.1 The Consultant agrees to coordinate the verification and resolution of all potential utility conflicts. 1.8.2 The Consultant agrees to prepare and submit a monthly Utility Coordination Matrix to the City. 1.9 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 1.10 The Consultant agrees to conduct all communication through and perform all project-related functions utilizing the City's project management system known as e-Builder. This includes all correspondence, submittals, payment requests and processing, contract amendments and construction phase activities. ARTICLE II —QUALITY CONTROL 2.1 The Consultant agrees to perform quality assurance-quality control/constructability reviews (QCP Review). The City reserves the right to retain a separate consultant to perform additional QCP services for the City. 2.2 The Consultant will perform QCP Reviews at intervals during the Project to ensure deliverables satisfy applicable industry quality standards and meet the requirements of the Project scope. Based on the findings of the QCP Review, the Consultant must reconcile the Project Scope and the Opinion of Probable Cost (OPC), as needed. 2.3 Final construction documents that do not meet City standards in effect at the time of the execution of this Agreement may be rejected. If final construction documents are found not to be in compliance with this Agreement, Consultant will not be compensated for having to resubmit documents. ARTICLE III — COMPENSATION 3.1 The Compensation for all services (Basic and Additional) included in this Agreement and in the Scope of Services for this Agreement shall not exceed $720,760.00. 3.2 The Consultant's fee will be on a lump sum or time and materials (T&M) basis as detailed in Exhibit A and will be full and total compensation for all services and for all expenses incurred in performing these services. Consultant shall submit a Rate Schedule with their proposal. 3.3 The Consultant agrees to complete the Scope of Services in accordance with the approved project schedule and budget as defined in Exhibit A, including completing the work in phases defined therein. 3.4 The Director of Engineering Services may request the Consultant to undertake additional services or tasks provided that no increase in fee is required. Services or tasks requiring an increase of fee will be mutually agreed and evidenced in writing as an amendment to this contract. Consultant shall notify the City within three (3) days of notice if tasks requested requires an additional fee. 3.5 Monthly invoices will be submitted in accordance with the Payment Request as shown in Exhibit B. Each invoice will include the Consultant's estimate of the proportion of the contracted services completed at the time Contract for Professional Services Page 3 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF of billing. For work performed on a T&M Basis, the invoice shall include documentation that shows who worked on the Project, the number of hours that each individual worked, the applicable rates from the Rate Schedule and any reimbursable expenses associated with the work. City will make prompt monthly payments in response to Consultant's monthly invoices in compliance with the Texas Prompt Payment Act. 3.6 Principals may only bill at the agreed hourly rate for Principals (as defined in the Rate Schedule) when acting in that capacity. Principals acting in the capacity of staff must bill at applicable staff rates. 3.7 Consultant certifies that title to all services covered by a Payment Request shall pass to City no later than the time of payment. Consultant further certifies that, upon submittal of a Payment Request, all services for which Payment Requests have been previously issued and payments received from City shall, to the best of Consultant's knowledge, information and belief, be free and clear of liens, claims, security interests or encumbrances in favor of Consultant or other persons or entities making a claim by reason of having provided labor or services relating to this Agreement. Consultant shall indemnify and hold City harmless from any liens, claims, security interests or encumbrances filed by anyone claiming by, through or under the items covered by payments made by City to Consultant. 3.8 The final payment due hereunder shall not be paid until all reports, data and documents have been submitted, received, accepted and approved by City. Final billing shall indicate "Final Bill — no additional compensation is due to Consultant." 3.9 City may withhold compensation to such extent as may be necessary, in City's opinion, to protect City from damage or loss for which Consultant is responsible, because of: 3.9.1 delays in the performance of Consultant's work; 3.9.2 failure of Consultant to make payments to subconsultants or vendors for labor, materials or equipment; 3.9.3 damage to City; or 3.9.4 persistent failure by Consultant to carry out the performance of its services in accordance with this Agreement. 3.10 When the above reasons for withholding are removed or remedied by Consultant, compensation of the amount withheld shall be made within 30 days. City shall not be deemed in default by reason of withholding compensation as provided under this Agreement. 3.11 In the event of any dispute(s) between the Parties regarding the amount properly compensable for any phase or as final compensation or regarding any amount that may be withheld by City, Consultant shall be required to make a claim pursuant to and in accordance with the terms of this Agreement and follow the procedures provided herein for the resolution of such dispute. In the event Consultant does not initiate and follow the claims procedures as required by the terms of this Agreement, any such claim shall be waived. 3.12 Request of final compensation by Consultant shall constitute a waiver of claims except those previously made in writing and identified by Consultant as unsettled at the time of final Payment Request. 3.13 All funding obligations of the City under this Agreement are subject to the appropriation of funds in its annual budget. The City may direct the Consultant to suspend work pending receipt and appropriation of funds. The right to suspend work under this provision does not relieve the City of its obligation to make payments in accordance with section 3.5 above for services provided up to the date of suspension. Contract for Professional Services Page 4 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF ARTICLE IV—TIME AND PERIOD OF SERVICE 4.1 This Agreement shall be effective upon the signature of the City Manager or designee (Effective Date). 4.2 The Consultant agrees to begin work on those authorized Services for this contract upon receipt of the Notice to Proceed from the Procurement Division. Work will not begin on any phase or any Additional Services until requested in writing by the Consultant and written authorization is provided by the Director of Engineering Services. 4.3 Time is of the essence for this Agreement. Consultant shall perform and complete its obligations under this Agreement in a prompt and continuous manner so as to not delay the Work for the Project, in accordance with the schedules approved by City. The Consultant and City are aware that many factors may affect the Consultant's ability to complete the services to be provided under this agreement. The Consultant must notify the City within ten business days of becoming aware of a factor that may affect the Consultant's ability to complete the services hereunder. 4.4 City shall perform its obligations of review and approval in a prompt and continuous manner so as to not delay the project. 4.5 This Agreement shall remain in force for a period which may reasonably be required for completion of the Project, including any extra work and any required extensions thereto, unless terminated as provided for in this Agreement. For construction design services, "completion of the Project" refers to acceptance by the City of the construction phase of the Project, i.e., Final Completion. ARTICLE V—OPINIONS OF COST 5.1 The Opinion of Probable Cost (OPC) is computed by the Consultant and includes the total cost for construction of the Project. 5.2 The OPC does not include the cost of the land, rights-of-way or other costs which are the responsibility of the City. 5.3 Since Consultant has no control over a construction contractor's cost of labor, materials or equipment, or over the contractor's methods of determining prices, or over competitive bidding or market conditions, Consultant's opinions of probable Project Cost or Construction Cost provided herein are to be made on the basis of Consultant's experience and qualifications and represent Consultant's best judgment as a design professional familiar with the construction industry, but Consultant cannot and does not guarantee proposals, bids or the construction cost shall not vary from the OPC prepared by Consultant. ARTICLE VI — INSURANCE REQUIREMENTS 6.1 Consultant must not commence work under this Agreement until all insurance required has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 6.2 Insurance Requirements are shown in EXHIBIT C. ARTICLE VII — INDEMNIFICATION Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, Contract for Professional Services Page 5 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF officers, agents, employees, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. ARTICLE VIII —TERMINATION OF AGREEMENT 8.1 By Consultant: 8.1.1 The City reserves the right to suspend this Agreement at the end of any phase for the convenience of the City by issuing a written and signed Notice of Suspension. The Consultant may terminate this Agreement for convenience in the event such suspension extends for a period beyond 120 calendar days by delivering a Notice of Termination to the City. 8.1.2 The Consultant must follow the Termination Procedure outlined in this Agreement. 8.2 By City: 8.2.1 The City may terminate this agreement for convenience upon seven days written notice to the Consultant at the address of record. 8.2.2 The City may terminate this agreement for cause upon ten days written notice to the Consultant. If Consultant begins, within three days of receipt of such notice, to correct its failure and proceeds to diligently cure such failure within the ten days, the agreement will not terminate. If the Consultant again fails to perform under this agreement, the City may terminate the agreement for cause upon seven days written notice to the Consultant with no additional cure period. If the City terminates for cause, the City may reject any and all proposals submitted by Consultant for up to two years. 8.3 Termination Procedure 8.3.1 Upon receipt of a Notice of Termination and prior to the effective date of termination, unless the notice otherwise directs or Consultant takes action to cure a failure to perform under the cure period, Consultant shall immediately begin the phase-out and discontinuance of all services in connection with the performance of this Agreement. Within 30 calendar days after receipt of the Notice of Termination, unless Consultant has successfully cured a failure to perform, Consultant shall submit a statement Contract for Professional Services Page 6 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF showing in detail the services performed under this Agreement prior to the effective date of termination. City retains the option to grant an extension to the time period for submittal of such statement. 8.3.2 Consultant shall submit all completed and/or partially completed work under this Agreement, including but not limited to specifications, designs, plans and exhibits. 8.3.3 Upon receipt of documents described in the Termination Procedure and absent any reason why City may be compelled to withhold fees, Consultant will be compensated for its services based upon a Time & Materials calculation or Consultant and City's estimate of the proportion of the total services actually completed at the time of termination. There will be no compensation for anticipated profits on services not completed. 8.3.4 Consultant acknowledges that City is a public entity and has a duty to document the expenditure of public funds. The failure of Consultant to comply with the submittal of the statement and documents, as required above, shall constitute a waiver by Consultant of any and all rights or claims to payment for services performed under this Agreement. ARTICLE IX— RIGHT OF REVIEW AND AUDIT 9.1 Consultant grants City, or its designees, the right to audit, examine or inspect, at City's election, all of Consultant's records relating to the performance of the Work under this Agreement, during the term of this Agreement and retention period herein. The audit, examination or inspection may be performed by a City designee, which may include its internal auditors or an outside representative engaged by City. Consultant agrees to retain its records for a minimum of four years following termination of the Agreement, unless there is an ongoing dispute under this Agreement, then such retention period shall extend until final resolution of the dispute. 9.2 Consultant's records include any and all information, materials and data of every kind and character generated as a result of and relevant to the Work under this Agreement (Consultant's Records). Examples include billings, books, general ledger, cost ledgers, invoices, production sheets, documents, correspondence, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, and any and all other agreements, sources of information and matters that may, in City's and Consultant's reasonable judgment, have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. 9.3 City agrees that it shall exercise the right to audit, examine or inspect Consultant's Records only during Consultant's regular business hours. Consultant agrees to allow City's designee access to all of Consultant's Records, Consultant's facilities and Consultant's current employees, deemed necessary by City or its designee(s), to perform such audit, inspection or examination. Consultant also agrees to provide adequate and appropriate work space necessary to City or its designees to conduct such audits, inspections or examinations. 9.4 Consultant shall include this audit clause in any subcontractor, supplier or vendor contract. ARTICLE X—OWNER REMEDIES 10.1 The City and Consultant agree that in the event the City suffers actual damages, the City may elect to pursue its actual damages and any other remedy allowed by law. This includes but is not limited to: 10.1.1 Failure of the Consultant to make adequate progress and endanger timely and successful completion of the Project, which includes failure of subconsultants to meet contractual obligations; Contract for Professional Services Page 7 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 10.1.2 Failure of the Consultant to design in compliance with the laws of the City, State and/or federal governments, such that subsequent compliance costs exceed expenditures that would have been involved had services been properly executed by the Consultant. 10.1.3 Losses are incurred because of errors and/or omissions in the design, working drawings, specifications or other documents prepared by the Consultant to the extent that the financial losses are greater than the City would have originally paid had there not been errors and/or omissions in the documents. 10.2 When the City incurs non-value added work costs for change orders due to design errors and/or omissions, the City will send the Consultant a letter that includes: (1) Summary of facts with supporting documentation; (2) Instructions for Consultant to revise design documents, if appropriate, at Consultant's expense; (3) Calculation of non-value added work costs incurred by the City; and (4) Deadline for Consultant's response. 10.3 The Consultant may be required to revise bid documents and re-advertise the Project at the Consultant's sole cost if, in the City's judgment, the Consultant generates excessive addenda, either in terms of the nature of the revision or the actual number of changes due to the Consultant's errors or omissions. 10.4 The City may withhold or nullify the whole or part of any payment as detailed in Article III. ARTICLE XI —CONSULTANT REMEDIES 11.1 If Consultant is delayed due to uncontrollable circumstances, such as strikes, riots, acts of God, national emergency, epidemics, acts of the public enemy, governmental restrictions, laws or regulations or any other causes beyond Consultant's and City's reasonable control, an extension of the Project schedule in an amount equal to the time lost due to such delay shall be Consultant's sole and exclusive remedy. The revised schedule should be approved in writing with a documented reason for granting the extension. 11.2 The City agrees that the Consultant is not responsible for damages arising from any cause beyond Consultant's reasonable control. 11.3 If Consultant requests a remedy for a condition not specified above, Consultant must file a Claim as provided in this Agreement. ARTICLE XII — CLAIMS AND DISPUTE RESOLUTION 12.1 Filing of Claims 12.1.1 Claims arising from the circumstances identified in this Agreement or other occurrences or events, shall be made by Written Notice delivered by the party making the Claim to the other party within 21 calendar days after the start of the occurrence or event giving rise to the Claim and stating the general nature of the Claim. 12.1.2 Every Claim of Consultant, whether for additional compensation, additional time or other relief, shall be signed and sworn to by a person authorized to bind the Consultant by his/her signature, verifying the truth and accuracy of the Claim. 12.1.3 The responsibility to substantiate a claim rests with the party making the Claim. Contract for Professional Services Page 8 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 12.1.4 Within 30 calendar days of receipt of notice and supporting documentation, City will meet to discuss the request, after which an offer of settlement or a notification of no settlement offer will be sent to Consultant. If Consultant is not satisfied with the proposal presented, Consultant will have 30 calendar days in which to (i) submit additional supporting data requested by the City, (ii) modify the initial request for remedy or (iii) request Mediation. 12.1.5 Pending final resolution of a claim, except as otherwise agreed in writing, Consultant shall proceed diligently with performance of the Agreement, and City shall continue to make payments in accordance with this Agreement. 12.2 Mediation 12.2.1 All negotiations pursuant to this clause are confidential and shall be treated as compromise and settlement negotiations for purposes of applicable rules of evidence. 12.2.2 Before invoking mediation, the Parties agree that they shall first try to resolve any dispute arising out of or related to this Agreement through discussions directly between those senior management representatives within their respective organizations who have overall managerial responsibility for similar projects. This step shall be a condition precedent to the use of mediation. If the parties' senior management representatives cannot resolve the dispute within 30 calendar days after a Party delivers a written notice of such dispute,then the Parties shall proceed with the mediation process contained herein. 12.2.2.1 In the event that City or Consultant shall contend that the other has committed a material breach of this Agreement, the Party alleging such breach shall, as a condition precedent to filing any lawsuit, request mediation of the dispute. 12.2.2.2 Request for mediation shall be in writing, and shall request that the mediation commence no less than 30 or more than 90 calendar days following the date of the request, except upon agreement of both parties. 12.2.2.3 In the event City and Consultant are unable to agree to a date for the mediation or to the identity of the mediator or mediators within 30 calendar days of the request for mediation, all conditions precedent in this Article shall be deemed to have occurred. 12.2.2.4 The parties shall share the mediator's fee. Venue for mediation shall be Nueces County, Texas. Any agreement reached in mediation shall be enforceable as a settlement agreement in any court having jurisdiction thereof. No provision of this Agreement shall waive any immunity or defense. No provision of this Agreement is a consent to suit. 12.3 In calculating the amount of any Claim or any measure of damages for breach of contract, the following standards shall apply both to claims by Consultant and to claims by City: 12.3.1 In no event shall either Party be liable, whether in contract or tort or otherwise, to the other Party for loss of profits, delay damages or for any special incidental or consequential loss or damage of any nature arising at any time or from any cause whatsoever; 12.3.2 Damages are limited to extra costs specifically shown to have been directly caused by a proven wrong for which the other Party is claimed to be responsible. 12.4 In case of litigation between the parties, Consultant and City agree that neither party shall be responsible for payment of attorney's fees pursuant to any law or other provision for payment of attorneys' fees. Both Parties expressly waive any claim to attorney's fees should litigation result from any dispute between the parties to this Contract for Professional Services Page 9 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Agreement. 12.5 In case of litigation between the parties, Consultant and City agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Agreement, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 12.6 No Waiver of Governmental Immunity. This Agreement is to perform a governmental function solely for the public benefit. Nothing in this Agreement shall be construed to waive City's governmental immunity from lawsuit, which immunity is expressly retained to the extent it is not clearly and unambiguously waived by state law. ARTICLE XIII —MISCELLANEOUS PROVISIONS 13.1 Assignability. Neither party will assign, transfer or delegate any of its obligations or duties under this Agreement contract to any other person and/or party without the prior written consent of the other party, except for routine duties delegated to personnel of the Consultant staff. This includes subcontracts entered into for services under this Agreement. If the Consultant is a partnership or joint venture, then in the event of the termination of the partnership or joint venture, this contract will inure to the individual benefit of such partner or partners as the City may designate. No part of the Consultant fee may be assigned in advance of receipt by the Consultant without written consent of the City. The City will not pay the fees of expert or technical assistance and consultants unless such employment, including the rate of compensation, has been approved in writing by the City. 13.2 Provisions Required by Law. Each applicable provision and clause required by law to be inserted into the Agreement shall be deemed to be enacted herein, and the Agreement shall be read and enforced as though each were physically included herein. 13.3 Public Information. The requirements of Subchapter J, Chapter 552, Government Code, may apply to this contract and the Consultant agrees that the contract can be terminated if the Consultant knowingly or intentionally fails to comply with a requirement of that subchapter. 13.4 Standard of Care. Services provided by Consultant under this Agreement shall be performed with the professional skill and care ordinarily provided by competent licensed professionals practicing under the same or similar circumstances and professional license; and performed as expeditiously as is prudent considering the ordinary professional skill and care of a competent engineer or architect. 13.5 Licensing. Consultant shall be represented by personnel with appropriate licensure, registration and/or certification(s) at meetings of any official nature concerning the Project, including scope meetings, review meetings, pre-bid meetings and preconstruction meetings. 13.6 Independent Contractor. The relationship between the City and Consultant under this Agreement shall be that of independent contractor. City may explain to Consultant the City's goals and objectives in regard to the services to be performed by Consultant, but the City shall not direct Consultant on how or in what manner these goals and objectives are to be met. 13.7 Entire Agreement. This Agreement represents the entire and integrated Agreement between City and Consultant and supersedes all prior negotiations, representations or agreements, either oral or written. This Agreement may be amended only by written instrument signed by both the City and Consultant. Contract for Professional Services Page 10 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 13.8 No Third Party Beneficiaries. Nothing in this Agreement can be construed to create rights in any entity other than the City and Consultant. Neither the City nor Consultant intends to create third party beneficiaries by entering into this Agreement. 13.9 Disclosure of Interest. Consultant agrees to comply with City of Corpus Christi Ordinance No. 17112 and complete the Disclosure of Interests form. 13.10 Certificate of Interested Parties. For contracts greater than $50,000, Consultant agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this agreement. Form 1295 must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info_forml295.htm. The form must then be printed, signed and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.htm1. 13.11 Conflict of Interest. Consultant agrees, in compliance with Chapter 176 of the Texas Local Government Code, to complete and file Form CIQ with the City Secretary's Office. For more information and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict-disclosure/index. 13.11 Title VI Assurance. The Consultant shall prohibit discrimination in employment based upon race, color, religion, national origin, gender, disability or age. 13.12 Controlling Law. This Agreement is governed by the laws of the State of Texas without regard to its conflicts of laws. 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. 13.13 Severability. If, for any reason, any one or more Articles and/or paragraphs of this Agreement are held invalid or unenforceable, such invalidity or unenforceability shall not affect, impair or invalidate the remaining Articles and/or paragraphs of this Agreement but shall be confined in its effect to the specific Article, sentences, clauses or parts of this Agreement held invalid or unenforceable, and the invalidity or unenforceability of any Article, sentence, clause or parts of this Agreement, in any one or more instance, shall not affect or prejudice in any way the validity of this Agreement in any other instance. 13.14 Conflict Resolution Between Documents. Consultant hereby agrees and acknowledges if anything contained in the Consultant-prepared Exhibit A, Consultant's Scope of Services, the Consultant's response to the Request for Qualifications related to this project, or in any other document prepared by Consultant and included herein, is in conflict with Articles I-XIII of this Agreement (Articles), the Articles shall take precedence and control to resolve said conflict. [Signature Page Follows] Contract for Professional Services Page 11 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF CITY OF CORPUS CHRISTI LOCKWOOD, ANDREWS & NEWNAM, INC. DocuSigned by: DocuSigned by: 5/17/2023 Es9DF9DANA537455 lb{f . RL�VVtS ._. 8R5AF.r3fiF�R E482. Jeff Edmonds, P.E. Date Stephen A. Gilbreath Date Director of Engineering Services Vice President 500 N. Shoreline Boulevard, Suite 905 Corpus Christi, Texas 78401 (361) 792-7225 Office SAGilbreath@Ian-inc.com SMHarris@lan-inc.com APPROVED AS TO LEGAL FORM: EDocuSigned by; - � A'4 5/11/2023 A5DCGE501CB3416__ Assistant City Attorney Date M2023-057 Authorized By 4/18/2023 Council ATTEST DocuSigned by; Er—;/s is �AEh5/17/2023 3AF465 City Secretary Date Contract for Professional Services Page 12 of 12 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY North Beach Drainage Improvements(Project#22142) Exhibit A-Scope of Services 1. Background In December 2019,the City of Corpus Christi City Council passed an ordinance(#031970) authorizing a$41 Million dollar project on North Beach in Corpus Christi,Texas to design and construct a navigable canal. In December 2020, LAN completed a drainage analysis of this project which advanced the concepts previously developed by the City and finalized the canal's scope and project limits. The ultimate objective was to investigate the project for its intended use of being navigable and a improve drainage for the North Beach area. On January 26th, 2021, LAN briefed City Council on the results of the drainage analysis, and it was concluded that three options would be further investigated for cost. On February 4th, 2021, LAN met with the city staff to discuss three options that LAN would provide cost estimates for and receive direction from staff on how to proceed. The following options were approved: • Option 1—Stormwater Conveyance& Ditch Improvements • Option 2—Natural Channel/Linear Park Improvements • Option 3—Navigable Canal (2 Alternatives) o Alternative A—Canal Exit to Rincon o Alternative B—Canal Exit through Beach In June 2021, LAN completed the cost estimates for the options above including conceptual layouts and GIS-based utilities research. Each Option included drainage,street, pedestrian, parks,and utility improvements.Additionally, each option included earthwork(cut and fill) required to raise elevations enough to improve drainage. It was noted that all options were conceptual and required detailed design and more investigation if the client wanted to consider them for future development. On October 25, 2022,City Council approved the North Beach Strategic Development Plan (SDP), completed by MIG Consulting, LLC which included the recommendation to move forward with the Linear Park Improvements(Option 2). The SDP recommended several measures to alleviate short and long-term flooding, including a coastal barrier (dune) system, elevating key access routes, upgrading storm water conveyance with a linear park canal, and installation of backflow prevention low-lying areas. It is intended that the measures be implemented over time as the area develops. 2. Description of Prosect#22142: North Beach Drainage Improvements Project(Project#22142)focuses on long-term development and construction of drainage infrastructure to relieve ongoing flooding due to tidal influences,backflow,groundwater seepage,and rainfall at the North Beach area of Corpus Christi. This project will align with the recommendations made in the Strategic Development Plan and begin to implement storm water conveyance improvements at the north end of North Beach including the proposed canal as part of the future linear park between Surfside Boulevard and Timon Boulevard. This project will include open channel improvements, roadside ditch improvements,and a new outfall near Timon Marsh. It will also require two,two-lane single span low profile city street bridges,one at Gulfspray Avenue and one at Beach Avenue,which will span the canal. Bridge approaches are anticipated to be less that 10-feet high and constructed with reinforced earthen embankments. The bridges and approaches will be subject to vehicular traffic and coordinated with Bond 2022 Street Improvement projects on Gulfspray and Beach Avenues. It is understood that this particular drainage project will be the first phase of long-term improvements and therefore must support future expansion to the drainage systems, expansion of the linear park to the south, connection to a future Eco-Park,and future street improvements (raising of elevations). 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 3. Prosect Goals&Objectives The design and construction of drainage improvements on North Beach will require a phased holistic approach. The following are the goals and objectives for this project: • LAN will collaborate with City staff,community leaders, stakeholders,and partners MIG Consulting LLC on long-term needs and solutions and design improvements that support long-term growth and economic development for North Beach. • To the best of our ability and keeping in mind the City's long-term vision, LAN will utilize past recommendations and previous studies to develop proposed improvements. • LAN will design improvements that have the most benefit within the CIP budget; the largest benefit/cost ratio as possible. • LAN will design improvements that improve the health and safety of the North Beach community. • Knowing that it is highly likely that this one project will not answer all drainage concerns on North Beach, LAN will collaborate with City staff, community leaders, and stakeholders to determine the best locations for the proposed improvements. 4. Projects Area and Area of Influence North Beach is located on the far north end of the City,adjacent to the Downtown and SEA District areas. The area of influence for this project is generally bounded by the US-181(TXDOT) Right-of-way on the west,the Rincon Barge Canal on the north, Corpus Christi Bay on the east, and the Corpus Christi Ship Channel on the south. The specific project area for this first phase of drainage improvements will be concentrated on the north end of North Beach, generally north of the Kiwanis and Surfside Parks locations.See Attachment 1- Project Area Exhibit. 5. Basic Services: Lockwood, Andrews & Newnam, Inc. (LAN) will provide the following Basic Services: preliminary, detailed design (60%),final design (90%and 100%),bid,and construction phase services for this project. LAN will partner with MIG Consulting, LLC to ensure long-term needs and solutions are met and to assist with the proposed design improvements at North Beach. Task 1—Preliminary Engineering Services Preliminary Engineering services will include the following tasks: 1. Kick-off Meeting — Attend one (1) virtual meeting with City staff to discuss the following: the project goals, objectives, scope, and schedule; discuss expectations of completed project and desired drainage criteria, and any ongoing developments that may influence design of proposed drainage improvements. 2. Site Visit — LAN will complete one (1) site visit to the project area to assess the terrain and conditions and determine constraints and limitations for consideration during design and construction. 3. Coordination with Surveyor—LAN will coordinate the services of a third-party surveyor to complete the scope of work detailed in Additional Services. LAN will receive the surveyor's data,interpret results,perform a quality control review of this data,and incorporate the data into the 30%construction plans. 4. Coordination with Geotechnical Engineer - LAN will coordinate the services of a third-party geotechnical engineer to complete the scope of work detailed in Additional Services. LAN will develop a boring plan/location map for the engineer showing locations for recommended soil borings, receive the engineers report, interpret results, perform a quality control review of this report, and incorporate the information from the report into the design and project manual. LAN will also prepare a scope of work for field exploration, laboratory and materials testing for the geotechnical engineer. 5. Utility Identification & Conflict Resolution — LAN will complete an 811 ticket and research City and Third-Party records and databases for the identification of utilities that may be within the project area. Once identified, 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY LAN will develop a utilities matrix and existing utility layouts. This task will include up to three (3) teleconferences or phone conversations with third-party utilities. 6. Coordination with Subsurface Utility Engineer- Following identification of utilities, LAN will develop a scope of work for Subsurface Utility Engineering (SUE) to be completed as an Additional Service. Under this task, LAN will continue coordination with the SUE firm to ensure all utilities in the project area are located. It Is assumed that the City of Corpus Christi will contract with a SUE firm that they already have a Master Services Agreement with. 7. Existing Drainage Analysis—LAN will complete a Hydrological&Hydraulics(H&H)drainage analysis of the project area of influence (approximately 160 acres). Since the project site is less than 200-acres, LAN proposes to complete this analysis using a simple Rational Method to determine the runoff volumes. LAN will base this analysis on future land use/developed conditions. 8. Proposed Conditions Hydraulic Analysis — LAN will complete a proposed conditions hydraulic analysis for the linear canal and proposed stormwater conveyance improvements. LAN will utilize City's Storm Water Master Plan Drainage Criteria Manual for sizing proposed drainage features and determining water surface elevations. 9. Drainage Area Maps-LAN will develop proposed drainage area maps and calculate the water surface elevation for the City's desired storm period and criteria with recommendations for general information for roadside ditches,cross culverts,and roadway elevations. 10. Linear Park Canal Design (30%) — LAN will improve upon the results of the proposed hydraulic analysis and complete preliminary design calculations(size,shape,slope,alignment)for the open channel/linear park canal including 30%plans,cross sections,and crossings at Gulfspray and Beach Avenues. a. In this task, LAN will partner with MIG Consulting LLC (MIG) and Gignac Landscape Architecture (GLA)to develop a conceptual layout of the proposed linear park and greenspace between Surfside and Timon Boulevards. b. The intent of this conceptual layout is to provide the City of Corpus Christi a tool to discuss future linear park development that is consistent with the proposed drainage improvements and the Strategic Development Plan. It is not intended to advance the park design elements past this stage. 11. Drainage Improvements Design (30%)—LAN will complete preliminary design of the underground storm water conveyance systems, roadside ditches and cross culvert improvements in the project area including 30%plans and cross sections. This task also includes developing a typical section for future improvements to Gulfspray and Beach Avenue. 12. Opinion of Probable Project Costs — LAN will develop a Class 3 level opinion of probable project costs for the proposed project improvements. 13. Engineering Letter Report(ELR)—LAN will develop a draft engineering letter report that summarizes the existing conditions, confirms design criteria, and details the proposed drainage improvements to be completed under this project. Layouts of the proposed improvements (30% design) will be included as an attachment to this report. In addition,the report will include recommendations for future street improvements,utility relocations, opinions of probable costs and recommendations for future connections and phasing in support of the Strategic Development Plan. Sections of the ELR may include: a. Executive Summary b. Introduction/Project Background c. Existing Conditions i. Right-of-Way/Land-Use ii. Topography 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY iii. Summary of Existing Conditions Drainage Analysis iv. Existing Utilities d. Design Criteria i. Area Plans& Land-Uses ii. Infrastructure Design Manual (IDM) iii. Drainage Criteria iv. Utility Master Plans e. Proposed Drainage Improvements i. Summary of North Beach Drainage(Studies& Plans) ii. Elements of Design 1. Proposed Canal 2. Typical Cross Section 3. Storm Water Conveyance (Pipe& Ditches) iii. Constraints& Limitations for Proposed Improvements iv. Future Connections, Expansion of Drainage System,and Phasing f. Recommendations for Street Improvements g. Recommendations for Utility Relocations h. Recommendations for Future Park Improvements i. Environmental and Regulatory Considerations/Storm Water Pollution Prevention j. Conceptual Level Opinion of Probable Construction Costs 14. Review Meeting and Final ELR—LAN will participate in one(1)30%review meeting with City staff to deliver the results of the engineering letter report, 30% plans, and review comments from staff. LAN will incorporate City comments into a final/sign&sealed Engineering Letter Report. 15. Presentation to Council — LAN will complete one (1) presentation to Council to deliver the results of the preliminary engineering effort. Task 2—Detailed Design(60%) LAN will translate engineering designs completed in the preliminary stage into detailed construction documents, including the advancement of 30%plans to 60%level. Disciplines involved include Site Civil, Drainage, and SWPPP. Tasks include: 1. Technical Drawings -A draft submission will be made at the 60%design stage for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. The anticipated drawing list includes the following: o Title Sheet/Index o Legends&Symbols o General Notes/Summary of Quantities o Overall Site Plan o Topographic/Boundary/Location Survey o SWPPP o Existing Utility Maps o Drainage Area Maps o Linear Canal Plan & Profile o Linear Canal Sections o Storm Water Plans& Profiles o Storm Water Details o Proposed Street Cross Sections 2. Technical Specifications-LAN will prepare a list of technical specifications, using City of Corpus Christi standard format, that define the project standards for materials, workmanship, and testing for client review and 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 3. Opinion of Probable Project Costs — LAN will develop a Class 2 level opinion of probable project costs for the proposed project improvements. 4. Project Executive Summary — LAN will develop a draft construction project executive summary in accordance with City of Corpus Christi guidelines and specifications. 5. Client Review Meeting - LAN will participate in one (1) review meeting with the client for the purposes of reviewing the 60%project deliverables and receive comments from the client. Task 3—Final Design(90%) LAN will advance detailed construction documents developed at 60%to the 90%level. Disciplines involved include Site Civil, Drainage,Structural,and SWPPP. Tasks include: 1. Technical Drawings -A draft submission will be made at the 90%design stage for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. In addition to the drawings delivered in the 60%submittal,the following will be included: o Gulfspray and Beach Avenue Bridge Crossings o Structural Details o Utility Relocation Plans 2. Technical Specifications - LAN will prepare draft technical specifications, using City of Corpus Christi standard format, that define the project standards for materials, workmanship, and testing for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 3. Contract Documents—LAN will prepare City standard front-end documents(in Track Changes format) including Bid Form, Agreement, Supplementary Conditions, Summary of Work, Alternates, Measurement & Payment, Submittal Register,Temporary Facilities,and Temporary Controls, using City of Corpus Christi standard format. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 4. Opinion of Probable Project Costs — LAN will develop a Class 1 level opinion of probable project costs for the proposed project improvements. 5. Project Executive Summary — LAN will develop a final construction project executive summary in accordance with City of Corpus Christi guidelines and specifications. 6. Client Review Meeting - LAN will participate in one (1) review meeting with the client for the purposes of reviewing the 90%project deliverables and receive comments from the client. Task 4—Final Design(Pre-ATA,100%) LAN will finalize construction documents developed at 90%, address comments, and deliver a final unsealed set to the client.Tasks include: 1. Technical Drawings-A final submission will be made at the 100%design stage for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 2. Technical Specifications - LAN will prepare final technical specifications, using City of Corpus Christi standard format, that define the project standards for materials, workmanship, and testing for client review and comment. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 3. Contract Documents — LAN will prepare final City standard front-end documents (in Track Change format) including Bid Form, Agreement, Supplementary Conditions, Summary of Work, Alternates, Measurement & Payment,Submittal Register,Temporary Facilities,and Temporary Controls,using City of Corpus Christi standard format. All comments received will be tracked and addressed by the design team and necessary revisions will be included in the Contract Documents. 4. Opinion of Probable Project Costs— LAN will finalize the Class 1 level opinion of probable project costs for the proposed project improvements. 5. Client Review Meeting - LAN will participate in one (1) review meeting with the client for the purposes of reviewing the 100%project deliverables and receive comments from the client. 6. Issued for Bid Documents—LAN will incorporate all client review comments and prepare final, signed &sealed issued for bid(IFB)documents in accordance with City standards including Project Manual(Contract Documents, Standard Specifications,Technical Specifications), Project Drawings, Bid Form, Executive Summary, OPCC, and CIVCAST form. Task 5—Bid Phase Services LAN will assist the client with limited bid and procurement phase services.Tasks include: 1. Pre-Bid Meeting - LAN will attend one (1) Pre-Bid meeting with the client to present the project to potential qualified contractors. 2. Respond to Requests for Information (RFI's) - LAN will monitor CIVCAST during the City's standard two-week question and answer period and respond to routine questions as necessary via email to the City Project Manager. Answers to RFI's are intended to clarify plans, specifications, or design criteria and not make significant changes to the design of the project. 3. Contract Addenda-Significant revisions to the plans or specifications during procurement will be issued through addenda prior to submittal of proposals. LAN will prepare one(1)contract addenda, if required. Task 6—Construction Phase Services LAN will assist the client with limited construction phase services.We assume the duration of construction for North Beach Drainage Improvements is approximately 56 weeks or approximately 14 months. A more detailed timeframe for construction will be developed following the 30%design. Tasks include: 1. Conformed Construction Documents - LAN will prepare one (1) set of conformed construction documents for the client prior to start of construction. 2. Pre-Construction Meeting-Once a qualified contractor is selected and under contract with the client, LAN will participate in one (1) pre-construction meeting with the selected contractor to review the project, specifications,and requirements during construction. 3. Respond to Contractor Requests for Information - During the course of construction (14 months), LAN will respond to contractor requests for information. LAN assumes a total of ten(10)formal requests for information (RFI)as part of this task. LAN considers a "formal" RFI as one that takes more than one working day to provide an answer. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 4. Review and Approve Submittals-LAN will review and approve contractor submittals as required in the contract bid documents. LAN assumes up to a total of fifteen (15)contractor submittals as part of this task. Any park or landscaping submittals will be reviewed by MIG or GLA,as appropriate. 5. Limited Construction Observations-LAN will provide limited construction observations of the project,necessary to answer RFI's. We assume one-hour(1) per week for a duration of fifty-six (56) weeks. This scope of work does not include a Resident Project Representative(RPR)or full-time construction inspector on the project. 6. Substantial & Final Completion Inspections - LAN will complete one (1) substantial completion inspection with the contractor and client and develop a punch list of items for the contractor to address prior to final completion. Once punch list is complete, LAN will perform one (1)final inspection of the project. 7. Prepare Record Drawings - LAN will prepare one (1) set (hardcopy and PDF) of record drawings for the client using the contractor mark-ups/redlines during construction. No additional survey or data collection will be performed as part of this task. 6. Additional Services The following additional services will be necessary to support the development and completion of the Basic Services above: Task 1—Topographic and Boundary Surveys As part of LAN's study in 2020, we collected survey data using LIDAR technology. For this project, more detailed data will be collected for the purposes of designing drainage improvements. A topographic survey will be conducted on a 200-foot grid and major grade breaks in the project area. Additional survey data will be collected on the following: o Existing Roads—Crown& Edge of Pavement, Ditch (100 ft Cross-Section Intervals) o Existing Ditches—50 ft Cross-Section Intervals o Drainage Features&Culverts with Inverts o Topographic Survey 200 ft Grid o Existing Above Ground Improvements o ROW Boundaries for City Roads(Information Provided By Client) o Existing Utilities Above Ground o Manholes&Cleanouts—Inverts on All Pipes The horizontal datum for this survey will be State Plane Coordinate System(NAD 83,Texas South Zone).The vertical datum will be NAVD 88 in US Feet. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. Task 2—Geotechnical Investigation&Engineering As part of LAN's study in 2020,Tolunay-Wong Engineers, Inc. collected soils data at four locations for the purposes of assessing groundwater and structural requirements for a proposed concrete bulkhead. For this project,additional soils borings will be completed for determining conditions along the proposed linear canal, at the street crossings and outfall location. Specific tasks will include: 1. Field Program — Explore the subsurface conditions at the site by performing five (5) test borings strategically located along the route of the canal. The proposed test boring locations are presented on the attached TWE Preliminary Boring Location Plan. A summary of the proposed test borings is presented in the table below: 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com 000uSignEnvelope ID:oEoo1a4o-2o1a-4oco+Aaon+A000A74oanEF Lockwood, Andrews &Newnarn, Inc. Lan x /eo ^ ox'vcuwpAwv Boring Location Teit Boring Sm., Proposed Boring Depth.s(M)l Pro,po,,wd Canal Pwfilo 13-1 and 13-2 15 Table 1—Proposed Geotechnical Borings Geotechnical drilling and sampling will be performed in accordance with ASTIVI International standards. Samples will be obtained at 2.5-ft depth intervals to a depth of 10-ft,at the 13-ft to 15-ft depth interval,and at 5-ft depth intervals thereafter until the boring completion depths are reached. 2. Laboratory Testing Selected samples from the test borings will be used for geotechnical laboratory testing. The geotechnical laboratory testing program will include properties such as moisture content, unit weight, various types of compressive strength, Atterberg Limits, and grain size distribution. One-dimensional consolidation tests will also be completed to characterize the compressibility characteristics of cohesive soils in the site soil profile(s)for consolidation settlement analyses of the bridge approach embankments. 3. Engineering Analysis / Report Preparation — Engineering analysis will be conducted utilizing the information collected during our field program and laboratory testing services. Analyses will include preliminary canal slope stability and analysis of foundation systems for support of the bridges and approach embankments as well as outfall structure. We will also provide earthwork discussions for the project. The geotechnical engineer will present the results and findings in u written report to be included as an appendix tothe preliminary phase engineering letter report. Note: This additional service will be performed on o lump sum boobi necessary for the completion of the preliminary phase engineering. Task 3—Environmental hkPermitting As part of our scope of work from 2020, LAN led initial coordination efforts with the United States Army Corps of Engineers(USACE)to discuss potential regulatory requirements for the proposed project. BIO-WEST,Inc.(BIO-WEST) completed desktop assessments to determine potential impacts to Waters of the United States(WOTUS),wetlands, threatened and endangered species,and cultural resources, located in or near the project area. Based on previous project experiences with the USACE,an Individual Permit would like to be required under Section 404 of the Clean Water Act (CVVA).This permit may take between 18 and 23 months to obtain and would require public and interagency input and coordination. Our initial assessments documented minimal impacts towetlands, endangered species, or cultural resources; however,the permitting process will determine if further requirements are needed tomitigate impacts. This task provides for LAN and Compass Environmental Solutions, LLC(formally BIO-WEST)to continue coordination with the USACE and develop u permit application for this project. Permitting assistance will also include any compensatory mitigation modeling and scoring required for potential impacts, agency coordination regarding threatened and endangered species and cultural resources,additional resource specific surveys(i.e.,marine cultural resources, shorebirds, etc.), document preparation, indirect/direct/cumulative impact assessments, and water quality evaluations under Sections 4O1and 4O2ofthe CVVA. DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY 1. Initial USACE Coordination —COMPASS will coordinate one in-person, pre-application meeting with LAN and the USACE Galveston District,Corpus Christi Field Office during either a Joint Evaluation Meeting(JEM)with the entire Interagency Review Team(IRT)in Galveston,Texas or a pre-application meeting with USACE personnel in the Corpus Christi Field Office to kick-off the project, solicit initial feedback, and navigate potential permitting approvals.COMPASS will provide all necessary paperwork, maps,and exhibits to assist in USACE understanding the project's goals and objectives.COMPASS will also coordinate up to three teleconference meetings internally for this project between COMPASS,LAN,and the end client to ask questions,solicit feedback,and receive project information and updates for the necessary USACE permits. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 2. Waters of the US Delineations—COMPASS proposes to evaluate the project site for the presence of potential jurisdictional waters of the U.S., including wetlands, and other special aquatic life (oyster reefs, seagrass beds, tidal flats,etc.)as defined in Section 404 of the CWA and Section 10 of the RHA. For terrestrial and tidally influenced areas,our evaluation will be designed to identify the presence or absence of potentially jurisdictional waters of the U.S. within the project site, document site conditions, and where possible, provide guidance for avoidance of jurisdictional waters.Our methods will include: • Review of recent aerial photography and U.S. Geological Survey (USGS) 7.5-minute Topographic Quadrangle maps of the property to evaluate the potential for waters of the U.S. • Review of Natural Resources Conservation Service(NRCS)soil survey maps and hydric soils lists • Field reconnaissance of the property for identification of wetlands and other water bodies • Use of a Trimble° Global Positioning System (GPS) device with sub-meter accuracy to mark each sampling location and the extent of any waters of the U.S., including wetland, within the proposed property boundaries per USACE Galveston District standards The delineations will identify and document the presence of waters of the U.S.within their respective areas and include a delineation of these resources as specified in the 1987 Corps of Engineers Wetlands Delineation Manual (Manual),the 2010 Regional Supplement to the USACE Wetland Delineation Manual:Atlantic and Gulf Coast Region — Version 2.0 (Supplement), Regulatory Guidance Letter 05-05 — Ordinary High Water Mark (OHWM) Identification,and other applicable industry guidance and standards. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 3. Threatened and Endangered Species Assessment— COMPASS will assess the project area with regard to T&E species and their potential habitat. COMPASS will provide effects determinations for both state and federally listed species based on background research, including but not limited to,the USFWS Information for Planning and Conservation (IPaC) tool, USFWS Environmental Conservation Online System (ECOS) mapper, and TPWD Natural Diversity Database (NDD).COMPASS will also assess the and provide recommendations with regard to the Bald and Golden Eagle Protection Act (BGEPA), the Migratory Bird Treaty Act (MBTA), and Magnuson- Stevens Fishery Conservation and Management Act for Essential Fish Habitat (EFH) during proposed construction activities. Representative photographs will be taken to document existing T&E habitats within the project area. Following on-site investigations 3,COMPASS will draft our findings as an addendum to the USACE permit application referenced below in Task 4. Based on COMPASS's extensive experienced in Corpus Christi Bay,existing relationships with regional TPWD, USFWS, and National Oceanic and Atmospheric Administration (NOAA) staff, and past experience with similar projects in the region, it is our opinion that the current project site has an extremely low probability of affected federally or state-listed threatened or endangered species. COMPASS proposes informal, verbal 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY coordination with USFWS, TPWD, and NOAA only if required based on the results of field surveys or by the USACE during permitting. If formal consultations,a Biological Assessment(BA),and/or Biological Opinion (BO)are required from the USFWS or NOAA,COMPASS will provide this scope under a separate proposal and cost estimate. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 4. Cultural Resource Surveys — For terrestrial components of the project, COMPASS will subcontract with a qualified archeological firm to complete pedestrian archeological surveys. COMPASS assumes that this project will take require a Texas Antiquities Permit(TAP)will be required prior to fieldwork mobilization.Once the TAP number is received from the THC,the survey will consist of pedestrian(visual)survey and shovel test excavation and will be designed to identify landforms and other areas within the Area of Potential Effect(APE)that have a higher probability to contain buried and previously unidentified archaeological deposits. Background research will be used to guide fieldwork efforts, and archives will be updated to obtain current site files information. In addition, with the aid of historical aerial imagery and period maps, land use history and development of the property will be used to identify areas likely to have been disturbed by prior construction, channelization, or land alteration. Intensive pedestrian archaeological survey will be restricted to those areas that appear to have retained a high degree of integrity and will include the excavation of shovel tests to a maximum depth of three feet. Shovel testing will be conducted along a single transects and shovel tests will be excavated every 100 to 200 feet in areas of higher potential, depending on topography and soil characteristics. The shovel test interval will be increased within those sections of the APE that exhibit signs of prior disturbance,and photographs will be taken of the general characteristics of the surrounding landscape to document the survey effort.All newly identified archaeological sites will be mapped and delineated within the APE. Due to the previously developed nature of the project site, no deep trenching is proposed as part of this scope. A report discussing the findings of research and fieldwork, a preliminary assessment of National Register significance,and recommendations for the project will be prepared for review within three weeks following the completion of all fieldwork. The report will be composed in accordance with standards set forth by the Texas Council of Archeologists,developed in consultation with the THC. Note: This additional service will be performed on a lump sum basis, necessary for the completion of the preliminary phase engineering. 5. Permitting and Coordination (Allowance) — Based on previous project discussions, the project may either fall under one of several Nationwide Permits(NWP) including: • #7 for Outfall Structures and Associated Intake Structures • #13 for Bank Stabilization,#33 for Temporary Construction,Access,and Dewatering • #41 for Reshaping Existing Drainage Ditches • #43 for Stormwater Management Facilities No matter which NWP is utilized, this permitting strategy is herein referred to as "Strategy A". If project descriptions should change or be altered in such a way as to meet different permitting requirements,COMPASS assumes the project as described will be approved under a separate but wholly inclusive Standard Individual Permit(SIP), herein referred to"Strategy B". For either permitting strategy, COMPASS proposes to draft a permit application pursuant of USACE guidelines and Section 404 of the CWA and Section 10 of the RHA for all proposed impacts to potentially jurisdictional waters of the U.S., including wetlands. Individual cost estimates for each strategy are provided.The following 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY basic scope of work is applicable to both strategies;the major difference in price rests in the level of coordination with the USACE—Corpus Christi Field Office. a. USACE Permitting - COMPASS will prepare a permit application for submittal to the USACE. Prior to preparing the application, COMPASS will coordinate with LAN to obtain all engineering information in order to create figures depicting proposed layouts and impacts.COMPASS cannot complete the permit application without this information. Anticipated timelines for the completion of the project are contingent on project plans and engineering drawings being relayed to COMPASS in a timely manner. b. Compensatory Mitigation Plan -As part of the standard permitting process, compensatory mitigation for proposed impacts to jurisdictional waters of the U.S. may be required. COMPASS's professional experience with similar projects under similar circumstances indicates that compensatory mitigation is generally requested if impacts to potentially jurisdictional wetlands or waters of the U.S. exceed 0.10 acres. To account for potential mitigation for unavoidable impacts as part of the Section 404 permitting process, the end client may be required to submit a CMP for all proposed impacts to demonstrate compliance with the 2008 Compensatory Mitigation for Losses of Aquatic Resources(40 CFR 230). i. To assist the client, COMPASS will perform ecological modeling on all delineated features within the project site deemed jurisdictional by the USACE. Currently, the USACE Galveston District utilizes the interim Hydrogeomorphic Model (iHGM) to model wetlands and the Interim SWG Stream Condition Assessment Standard Operating Procedure (Galveston iSCA) to model streams and tributaries.The USACE Galveston District does not currently utilize an ecological model for impoundments, lakes, or other lacustrine environments. Each model produces a score used to determine the appropriate number of credits required for compensatory mitigation by aquatic feature type. For the purposes of this scope and based on a cursory review of available aerial imagery, COMPASS assumes that only wetland communities exist on the site and/or will be impacted. No stream ecological modeling is proposed as part of this effort. ii. COMPASS will perform one site visit to collect all necessary field data and complete this assessment.COMPASS will input the required variables into the iHGM model and produce the requisite functional capacity index (FCI). The FCI will then be multiplied by the individual wetland acreages to produce functional capacity units (FCUs) for determining mitigation requirements. COMPASS assumes that each wetland community will require one Wetland Assessment Area (WAA) observation point to complete the iHGM. COMPASS will provide site photographs,field notes,and appropriate iHGM Model worksheets to the client as part of the permit application. In an effort to be cost-conscious, COMPASS will not produce a report for this item,but will incorporate the results into a final CMP. iii. Once fieldwork is complete and an appropriate site of mitigation scheme is selected, COMPASS will draft a CMP for any proposed wetland impacts within the project footprint.The mitigation plan will specifically adhere to 33 Code of Federal Regulations (CFR) Parts 325 and 332,and 40 CFR Part 230 regarding Compensatory Mitigation(Final Rule issued April 10,2008) and include an Introduction, Goals and Objectives, Credit Determination, Baseline Information,Site Selection,Mitigation Work Plan,Site Protection and Maintenance,Ecological Performance Standards, Monitoring Plan, Long-term Management, Adaptive Management, Financial Assurances and Reporting,and Figures and Exhibits. iv. COMPASS will facilitate one field meeting with USACE staff and the project team either at the project site, in the Corpus Christi metro area, or via tele-conference to discuss the results of the iHGM assessment, the Compensatory Mitigation Plan, assist with permitting, or provide guidance on any other project related issues. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� ALEOADMYCOMPANY c. Response to Comments and Decision Document/Statement of Findings - As part of the permitting process,the permit application will be posted on Public Notice by the USACE to solicit comments from regulatory agencies regarding the proposed project.Once the comment period is over,the USACE will compile the comments into one document and submit them to LAN for review. COMPASS, acting on behalf of LAN and the end client,will provide a response to all comments within 30 days of receiving them from the USACE. Following completion of the response to comments document, COMPASS will submit a copy to LAN for review and approval. Once all revisions are incorporated, COMPASS will submit a final version to the USACE for inclusion in the permitting record. Additionally, the USACE requires a Decision Document/Statement of Findings to finalize any and all permitting actions. To expedite the permit process, COMPASS process to "ghost-write" the Decision Document/Statement of Findings for the USACE permit manager and submit a word version for USACE use in approval the final permit decision. Note: Item 5, under Task 3 of Additional Services will be performed on a Time & Materials basis, based on the level of permitting and coordination necessary. Task 4—State/TXDOT Coordination&Permitting(Allowance) This task will provide for an allowance to coordinate with TXDOT or other State agencies for review and approval of this project within their jurisdictions. This project could include drainage improvements at North Beach connecting to or involving TXDOT infrastructure in the ROW of US 181. For that reason,this allowance will include coordination and preparation of TXDOT utility installation request and coordination of any traffic control plans necessary for this project. Note: This Additional Services Task will be performed on a Time & Materials basis, based on the level of permitting and coordination necessary with State&Local officials, like TXDOT. Task 5—Right-of-Way/Property Acquisition Services(Allowance) This task will provide for an allowance to assist the city's engineering department,right-of-way/real estate specialist with easement or property acquisition services that may be required for the installation of the proposed drainage improvements. This would include preparation of exhibits, meetings, coordination, management, appraisal, title work, negotiations,and preliminary condemnation support(if necessary). Note: This Additional Services Task will be performed on a Time&Materials basis, based on the level of services requested by the City of Corpus Christi. Task 6—Detailed(2D)Hydrology&Hydraulic Modeling(Allowance) Basic Services includes a drainage assessment and analysis using the Rational Method in accordance with City standard drainage design criteria. The proposed conditions model completed in 2020 was focused on the proposed development of a navigable canal with two outfalls to Corpus Christi Bay. The canal associated with the linear park approved by Council as part of the Strategic Development Plan has not been modeled. Under this task, if it becomes necessary after completing the Basic services to perform detailed H&H modeling to better understand the situation at North Beach, LAN will modify the proposed conditions model developed in 2020 to reflect the alignment and cross section of the proposed open channel system and roadside ditch improvements. This task will only be performed if necessary and after authorization from the Director of Engineering. Note:This Additional Services Task will be performed on a Lump Sum basis,but only if determined necessary and approved by Engineering Services,following the drainage analysis performed in the preliminary design. 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Lockwood,Andrews &Newn Irn, Inc. an� A I, O A DM Y COMPANY Task 7—Public Meetings(Allowance) This task will provide for an allowance to assist the City in the completion of public or stakeholder meetings associated with this project. Public meetings may occur at the 30%stage,design,final design or during construction. They will require LAN attendance, presentation preparation,and exhibits. This task also would provide for MIG, LLC to develop design visualizations for the linear park. These meetings are not intended to duplicate city required meetings or the proposed briefing to Council following the preliminary phase. LAN assumes up to four(4)public meetings under this task. Note: This Additional Services Task will be performed on a Time&Materials basis, based on the level of services requested by the City of Corpus Christi. Attachments: 1. Project Area Exhibit 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID'.3ED21840.221842C2-A82&AB23A]4289EF p r g r � . i r, r PROJECT AREA r r` a A x v r r f i r i e w n r x l ��'" '�"���°w�rrri iuw ureravorOrliruirl r�iunr rc�rriui r"� �r,ye� ru/ArY�rrr lfUffU✓1�/r/l/y'oi�A�,fu�----�✓^m�: � �j r r r riw�„, ,,,,,,,,,, �!�'✓ ,,,, '.n eke J,;� a 'w�”'41�,!PW16'j. r 1)iilpfNS'PlklIH11111iv�(. 1 sadlRAlraimldwwweNm qAr wrnn 4 v �..,�wr it rl ,WIIIJIn//ISfhlNllrlr h'Nk ": a>ti'^� »� ,��... ✓a` a,��„h, ,v.,.... , r,r, ✓rrr ((lll% ,.�Y,w, ...L.,�wp ,rar;�,. W ;,-;, „�..,,, ...... Y, �cnir, .,aiaai"� ��' fir rb�- WLIN'M' i ,,,✓: '/ '�1`v1� v1rG.�; J Ali ��� lYi pJiAm�,�7///N i�r.r; ,. ,�,` � v��'' ,a�iN1 �V Lin � r, �« le rl � � N I n I i l ,,, ,,,;; ;,,,,, r r�,��/�)l�l�,i.!lricl//i�%�i/�il✓vV��i/ ,va//r�//i:( � �f, ..,,.. r,�,,, ��"/� I( %Ari �r 1 H- �� iu it"C' ; yrp, � u '✓,. �4x";w �;*��+' 9wwr�,w/� lar 101 n1 drc P�jl t�� � v ul � ,., ,wp:.. f'ov Ro Drtch Grad i r a 'Al Coordinate Drainage Improvements w/ '"'�-- �^.r I I1 Gulfspray Avenue-Bond 2022 Project r;�i� 1111111111111II Coordinate Drainage Improvements w/Beach Avenue-Bond 2022 Project Lockwood Ad— CITY OF CORPUS CHRISTI n Y II CITY OF CORPUS CHRISTI &Newnem,l- NORTH BEACH DRAINAGE IMPROVEMENTS M "I+��III°Ih pp. 1201 LEOPARD ST °°1° ^"^ �11,1tl11 CORPUS CHRISTI,TX Exhibit Date 11/1/022 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF an� Lockwood, Andrews &Newn Irn, Inc. A I,.F(.) A f)AI..Y COM,,ANY North Beach Drainage Improvements(Project#22142) Summary of Fees Basic Services Task 1—Preliminary Engineering Services $ 185,715.00 Task 2—Detailed Design(60%) $ 96,810.00 Task 3—Final Design(90%) $ 75,030.00 Task 4—Fina l Design(Pre-ATA,100%) $ 27,345.00 Task 5—Bid Phase Services $ 9,280.00 Task 6—Construction Phase Services $ 55,420.00 Total Basic Services $ 449,600.00 Additional Services Topographic and Boundary Surveys $ 93,400.00 Geotech Investigation&Engineering $ 24,890.00 Enviromental&Permitting $ 80,545.00 State/TXDOT Coord/Permitting(Allowance) $ 9,980.00 ROW/Property Acq(Allowance) $ 8,600.00 Detailed H&H Modeling(Allowance) $ 30,545.00 Public Meetings(Allowance) $ 23,200.00 Total Add Services $ 271,160.00 Total Basic+Add Services $ 720,760.00 Table 2—Summary of Fees 500 N.Shoreline Blvd Suite 905 • Corpus Christi,Texas 78401 • 361.882.2257 • wvwv.lan-inc.com DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Sample form for: COMPLETE PROJECT NAME Payment Request AE Contract Project No.XXXX Revised 02/01/17 Invoice No. 12345 Invoice Date 01/01/2017 Total Current Previous Total Remaining Percent Basic Services: Contract Amd No. 1 Amd No.2 Contract Invoice Invoice Invoice Balance Complete Preliminary Phase $1,000.00 $0.00 $0.00 $1,000.00 $0.00 $1,000.00 $1,000.00 $0.00 100.0% Design Phase $2,000.00 $1,000.00 $0.00 $3,000.00 $1,000.00 $500.00 $1,500.00 $1,500.00 50.0% Bid Phase $500.00 $0.00 $250.00 $750.00 $0.00 $0.00 $0.00 $750.00 0.0% Construction Phase $2,500.00 $0.00 $1,000.00 $3,500.00 $0.00 $0.00 $0.00 $3,500.00 0.0% Subtotal Basic Services $6,000.00 $1,000.00 $1,250.00 $8,250.00 $1,000.00 $1,500.00 $2,500.00 $5,750.00 30.3% Additional Services: Permitting $2,000.00 $0.00 $0.00 $2,000.00 $500.00 $0.00 $500.00 $1,500.00 25.0% Warranty Phase $0.00 $1,120.00 $0.00 $1,120.00 $0.00 $0.00 $0.00 $1,120.00 0.0% Inspection $0.00 $0.00 $1,627.00 $1,627.00 $0.00 $0.00 $0.00 $1,627.00 0.0% Platting Survey TBD TBD TBD TBD TBD TBD TBD TBD TBD O&M Manuals TBD TBD TBD TBD TBD TBD TBD TBD TBD SCADA TBDI TBDI TBDI TBD TBDI TBDI TBD TBD TBD Subtotal Additional Services $2,000.001 $1,120.001 $1,627.001 $4,747.00 $500.001 $0.001 $500.00 $4,247.00 10.5% Summary of Fees: Basic Services Fees $6,000.00 $1,000.001 $1,250.00 $8,250.00 $1,000.00 $1,500.001 $2,500.00 $5,750.00 30.3% Additional Services Fees $2,000.00 $1,120.001 $1,627.00 $4,747.00 $500.00 $0.001 $500.00 $4,247.001 10.5% Total of Fees $8,000.00 $2,120.001 $2,877.00 $12,997.00 $1,500.00 $1,500.001 $3,000.00 $9,997.001 23.1% Notes: A PURCHASE ORDER NUMBER MUST BE INCLUDED ON ALL INVOICES AND INVOICE CORRESPONDENCE.FAILURE TO COMPLY WILL RESULT IN DELAYED PAYMENT OF INVOICES. If needed, update this sample form based on the contract requirements. If applicable, refer to the contract for information on what to include with time and materials(T&M). Exhibit B Page 1 of 1 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF EXHIBIT D Insurance Requirements 1.1 Consultant must not commence work under this agreement until all required insurance has been obtained and such insurance has been approved by the City. Consultant must not allow any subcontractor to commence work until all similar insurance required of any subcontractor has been obtained. 1.2 Consultant must furnish to the Director of Engineering Services with the signed agreement a 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, 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 Per occurrence - aggregate applicable 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) $500,000 Combined Single Limit 1. Owned 2. Hired and Non-Owned 3. Rented/Leased PROFESSIONAL LIABILITY $1,000,000 Per Claim (Errors and Omissions) If claims made policy, retro date must 1 Exhibit D Page 1 of 3 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF be prior to inception of agreement, have 3-year reporting period provisions and identify any limitations regarding who is insured. 1.3 In the event of accidents of any kind related to this agreement, Consultant must furnish the City with copies of all reports of any accidents within 10 days of the accident. 1.4 Consultant shall obtain and maintain in full force and effect for the duration of this Contract, and any extension hereof, at Consultant's sole expense, insurance coverage written on an occurrence basis, with the exception of professional liability, which may be on a per claims made 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. Consultant is required to provide City with renewal Certificates. 1.5 Consultant is 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. Consultant 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: Engineering Services P.O. Box 9277 Corpus Christi, TX 78469-9277 1.6 Consultant agrees that with respect to the above required insurance, all insurance policies are to contain or be endorsed to contain the following required provisions: 1.6.1 List the City and its officers, officials, employees 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 professional liability/Errors & Omissions policy; 1.6.2 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; 1.6.3 Provide thirty (30) calendar days advance written notice directly to City of any suspension, cancellation or non-renewal of coverage, and not less than ten (10) calendar days advance written notice for nonpayment of premium. 1.7 Within five (5) calendar days of a suspension, cancellation or non-renewal of coverage, Consultant shall provide a replacement Certificate of Insurance and 2 Exhibit D Page 2 of 3 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF applicable endorsements to City. City shall have the option to suspend Consultant'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. 1.8 In addition to any other remedies the City may have upon Consultant'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 Consultant to remove the exhibit hereunder, and/or withhold any payment(s) if any, which become due to Consultant hereunder until Consultant demonstrates compliance with the requirements hereof. 1.9 Nothing herein contained shall be construed as limiting in any way the extent to which Consultant may be held responsible for payments of damages to persons or property resulting from Consultant's or its subcontractor's performance of the work covered under this agreement. 1.10 It is agreed that Consultant'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. 1.11 It is understood and agreed that the insurance required is in addition to and separate from any other obligation contained in this agreement. 3 Exhibit D Page3 of 3 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................2 Article2—Preliminary Matters.....................................................................................................................8 Article 3—Contract Documents: Intent, Requirements, Reuse...................................................................8 Article 4—Commencement and Progress of the Work................................................................................9 Article 5—Availability of Lands; Subsurface, Physical and Hazardous Environmental Conditions ..............9 Article 6—Bonds and Insurance .................................................................................................................10 Article 7—Contractor's Responsibilities.....................................................................................................10 Article 8—Other Work at the Site...............................................................................................................10 Article 9—Owner's and OPT's Responsibilities...........................................................................................10 Article 10—OAR's and Designer's Status During Construction ..................................................................11 Article 11—Amending the Contract Documents; Changes in the Work....................................................13 Article 12—Change Management..............................................................................................................13 Article13—Claims.......................................................................................................................................14 Article 14—Prevailing Wage Rate Requirements.......................................................................................16 Article 15—Cost of the Work; Allowances; Unit Price Work......................................................................16 Article 16—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................16 Article 17—Payments to Contractor; Set-Offs; Completion; Correction Period........................................16 Article 18—Suspension of Work and Termination.....................................................................................16 Article 19—Project Management...............................................................................................................16 Article 20—Project Coordination................................................................................................................16 Article 21—Quality Management...............................................................................................................17 Article 22— Final Resolution of Disputes....................................................................................................17 Article 23—Minority/MBE/DBE Participation Policy..................................................................................17 Article 24—Document Management..........................................................................................................17 Article25—Shop Drawings.........................................................................................................................17 Article26— Record Data.............................................................................................................................20 Article 27—Construction Progress Schedule..............................................................................................21 Article 28—Video and Photographic documentation ................................................................................21 Article 29— Execution and Closeout...........................................................................................................21 Article30—Miscellaneous..........................................................................................................................22 Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 1 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF ARTICLE 1—DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. Terms with initial capital letters, including the term's singular and plural forms, have the meanings indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi(City)authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid-The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 2 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5101 et seq.; C. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous,toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications,and increases or decreases in unit price quantities, if any,that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 3 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF b. Achieve Substantial Completion; and C. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work -The sum of costs incurred for the proper performance of the Work as allowed by Article 15. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 17.12 or 17.13. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers, Registered Architects or Registered Landscape Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract -The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition -The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. 31. Indemnified Costs-All costs, losses,damages,and legal or other dispute resolution costs resulting from claims or demands against Owner's Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 4 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 32. Laws and Regulations; Laws or Regulations-Applicable laws,statutes, rules, regulations, ordinances,codes,and orders of governmental bodies, agencies,authorities,and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone-A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; C. Field Order; or d. Work Change Directive. 36. Notice of Award-The notice of Owner's intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed -A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner-The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City's officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner's Authorized Representative or OAR -The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT - The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. 43. Progress Schedule -A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. The Progress Schedule must be a Critical Path Method (CPM) Schedule. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 5 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 45. Resident Project Representative or RPR-The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents-A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder-The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications -The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor -An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion -The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions -The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data-Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or C. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 6 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work-Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive -A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense,"or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms"day"or"calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 7 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2—PRELIMINARY MATTERS ARTICLE 3—CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. 3.02 Reference Standards Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 8 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. 3.03 Reporting and Resolving Discrepancies 3.04 Interpretation of the Contract Documents Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. ARTICLE 4—COMMENCEMENT AND PROGRESS OF THE WORK ARTICLES—AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands 5.02 Use of Site and Other Areas 5.03 Subsurface and Physical Conditions 5.04 Differing Subsurface or Physical Conditions OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT's obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer's findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 9 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 5.05 Underground Facilities The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. ARTICLE 6—BONDS AND INSURANCE ARTICLE 7—CONTRACTOR'S RESPONSIBILITIES ARTICLE 8—OTHER WORK AT THE SITE ARTICLE 9—OWNER'S AND OPT'S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner's Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests A. Owner's duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 10 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 9.06 Insurance 9.07 Modifications 9.08 Inspections,Tests, and Approvals A. OPT's responsibility with respect to certain inspections,tests, and approvals are described in Paragraph 16.02. 9.09 Limitations on OPT's Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor's means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor's failure to perform the Work in accordance with the Contract Documents. 9.10 Undisclosed Hazardous Environmental Condition A. OPT's responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10—OAR'S AND DESIGNER'S STATUS DURING CONSTRUCTION 10.01 Owner's Representative A. OAR is Owner's representative. The duties and responsibilities and the limitations of authority of OAR as Owner's representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer's visits and observations are subject to the limitations on Designer's authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner's quality assurance program, and administer the Contract as Owner's representative as described in the Contract Documents. OAR's visits and observations are subject to the limitations on OAR's authority and responsibility described in Paragraphs 9.09 and 10.07. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 11 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives' authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 16. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 16. 10.05 Shop Drawings, Modifications and Payments A. Designer's authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. C. OAR and Designer's authority related to Modifications is described in Article 11. D. OAR's authority related to Applications for Payment is described in Articles 15 and 17. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work,or accept the Work under the provisions of Paragraph 16.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer's decision by submitting a Change Proposal if Contractor does not agree with the Designer's decision. 10.07 Limitations on OAR's and Designer's Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor's Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor's Team. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 12 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF ARTICLE 11—AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK ARTICLE 12—CHANGE MANAGEMENT 12.01 Requests for Change Proposal A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 12.02 to the Designer for evaluation by the OPT. 12.02 Change Proposals A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. C. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outlined in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 13 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 15 for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with Article 25. 12.03 Designer Will Evaluate Request for Modification A. Designer will issue a Modification per Article 11 if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. ARTICLE 13—CLAIMS 13.01 Claims 13.02 Claims Process A. Claims must be initiated by written notice. Notice must conspicuously state that it is a notice of a Claim in the subject line or first sentence. Notice must also list the date of first occurrence of the claimed event. B. Claims by Contractor must be in writing and delivered to the Owner, Designer and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 14 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF C. Claims by Contractor that are not received within the time period provided by section 13.02(B) are waived. Owner may choose to deny such Claims without a formal review. Any Claims by Contractor that are not brought within 90 days following the termination of the Contract are waived and shall be automatically deemed denied. D. Claims by Owner must be submitted by written notice to Contractor. E. The responsibility to substantiate a Claim rests with the entity making the Claim. Claims must contain sufficient detail to allow the other party to fully review the Claim. 1. Claims seeking an adjustment of Contract Price must include the Contractor's job cost report. Provide additional documentation as requested by OAR. 2. Claims seeking an adjustment of Contract Time must include native schedule files in Primavera or MS Project digital format. Provide additional documentation as requested by OAR. F. Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor's knowledge and belief, the relief requested accurately reflects the full compensation to which Contractor is entitled. G. Claims by Contractor against Owner and Claims by Owner against Contractor, including those alleging an error or omission by Designer but excluding those arising under Section 7.12,shall be referred initially to Designer for consideration and recommendation to Owner. H. Designer may review a Claim by Contractor within 30 days of receipt of the Claim and take one or more of the following actions: 1. Request additional supporting data from the party who made the Claim; 2. Issue a recommendation; 3. Suggest a compromise; or 4. Advise the parties that Designer is not able to make a recommendation due to insufficient information or a conflict of interest. I. If the Designer does not take any action, the claim shall be deemed denied. J. The Contractor and the Owner shall seek to resolve the Claim through the exchange of information and direct negotiations. If no agreement is reached within 90 days, the Claim shall be deemed denied. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of any actions taken on a Claim. K. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after a recommendation is issued by the Designer. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 15 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF ARTICLE 14—PREVAILING WAGE RATE REQUIREMENTS ARTICLE 15—COST OF THE WORK;ALLOWANCES; UNIT PRICE WORK ARTICLE 16—TESTS AND INSPECTIONS;CORRECTION,REMOVAL,OR ACCEPTANCE OF DEFECTIVE WORK ARTICLE 17—PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD ARTICLE 18—SUSPENSION OF WORK AND TERMINATION ARTICLE 19— PROJECT MANAGEMENT ARTICLE 20—PROJECT COORDINATION 20.01 Work Included 20.02 Document Submittal 20.03 Communication During Project A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. 20.04 Requests for Information A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per Article 12 if the RFI indicates that a Contract Modification is required. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 16 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF ARTICLE 21—QUALITY MANAGEMENT ARTICLE 22—FINAL RESOLUTION OF DISPUTES ARTICLE 23—MINORITY/MBE/DBE PARTICIPATION POLICY ARTICLE 24—DOCUMENT MANAGEMENT ARTICLE 25—SHOP DRAWINGS 25.01 Work Included A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. 25.02 Quality Assurance 25.03 Contractor's Responsibilities 25.04 Shop Drawing Requirements A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general,conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 17 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 25.05 Special Certifications and Reports 25.06 Warranties and Guarantees 25.07 Shop Drawing Submittal Procedures 25.08 Sample and Mockup Submittal Procedures 25.09 Requests for Deviation 25.10 Designer Responsibilities A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Article for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. C. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per Article 26. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 18 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF C. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 19 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Submit any requested deviation that requires a change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 25.10.13 that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. ARTICLE 26—RECORD DATA 26.01 Work Included 26.02 Quality Assurance 26.03 Contractor's Responsibilities 26.04 Record Data Requirements 26.05 Special Certifications and Reports 26.06 Warranties and Guarantees 26.07 Record Data Submittal Procedures 26.08 Designer's Responsibilities A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 26.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 26.02. Document will be given the status of "Filed as Received" and no further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 20 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per Article 25. b. The cursory review indicates that the document does not meet the requirements of Paragraph 26.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. C. The Record Data is not required by the Contract Documents nor is the Record Data applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." ARTICLE 27—CONSTRUCTION PROGRESS SCHEDULE ARTICLE 28—VIDEO AND PHOTOGRAPHIC DOCUMENTATION ARTICLE 29—EXECUTION AND CLOSEOUT 29.01 Substantial Completion A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 21 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF 29.02 Final Inspections A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 29.06 if notified that the Project is complete and the Work is acceptable. ARTICLE 30—MISCELLANEOUS END OF SECTION Excerpt from FORM 00 72 00 GENERAL CONDITIONS for Construction Projects related to design services EXHIBIT D Page 22 of 22 DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF City of CITY OF CORPUS CHRISTI Corpus Christi DISCLOSURE OF INTEREST Corpus Christi Code § 2-349, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Everyquestion must be answered. If the question is not applicable, answerwith "NA". See next page for Filing Requirements, Certification and Definitions. COMPANY NAME: Lockwood, Andrews & Newnam, Inc. STREET ADDRESS: 500 N. Shoreline Blvd, Suite 905 P.O. BOX: CITY: Corpus Christi STATE: TX ZIP: 77401 FIRM IS: 1. Corporation ❑X 2. Partnership ❑ 3. Sole Owner ❑ 4. Association ❑ 5. Other ❑ If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Job Title and City Department (if known) N/A N/A 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Title N/A N/A 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Board, Commission or Committee N/A N/A 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant N/A N/A DocuSign Envelope ID:3ED21840-2218-42C2-A829-AB23A74289EF FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)]. CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested, and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas, as changes occur. Certifying Person: Stephen Gilbreath Title: Vice President Signature ofDate: Certifying Person: 5-1-2023 DEFINITIONS a. "Board member." A member of any board, commission, or committee of the city, including the board of any corporation created by the city. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the city, whether under civil service or not, including part-time employees and employees of any corporation created by the city. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements. g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. DATE(MM/DDNYYY) ACCORD® CERTIFICATE OF LIABILITY INSURANCE 1/1/2024 12/28/2022 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 Lockton Companies NAMEACT 444 W.47th Street,Suite 900 PHONE FAx Kansas City MO 64112-1906 E MAILo Ext): A/C,No (816)960-9000 ADDRESS: kctsu( ,lockton.com INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Zurich American Insurance Company 16535 INSURED LEO A.DALY INSURER B:Travelers Property Casualty Company of America 25674 1392953 2925 BRIARPARK DRIVE INSURER C HOUSTON TX 77042 INSURER D INSURER E INSURER F: COVERAGES CERTIFICATE NUMBER: 19205459 REVISION NUMBER: XXXXXXX THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR INSD WVD POLICY NUMBER MM/DDNYYY MM/DDNYYY A X COMMERCIAL GENERAL LIABILITY y N GLO 7463242 1/1/2023 1/1/2024 EACH OCCURRENCE $ 1,000,000 DAMAGE TO RENTED CLAIMS-MADE 1XI OCCUR PREMISES Ea oc ",.nce $ 300,000 MED EXP(Any one person) $ 10,000 PERSONAL&ADV INJURY $ 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 POLICY I jECT LOC PRODUCTS-COMP/OP AGG $ 2,000,000 OTHER: $ A AUTOMOBILE LIABILITY y N BAP 7463243 1/1/2023 1/1/2024 COMBINED SINGLE LIMIT $ Ea accident 1,000,000 X ANY AUTO BODILY INJURY(Per person) $ XXXXXXX X, OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS XXXXXXX X HIRED X NON-OWNED PROPERTY DAMAGE $ XXXXXXX AUTOS ONLY AUTOS ONLY Per accident $ XXXXXXX B X UMBRELLA LIAB X OCCUR N N CUP-OT356982 1/1/2023 1/1/2024 EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $ 1000 000 DED X RETENTION$ 10,000 $ XXXXXXX AWORKERS COMPENSATION y WC 7463244 1/1/2023 1/1/2024 X STATUTE OERH AND EMPLOYERS'LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE Y/N N/A E.L.EACH ACCIDENT $ 1000 000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L.DISEASE-EA EMPLOYEE $ 1,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ 1000 000 DESCRIPTION OF OPERATIONS/LOCATIONS/VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space is required) RE:NORTH BEACH DRAINAGE IMPROVEMENTS PER THE CITY OF CORPUS CHRISTI AND ITS OFFICERS,OFFICIALS,EMPLOYEES,VOLUNTEERS,AND ELECTED REPRESENTATIVES ARE NAMED AS ADDITIONAL INSURED ON THE GENERAL AND AUTOMOBILE LIABILITY POLICIES..THE TERM"OTHER INSURANCE"CLAUSE SHALL NOT APPLY TO THE CITY OF CORPUS CHRISTI WHERE THE CITY IS AN ADDITIONAL INSURED.A WAIVER OF SUBROGATION IS ISSUED IN FAVOR OF THE CITY ON THE WORKERS'COMPENSATION AND EMPLOYERS'LIABILITY POLICIES.A THIRTY(30)DAY NOTICE OF CANCELLATION SHALL BE PROVIDED TO THE CITY CERTIFICATE HOLDER CANCELLATION See Attachments SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 19205459 THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN CITY OF CORPUS CHRISTI ACCORDANCE WITH THE POLICY PROVISIONS. ATTN:LOIS HINOJOSA P.O.BOX 9277 AUTHORIZED REPRESENTATIV J CORPUS CHRISTI TX 78469-9277 ' ©1988 015 ACORD CORPORATION. All rights reserved. ACORD 25(2016/03) The ACORD name and logo are registered marks of ACORD Miscellaneous Attachment:M504829 Certificate ID: 19205459 Additional Insured — Owners, Lessees Or Contractors — Completed Operations ZURICH THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 7463242 Effective Date: 01/01/2023 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location And Description Of Completed Operations Or Organization(s): Any person or organization, other than an architect, Any location or project, other than a wrap-up or other engineer or surveyor, whom you are require to add consolidated insurance program location or project as an additional insured under this policy under a for which insurance is otherwise separately provided written contract or written agreement executed prior to you by a wrap-up or other consolidated insurance to a loss program U-GL-2168-A CW(02/19) Miscellaneous Attachment:M504829 Certificate ID: 19205459 Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s)shown in the Schedule of this endorsement, but only with respect to liability for"bodily injury" or"property damage" caused, in whole or in part, by"your work"at the location designated and described in such Schedule, performed for that additional insured and included in the"products-completed operations hazard". All other terms, conditions, provisions and exclusions of this policy remain the same Includes copyrighted material of Insurance Services Office,Inc.,with its permission U-GL-2168-A CW(02/19) Page 2 of 2 Miscellaneous Attachment:M504829 Certificate ID: 19205459 Additional Insured — Owners, Lessees Or Contractors — Scheduled Person Or Organization THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. Policy No. GLO 7463242 Effective Date: 01/01/2023 This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part SCHEDULE Name Of Additional Insured Person(s) Location(s) Of Covered Operations Or Organization(s): ANY PERSON OR ORGANIZATION, OTHER THAN ANY LOCATION OR PROJECT, OTHER THAN A AN ARCHITECT, ENGINEER OR SURVEYOR, WRAP-UP OR OTHER CONSOLIDATED INSURANCE WHOM YOU ARE REQUIRED TO ADD AS AN PROGRAM LOCATION OR PROJECT FOR WHICH ADDITIONAL INSURED UNDER THIS POLICY INSURANCE IS OTHERWISE SEPARATELY UNDER A WRITTEN CONTRACT OR WRITTEN PROVIDED TO YOU BY A WRAP-UP OR OTHER AGREEMENT EXECUTED PRIOR TO LOSS. CONSOLIDATED INSURANCE LOCATION U-GL-2169-A CW(02/19) Page 1 of 2 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. Miscellaneous Attachment:M504829 Certificate ID: 19205459 A.Section II—Who Is An Insured is amended to include as an additional insured the person(s)or organization(s) shown in the Schedule of this endorsement, but only with respect to liability for"bodily injury", "property damage" or"personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated in such Schedule. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to"bodily injury"or"property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project(other than service, maintenance or repairs)to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of"your work"out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. All other terms, conditions, provisions and exclusions of this policy remain the same. U-GL-2169-A CW(02/19) Page 2 of 2 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. Miscellaneous Attachment:M504826 Certificate ID: 19205459 POLICY NUMBER: BAP 7463243 COMMERCIAL AUTO CA 20 48 10 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. DESIGNATED INSURED FOR COVERED AUTOS LIABILITY COVERAGE This endorsement modifies insurance provided under the following: AUTO DEALERS COVERAGE FORM BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by this endorsement. This endorsement identities person(s) or organization(s) who are "insureds" for Covered Autos Liability Coverage under the Who Is An Insured provision of the Coverage Form, This endorsement does not alter coverage provided in the Coverage Form. This endorsement changes the policy effective on the inception date of the policy unless another date is indicated below. Named Insured: LOCKWOOD, ANDREWS & NEWNAM, INC. Endorsement Effective Date: 01/01/2023 SCHEDULE Name Of Person(s) Or Organization(s): Any person or organization you are required to add as an additional insured, including on a primary & non-contributory basis, under a written contract, written agreement or permit. Information required to complete this schedule, if not shown above, will be shown in the Declarations. Each person or organization shown in the Schedule is an "insured" for Covered Autos Liability Coverage, but only to the extent that person or organization qualifies as an "insured" under the Who Is An Insured provision contained in Paragraph A.1. of Section It— Covered Autos Liability Coverage in the Business Auto and Moto Carrier Coverage Forms and Paragraph D.2. of Section I — Covered Autos Coverages of the Auto Dealers Coverage Form CA 20 48 10 13 Page 1 of 1 Miscellaneous Attachment:M504158 Certificate ID: 19205459 Notification to Others of Cancellation FPolicy No. Eff.Date of Pol. Exp.Date of Pol. Eff.Date of End. Producer No. AddT Prem Return Prem. GLO--7-463242-01 01/01/2023 01/01/2024 37385000 INCL THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part Products/Completed Operations Liability Coverage Part A. If we cancel this Coverage Part(s) by written notice to the first Named Insured for any reason other than nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation: 1. To the name and address corresponding to each person or organization shown in the Schedule below; and 2. At least 10 days prior to the effective date of the cancellation, as advised in our notice to the first Named Insured, or the longer number of days notice if indicated in the Schedule below. B. If we cancel this Coverage Part(s) by written notice to the first Named Insured for nonpayment of premium, we will mail or deliver a copy of such written notice of cancellation to the name and address corresponding to each person or organization shown in the Schedule below at least 10 days prior to the effective date of such cancellation. C. If notice as described in Paragraphs A. or B. of this endorsement is mailed, proof of mailing will be sufficient proof of such notice. SCHEDULE Name and Address of Other Person(s)/Organization(s): Number of Days Notice: 30 All other terms and conditions of this policy remain unchanged. u-GL-1446-A CW(05/10) Includes copyrighted material of Insurance Services Office, Inc.,with its permission Page 1 of 1 Miscellaneous Attachment:M506460 Certificate ID: 19205459 NAMED INSURED: LOCKWOOD, ANDREWS & NEWNAM, INC. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule If you are required by a written contract or agreement, which is executed before a loss, to waive your rights of recovery from others, we agree to waive our rights of recovery. WC 00 03 13