Loading...
HomeMy WebLinkAboutC2023-217 - 6/27/2023 - Approved DocuSign Envelope ID:87A36CD9-A966-487E-AF78-9B5654ED872B October 11, 2023 Halff Associates, Inc. FINANCE- Chris Caron, P.E. PROCUREMENT Principle 711 N. Carancahua Street Suite 1 190 PO Box 9277 Corpus Christi, Texas 78401 Corpus Christi Texas, 78469-9277 ccaron@halff.com Phone: 361.826.3160 Subject: Amendment No. 5 to the Contract for Professional Services Harbor Bridge Park Mitigation (Service Agreement No. 3840) (Project Number E15101) Dear Mr. Caron, Enclosed is the executed Amendment No. 5 for providing Professional Services for the subject project, for an amount not to exceed $1,102,095.00 for a total revised fee not to exceed $1,452,912.00. Sincerely, DocuSigned by; 9CB0438C8570489... Lois Hinojosa Contracts/Funds Administrator CS: hs Encl. cc: J.H. Edmonds, P.E., Director of Engineering Services DocuSign Envelope ID:975F187E-C17C-4F54-8FD5-C0947E3E10F3 Service Agreement No. 3840 CITY OF CORPUS CHRISTI m AMENDMENT NO. 5 to the 'g CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called "CITY," and Halff Associates, Inc. hereinafter called "CONSULTANT," agree to the following amendment to the Contract for Professional Services for Project No. E15101 — Harbor Bridge Park Mitigation, as authorized and amended by: Original Contract September 28, 2021 Motion M2021-180 $258,341.00 Amendment No. 1 November 29, 2022 Administrative Approval $19,311.00 Amendment No. 2 February 15, 2023 Administrative Approval $20,060.00 Amendment No. 3 March 20, 2023 Administrative Approval $32,345.00 Amendment No. 4 July 3, 2023 Administrative Approval $20,760.00 IN THE ORIGINAL CONTRACT, EXHIBIT A, SCOPE OF SERVICES, shall be modified as shown in the attached Exhibit A. IN THE ORIGINAL CONTRACT, COMPENSATION shall be modified as shown in the attached Exhibit A for an additional fee not to exceed $1,102,095.00 for a total revised fee not to exceed $1,452,912.00. All other terms and conditions of the September 28, 2021 contract between the "CITY" and "CONSULTANT" and of any amendments to that contract which are not specifically addressed herein shall remain in full force and effect. CITY OF CORPUS CHRISTI HALFF ASSOCIATES, INC. DocuSigned by: DocuSigned by: E10/9/2023 E S (AY'O, 10/6/2023 sFaAaeFFn�F Jeff H. Edmonds, P.E. Date Chris Caron, P.E. Date Director of Engineering Services Principle 711 N. Carancahua Street Suite 1190 Corpus Christi, Texas 78401 (361) 400-4600 Office ccaron@halff.com APPROVED AS TO LEGAL FORM: Do�cfuSigned by: 10/7/2023 ��/E9C069602AA9436... Assistant City Attorney Date M2023-099 Authorized By 6/27/2023 Council ATTEST DocuSigned by: DS 10/9/2023 City Secretary Date Eiiiiin NNE v m h a Lff August 23, 2023 (Rev01 September 11, 2023) (Rev02 September 19, 2023) City of Corpus Christi Engineering Services Department Attn: Mai Theresa Bernal, P.E. 1201 Leopard St. Corpus Christi, Texas 78401 Email: Bill „ cctexas.coiiTn Re: E15101 Harbor Bridge Parks Mitigation —Corpus Christi, TX Proposal for Engineering and Landscape Architecture Services Dear Ms. Bernal: Halff is excited to present this proposal for civil engineering and landscape architecture services associated with the Harbor Bridge Parks Mitigation Project in Corpus Christi, Texas. This scope of services presented herein will be Contract Amendment 5 to Service Agreement No. 3840, Project No. E15101 currently in place between Halff and the City of Corpus Christi. The scope generally includes the design of four parks, namely Dr. HJ Williams Memorial Park, TC Ayers Park, Ben Garza Park, and Washington Coles Park, as well as one trailhead (North Beach Trailhead) and a shared use path from Dr. HJ Williams Park to Washington Coles Park. The scope also extends to bidding and construction administration phase services for these same facilities. Exhibit"A" includes the scope of services. Exhibit"B" includes the proposed Schedule. Exhibit"C" includes the basis of compensation. We believe this proposal meets your requirements for this project. We appreciate the opportunity to be of service to the City of Corpus Christi and trust that our association on this project is mutually beneficial. Please feel free to contact me if you have any questions concerning this proposal. Sincerely, Halff Robert W. Scho P.E. Vice President, Operations Manager 711 N.Carancahua St.,Suite 1190,Corpus Christi,TX 78401 1 hatff.com EXHIBIT "A" Contract Amendment 5 Scope E15101 — CORPUS CHRISTI HARBOR BRIDGE PARKS MITIGATION PROJECT CONSTRUCTION DOCUMENTS, BIDDING & CONSTRUCTION PHASE SERVICES PURPOSE The purpose of the services proposed herein is for Halff Associates, Inc. (CONSULTANT) to provide professional engineering services for the City of Corpus Christi (CITY) to conduct the design, bid, and construction administration phases for four(4) existing parks (Dr. HJ Williams Memorial Park(Hillcrest Park), TC Ayers Park, Ben Garza Park, Washington Coles Park), one (1) trailhead (North Beach Trailhead), and a shared use path (from Dr. HJ Williams Memorial Park(Hillcrest Park) to Washington Coles Park), collectively referred to hereinafter as the "Project". The Project area is a combination of park sites and right-of-ways near downtown Corpus Christi. In previous amendments preliminary graphics and opinion of probable construction costs were prepared to identify the work for the Project, and will be referred to hereinafter as "Concepts". The scope of services for this proposal has been prepared in accordance with the work identified in the latest approved Concepts provided to the City PM on July 14, 2023. These Concepts are preliminary in nature and may vary from the final construction drawings due to availability of products and other related constraints. The latest approved Concepts are included in this proposal as Appendix 01. Contract amendment 1 acknowledged, by request of the CITY, the addition of weekly project update meetings, removal of Phase 3 services, revision of public meeting scope, and addition of Levy Dykema to the project team to collaborate on concepts and renderings of the final design concepts. Contract amendment 2 acknowledged, by request of the CITY, the addition of conceptual park design and rendering services for Dr. HJ Williams Memorial Park (Hillcrest Park). Contract amendment 3 acknowledged, by request of the CITY, the addition of Dr. HJ Williams Park to Phase 5: Preliminary Design Report 130% Design Development Plans. Contract amendment 4 acknowledged, by request of the CITY, the addition of public engagement meetings (including time, material and expenses). Contract amendment 5 (this contract amendment) acknowledges, by request of the CITY, the addition of construction documents, bidding, and construction phase services. Exhibit A"—September 11, 2023 1 HalffAssociates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 PROJECT ASSUMPTIONS AND CONDITIONS The scope of services for this proposal has been prepared using the following assumptions and conditions as a basis for its preparation. • The CITY will supply existing and proposed available data related to the Project site to the CONSULTANT, as available. • The CITY will execute a contract with CONSULTANT for the scope presented herein prior to November 15, 2023. Fees quoted within this scope are not guaranteed after November 15, 2023 and are subject to escalation. • Coordination efforts to be completed by others: 1. TxDOT (Texas Department of Transportation) — The CITY shall serve as the TXDOT liaison, and the CITY shall be responsible for completing required TxDOT checklists necessary for acceptance of interim review construction documents and final construction documents. 2. NEPA (National Environmental Policy Act) — TxDOT shall be responsible for coordinating and acquiring all environmental clearances and permits necessary to complete the work identified in the construction documents. PROJECT CONSTRUCTION DEVELOPMENT BUDGET Estimated total Project cost for these improvements is $14,461,475.00 ($892,450.00 for Ben Garza, $1,774,200.00 for HJ Williams, $8,037,525.00 for Washington Coles, $2,177,300.00 for TC Ayers, and $1,580,000.00 for the North Beach Trailhead and shared use path). This construction development budget does not include soft costs for professional consulting or support services, but does include a construction contingency of 15%. PROJECT DESIGN DELIVERABLES BY CITY The scope of services for this proposal has been prepared assuming that the CITY will supply the following deliverables to the CONSULTANT in a timely manner, which are necessary to complete the design phase. 1. Topographic Survey — includes but not limited to, Category 6 (per TSPS standards); established elevations of the Project sites; location of visible improvements within the Project areas; location (x, y, and z elevations) of visible utilities within the Project areas; location of existing trees (6" and greater) within the Project areas; ROW to ROW width along the proposed shared use path; lot lines, lot and block numbers, owner names, owner addresses, and parcel information within and adjacent to the Project area, established temporary benchmarks at the Project areas; electronic AutoCAD format Base Map(including 3D Surface) based upon the Texas State Plane Coordinates System, NAD83, South Zone (Grid values) and vertical control using NAVD88. Signed and Sealed Base Survey Maps shall be provided to the CONSULTANT for reliance in the design of the Project. a. CITY acknowledges by acceptance of this proposal that active construction projects within the areas of TC Ayers Park and North Beach Trailhead will affect the reliability of the survey. Additional survey may be required at a later date to confirm or modify construction documents prior to 90% submittal and schedule may be affected due to ongoing construction in these areas. Exhibit A"—September 11, 2023 2 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO: 41955.005 2. Geotechnical Borings and Report— includes but not limited to, engineering analysis of site investigation and subsurface drilling; boring logs; subsurface conditions; recommended pavement and foundation options; earthwork recommendations; and design parameters. Signed and Sealed Geotechnical Report in electronic format shall be provided to the CONSULTANT for reliance in the design of the Project. 3. Subsurface Utility Engineering (SUE) — includes but not limited to, ASCE CI/ASCE 38-02 "Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data"; electronic Quality Level-13 2D Utility Designation plan sheets depicting the findings of the investigation; electronic Quality Level-A Test Hole excavations shown on a Test Hole Data Form for each Test Hole performed indicating depth, size, location, and other notable characteristics of the utility; electronic files provided in AutoCAD format along with PDFs and photos to the CONSULTANT for reliance in the design of the Project. 4. ROW/ Easement Acquisition Survey and Parcel Descriptions — includes but not limited to, Category 6, Condition I (per TSPS standards); individual signed and sealed parcel maps and legal descriptions for the required right of way acquisition for parcels and easements; electronic strip map showing all parcels required along with parcel descriptions; title report copies that identify ownership and any title encumbrances to all right-of-way to be acquired. Given the above stated purpose, Project assumptions, Project construction development budget, and Project design deliverables by CITY, the CONSULTANT will provide the following basic services per Project phases listed once the CITY has issued an executed agreement. Additional services are listed in Appendix 02 and are not part of this scope of services, but may be provided for an additional fee if the CITY desires to add them to the PROJECT scope. Exhibit A"—September 11, 2023 3 HalffAssociates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO: 41955.005 BASIC SERVICES Project Management No changes to Project Management Phase 1: Data Collection I Site Inventory No changes to Phase 1: Data Collection I Site Inventory. Phase 2: Site & LOS Analysis I Opportunities & Constraints No changes to Phase 2: Site & LOS Analysis I Opportunities & Constraints. Phase 3: Program Development No changes to Phase 3: Program Development. Phase 4: Park Concept Planning I Consensus Building No changes to Phase 4: Park Concept Planning I Consensus Building Phase 5: Preliminary Design Report 130% Design Development Plans No changes to Phase 5: Preliminary Design Report 130% Design Development Plans Phase 6: Proposed Improvements Schematic The CONSULTANT will: 1. The CONSULTANT will develop a schematic (24" Roll Plot) of the Project proposed improvements, which will include park and trailhead footprints, shared use path plan and profile, and preliminary locations where right-of-way acquisitions will be necessary. 2. The schematic will be used by TxDOT for approval and permitting with regulatory entities. 3. Submit one (1) schematic in electronic format (24" wide roll plot) as applicable to City staff and for review and approval purposes. 4. Participate in schematic review meeting. Prepare and distribute meeting minutes to attendees within five working days of the meeting, if requested. Assimilate all review comments, as appropriate, and upon confirmation from the City PM proceed with finalizing the schematic, if necessary. 5. This phase will be billed as hourly with an estimated not-to-exceed budget. By acceptance of this proposal, CITY acknowledges that multiple, ongoing changes required for TxDOT and FHWA acceptance, which lead CONSULTANT to exceed this estimated budget, will require additional scope and fee. Schedule may also be impacted as a result of multiple, ongoing changes required by TxDOT and/or FHWA. The City staff will: 1. Serve as the TxDOT Liaison, submit the schematic to TxDOT for review and comment, distribute any schematic guideline checklist received from TxDOT to CONSULTANT for review and incorporation, and schedule review meetings between the CONSULTANT and TxDOT. Exhibit A"—September 11, 2023 4 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 2. Distribute TxDOT review comments to the CONSULTANT. Phase 7: Design The CONSULTANT will develop construction drawings and contract documents necessary to construct the work identified in the latest approved Concepts. Construction drawings will include the following information: general construction and project specific notes, shared use path, retaining walls, utilities, grading, storm water, dimension control/layout, erosion/sedimentation control/tree protection, site construction details, unsigned structural drawings for pre-engineered products to allow for accurate bidding purposes (sealed drawings will be provided upon purchase of products), electrical service including circuit design and one line diagram, site and pedestrian lighting for parks including photometric analysis, parking lot lighting limited to Washington Coles and Ben Garza Park, landscape and irrigation, and traffic control parameters and performance requirements. Drawings will account for restrooms, shade structures (including stage cover), and pavilions being pre- engineered products (product manufacturer will provide all required engineering for standalone products). CONSULTANT shall design for appropriate accommodations using pre-engineered structures (utility connections). Sports field lighting design and shared use path (trails) lighting, including electrical and structural, is not included in this scope of services. Off-site hydraulic and hydrology studies and analyses; detention pond designs for storm water, gas line designs, and communication line designs are not included in this scope of services. Contract Documents will include technical specifications, front-end documents, opinion of probable construction costs, executive summary, and bid form(s), which describe materials, systems and equipment, workmanship, quality and performance criteria required for the construction of the work. Plans will be used for approval and permitting with regulatory entities, bidding, and implementation of the Project. All sites (4 parks, 1 trailhead, and shared use path) shall be combined into a single set of construction documents. Preparation and submittal of separate construction documents per park, trailhead, and/or shared use path is not included in this scope of services. In this Design phase CONSULTANT will: 1. Provide coordination (through the City PM) with electric, gas, and communication utility companies that may have existing facilities that must be relocated to accommodate the proposed improvements. Inform private utility owners whose facilities fall within the Project limits of the proposed improvements. Identify areas of potential conflicts. Coordinate with private utility representatives to obtain information on their respective utility, up to and including Level A SUE by the private utility owner, as necessary. Coordinate necessary adjustments and provide a Project schedule to utility owner, and provide utility relocation schedule to the City and update monthly. 2. Provide coordination (through the City PM) with storm water, water, wastewater, and gas City Operating Departments. Identify areas of potential conflicts and coordinate with City Operating Departments to propose solutions including any necessary adjustments to existing utilities or storm water facilities. 3. Identify the approximate locations and areas of existing utilities that may have a significant potential impact on the proposed facilities construction and for which further investigations utilizing Subsurface Utility Engineering (SUE) may be required during the construction documents phase. These critical locations and their basis of potential impact are to be clearly provided on a layout for the City PM. Exhibit A"—September 11, 2023 5 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 4. Provide Park renderings of parks after construction documents have been completed. Renderings for shared use path and trailheads are not included in this scope of services. Up to eight (8) birds eye perspectives shall be prepared. Perspectives will be limited to one (1) round of revisions. 5. Prepare the construction documents in City standard format for the work identified in the latest approved Concepts. Construction documents shall include improvements or modifications to the sites, lighting, storm water, water, and wastewater within the limits of the Project sites, per the Project scope. Improvements or modifications to the existing adjacent streets shall be limited to curb and gutter replacement if necessary to accommodate proposed improvements for Dr. HJ Williams Memorial Park, TC Ayers Park, Ben Garza Park, Winnebago Street and Lobo Street adjacent to Washington Coles Park, North Beach Trailhead, and the shared use path. Improvements, modifications, or design of the full existing roadway width and depth from back of curb to back of curb shall be limited to Sam Rankin Street and N Alameda Street adjacent to Washington Coles Park. All other adjacent street improvements are not included in this scope of services. The design of gas, communication lines, and storm water detention is not included in this scope of services. The analysis and study of off-site hydrology and hydraulics is not included in this scope of services. Include non-City of Corpus Christi standard landscape specifications as necessary. Include standard City of Corpus Christi detail sheets and specifications as applicable to the Project. a. Prepare construction plans in compliance with City Plan Preparation Standards (CPPS) using English units on full-size (22" x 34"). i. Preparation of construction plans in compliance with TxDOT standard details is not included in this scope of services. ii. Shared use path will be designed in accordance with TxDOT Roadway Design Manual, Chapter 6 Special Facilities, Section 4 Bicycle Facilities. iii. Utility lines with diameters 8-inches and larger that are proposed or to be adjusted will be shown on sheets containing plan and profile. iv. Storm water lines that are proposed or to be adjusted will be shown on sheets containing plan and profile. b. Provide Traffic Control parameters, sequencing, and performance requirements for the Contractors to develop the construction traffic control plan (TCP). c. Provide pollution control measures and best management practices (BMP) layout for the Contractor's Storm Water Pollution Prevention Plan, using the City Standard Notes and BMP Detail Sheets as applicable. 6. Submit the interim plans (60% submittal) in electronic (and half-size 11" x 17" hard copies, if requested) using City Standards as applicable to City staff for review and approval purposes with 60% opinion of probable construction costs. Identify distribution list for plans and bid documents to all affected franchise utilities and stakeholders, and City operating departments. a. Required with the interim plans is: i. Design Submittal Packet Checklist ii. Executive Summary of the 60% submittal, which will identify and briefly summarize the Project by distinguishing key elements of the Project, decisions made, outstanding issues, items TBD, Opinion of Probable Exhibit A"—September 11, 2023 6 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 Construction Costs (OPCC) compared to construction budget and the schedule with changes identified. iii. Project Submittal Checklist iv. Drawing Review Checklist V. OPCC vi. Drawings vii. Draft Table of Contents with specification list viii. Pre-Engineered Product Concepts b. Initiate 60% submittal discussion with City PM to brief PM on any concerns or issues prior to distribution of 60% submittal. 7. Participate in Project 60% review meeting. Prepare and distribute meeting minutes to attendees within five working days of the meeting. Assimilate all review comments, as appropriate, and upon confirmation from the City PM proceed to the 90% design. 8. Submit the pre-final plans and bid documents (90% submittal) in electronic (and half-size hard copies, if requested) using City Standards as applicable to City staff for review and approval purposes. Include the 90% estimate of probable construction costs, 90% submittal Executive Summary, ROW Base Map, Submittal Packet, Project and Drawing Checklists, responses to previous review comments and the Contract Document Book with in-line Track Changes in red to identify all proposed edits to the City Construction Contracts. 9. Participate in Project 90% review meeting. Prepare and distribute meeting minutes to attendees within five working days of the meeting. Assimilate all review comments, as appropriate, and proceed to the pre-ATA submittal. 10. Provide the pre-ATA plans (100% unsealed and unstamped) in electronic format (and half- size hard copy if requested) using City Standards as applicable for City's Pre-ATA review. Include the pre-ATA OPCC, finalized ROW Base Map if necessary, and written responses to previous review comments. The pre-ATA (100%) submittal will not include a full distribution and review unless in the opinion of the City Project Manager the questions from the previous review have not been adequately addressed or resolved in the pre-ATA submittal. If this occurs, the PM may request additional distribution, meeting, review and related revisions at no additional cost to the City. See item (12) below. However, the pre-ATA (100%) submittal will be distributed to the City's Development Services department for review and comment. 11. Assimilate all pre-ATA comments, as appropriate, and provide one (1) set of the final plans and contract documents (100% signed and sealed) in electronic format (and half-size hard copy if requested) using City Standards as applicable suitable for reproduction. Said bid documents henceforth become the shared intellectual property of the City of Corpus Christi and the CONSULTANT. The City agrees that any modifications of the submitted final plans (for other uses by the City) will be evidenced on the plans and be signed and sealed by a professional engineer prior to re-use of modified plans. 12. Provide Quality Assurance/Quality Control (QA/QC) measures to verify that all submittals accurately reflect the percent completion designated and do not necessitate an excessive amount of revision and correction by City. Additional revisions or design submittals are required (and within the scope of CONSULTANT's duties under this Contract) if, in the opinion of the City Engineer or designee, CONSULTANT has not adequately addressed City-provided review comments or provided submittals in accordance with City standards. 13. Prepare and submit a Monthly Status Report to the Project Manager with action items developed from progress and submittal review meetings. Submit Monthly Status Report in Exhibit A"—September 11, 2023 7 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 conjunction with monthly invoice to eBuilder, if necessary for this Project. Otherwise, submit both to City PM electronically. 14. Register the Project with the Texas Department of Licensing and Regulation (TDLR) and pay associated fee. Provide copy of Contract Documents along with appropriate fee to TDLR for review and approval of accessibility requirements for pedestrian improvements by a Registered Accessibility Specialist (RAS). Coordinate RAS inspection services at the end of construction and pay associated fee. 15. Using the CADD files provided by the City from the Surveyor, provide an electronic ROW base map containing the proposed shared use path alignment and its position relative to the existing and proposed ROW. This ROW base map will show lot/property lines, property owners, addresses, and significant business/facility names. Individual ROW mapping exhibits and meets and bounds documentation required for ROW acquisition are not included in this scope of services. The City staff will: 1. Designate an individual to have responsibility, authority, and control for coordinating activities for the Project. 2. Provide the budget for the Project specifying the funds available for the construction contract. 3. Provide electronic copy the City's Standard Specifications, Standard Detail sheets, Front End Contract Documents, and forms for required bid documents. 4. Serve as a liaison between the CONSULTANT and City operating departments, private utility companies, TxDOT, and FHWA. 5. Submit Construction drawings and Contract Documents to necessary internal departments including but not limited to, Development Services, Parks and Recreation, for review, permitting, and approval. 6. Submit Construction drawings and Contract Documents to TxDOT and FHWA, as necessary for review and permitting. 7. Acquire right-of-entry on any property not owned by the CITY should it be determined necessary to complete the scope of work identified within this agreement including survey, geotechnical, SUE, and design team access. 8. Facilitate and coordinate with private property owners, if deemed necessary. 9. Provide Topographic survey in CADD format and signed and sealed hard copy for all areas of the Project for reliance by the CONSULTANT. 10. Provide signed and sealed geotechnical engineering report for all necessary areas of the Project for reliance by the CONSULTANT. 11. Provide ROW acquisition as required, including all negotiations, documents, surveying, etc. 12. Provide Subsurface Utility Engineering (SUE) services as required. 13. Waive or pay all permitting fees for CITY reviews, such as Site Development Permit/Building Permit. 14. Complete TxDOT Local Government Project Development & Delivery Checklist including coordination for design related items. Phase 8: Bidding The CONSULTANT will: 1. Participate in the pre-bid conference to discuss scope of work and to answer scope questions. Exhibit A"—September 11, 2023 8 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 2. Review all questions concerning the bid documents and prepare any revisions and addenda to the plans, specifications, and bid form that are necessary, as requested by the CITY. 3. Assist with the evaluation of bids; analyze bids, prepare bid tabulation, and make recommendation concerning award of the contract. 4. Assist with the review of the Contractor's Statement of Experience to compare against Contract requirements. 5. For bids over budget, the CONSULTANT will confer with City staff and, if necessary, make such revisions to the bid documents as the City staff deems necessary to re-advertise the Project for bids. If bids are over budget through no fault of Halff, revisions of the bid documents will require an amendment to the contract. 6. Provide two (2) hard copy sets and one (1) electronic set of conformed drawings and conformed Contract Documents (PDF and original format [CAD/Word/etc.]) to the City. 7. Preparation of procurement documents is not included in this scope of services. The City staff will: 1. Prepare procurement documents. 2. Advertise the Project for bidding, maintain the list of prospective bidders, issue any addenda, finalize bid tabulation, and conduct the bid opening. 3. Coordinate the review of the bids with the CONSULTANT. 4. Prepare agenda materials for the City Council concerning bid awards. 5. Prepare, review, and provide copies of the Contract for execution between the City and the Contractor. 6. Complete TxDOT Local Government Project Development & Delivery Checklist including coordination for bidding related items. Phase 9: Construction Administration The CONSULTANT will perform construction administration to include the following: 1. Participate in pre-construction meeting conference and provide a recommended agenda, if requested by CITY, for critical construction activities and elements impacting the Project. 2. Review Contractor submittals, shop drawings, samples, mock-ups (as required), and operating and maintenance manuals for conformance to Contract Documents. 3. If requested by the City, review and interpret field and laboratory tests. 4. Provide interpretations and clarifications of the Contract Documents for the Contractor and authorize required changes, which do not affect the Contractor's price and are not contrary to the general interest of the City under the Contract as requested by the Owner's Authorized Representative (OAR). 5. If requested by the City, make visits to the site of the Project to confer with the City Project Inspector and Contractor to observe the general progress and quality of work, and to determine, in general, if the work is being performed in general accordance with the Contract Documents. This will not be confused with the Project representative observation or continuous monitoring of the progress of construction. 6. Provide interpretations and clarifications of the plans and specifications for the Contractor and recommendations to the City for minor changes which do not affect the Contractor's price and Exhibit A"—September 11, 2023 9 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 are not contrary to the general interest of the City under the Contract as requested by the OAR. 7. Attend final inspection with City staff, provide punch list items to the City's Construction Engineers for Contractor completion, and provide the City with a Certificate of Completion for the Project upon successful completion of the Project. 8. Review Contractor-provided construction "red-line" drawings. Prepare Project Record Drawings and provide a reproducible set and electronic file (both PDF and AutoCAD r.14 or later) within one (1) month of receiving the Contractor's red-line drawings. All drawings shall be CADD drawn using .dwg format in AutoCAD, and graphics data will be in .dxf format with each layer being provided in a separate file. Attribute data will be provided in ASCII format in tabular form. All electronic data will be compatible with the City GIS system. The Record Drawings should incorporate the Contractor's red-lines and identify all changes made during construction. The Drawing Cover and each sheet should be clearly identified as the Record Drawing and should indicate the basis and date. 9. When requested by the OAR, assist in addressing Request for Information (RFI) submitted by the Contractor. 10. This phase will be billed as hourly not to exceed. The City staff will: 1. Prepare applications/estimates for payments to Contractor, including review and approval. 2. Prepare Change Orders if necessary. 3. Conduct the final inspection with the Engineer and finalize punch list items. 4. Provide construction monitoring services. 5. Complete TxDOT Local Government Project Development & Delivery Checklist including coordination for construction administration related items. Exhibit A"—September 11, 2023 10 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 EXHIBIT "B" Contract Amendment 5 Schedule E15101 - CORPUS CHRISTI HARBOR BRIDGE PARKS MITIGATION PROJECT CONSTRUCTION DOCUMENTS, BIDDING & CONSTRUCTION PHASE SERVICES The CONSULTANT shall adhere to the Project Schedule below for construction documents and in the event an activity is not met within the allocated time (weeks) and the schedule changes, a revised schedule shall be submitted along with a justification explanation for the Schedule change with the next month's Monthly Status Report. Original Date Revised Date Activity TBD Topographic Survey Data *Upon or 1 week from receipt of CONSULTANT NTP and Topographic Survey Data Executed Contract 6 weeks from NTP and Executed Proposed Improvements Contract Schematic *2 weeks City and TxDOT Schematic Review 9 weeks from NTP and Executed 60% Design Submittal Contract *2 weeks City and TxDOT 60% Review 7 weeks from City and TxDOT 60% 90% Design Submittal, Final Review Schematic (if required), and ROW Base Ma *2 weeks City and TxDOT 90% Review 4 weeks from City and TxDOT 90% 100% Pre-ATA Submittal Review and Final ROW Base Map (if required *2 weeks City (Development Services) and TxDOT 100% Review 4 weeks from 100% Pre-ATA Final Sealed Bid Package Submittal *Schedule subject to change if an activity is not met within the allocated time (weeks). Exhibit"B"—September 11, 2023 11 HalffAssociates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 SCHEDULE ASSUMPTIONS The schedule for this proposal has been prepared using the following assumptions as a basis for its preparation. • All Topographic Survey Data for each site (parks, trailhead, and shared use path) will be received simultaneously. • Additional topographic survey may be required for TC Ayers Park and the North Beach Trailhead, due to ongoing construction activity in these areas. Schedule may be affected by this need for survey after ongoing construction has been completed. • Notice To Proceed (NTP) and Executed Contract will be received the same day or one (1) week after the receipt of the Topographic Survey Data for each site. • Geotechnical Report will be received prior to the 60% Design Submittal • Schematic will be submitted, and review comments will be received prior to the 60% Design Submittal • All review times including City of Corpus Christi Development Services and TxDOT will be 2 weeks maximum. If the schedule assumptions are not completed as stated, the schedule is subject to change. All sites (4 parks, 1 trailhead, and shared use path) shall be combined into a single (1) set of construction documents. Preparation and submittal of separate construction documents per park, trailhead, and/or connectivity shared use path is not included in this scope of services. Exhibit"B"—September 11, 2023 12 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 EXHIBIT "C" Contract Amendment 5 Basis of Compensation E15101 - CORPUS CHRISTI HARBOR BRIDGE PARKS MITIGATION PROJECT CONSTRUCTION DOCUMENTS, BIDDING & CONSTRUCTION PHASE SERVICES Contract Amendment 5 as described in Exhibit "A" will be provided for a total lump sum and hourly not to exceed fee of$1,102,095.00. The overall fee total shown will not be exceeded without prior written authorization by the CITY. Payment for total services as described in Exhibit"A" will be invoiced to the CITY on a monthly basis, based upon a percentage of completed tasks or number of hours. Below is a cost breakdown of the Contract Amendment 5 Scope of Services: PHASE FEE Project Management No modification PHASE 1: Data Collection I Site Inventory No modification PHASE 2: Site & LOS Analysis I Opportunities &Constraints No modification PHASE 3: Program Development No modification PHASE 4: Park Concept Planning I Consensus Building No modification PHASE 5: Preliminary Design Report 130% Design Development Plans No modification *PHASE 6: Proposed Improvements Schematic (Hourly, Not to Exceed, est.) $ 66,850.00 **PHASE 7: Design (Lump Sum) $ 921,470.00 PHASE 8: Bidding (Lump Sum) $ 26,580.00 ***PHASE 9: Construction Administration (Hourly, Not To Exceed) $ 87,195.00 Total $1,102,095.00 *Phase 6 will be billed on an hourly basis with an estimated budget not to exceed amount shown without written authorization by the CITY. By acceptance of this proposal, CITY acknowledges that multiple, ongoing changes required for TxDOT and FHWA acceptance, which lead CONSULTANT to exceed this estimated budget, will require additional scope and fee. **Design Phase includes TDLR/RAS review fees, third-party retaining wall design, and associated labor charges and will be billed accordingly. ***Current rates utilized to provide this basis of compensation for Construction Administration will incur a 5% escalation after June 1, 2025. Exhibit"C"—September 19, 2023 13 HalffAssociates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 APPENDIX 01 Appendix 01 —September 11, 2023 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 2, FEN Trailhead ��I U (Benches, ��o Trash Receptacle &Signage) �m% WM-- Proposed Picnic Tables / on Concrete Pad (T,yp.) Sidewalks (Typ.) Lawn Panel Park Entry Plaza Proposed Parking (42) Enhanced Building Existing �pyrl�f> Parking 77, Monument� Wa findm Playground m Loop Trail g/ p DIY / 2/111, 2 Srnt / L Existtn Tree to Remain T 0/ Resurface —mi u g ( Yp) 0U //r a Existingi Existing g Gymnasium j Basketballji Pavilion m Q BEN GARZA PARK ® : SCALE I"=40' NORTH r„ '�,,Yd, !"."r" l(�p�//,���°n„” ,,,.h �;n��,^�J n3Y a//%// ,.,�, r r;i 1,,..., 'ii ,. J / .;INU//y/ %1%%!l ,/1/9r x ,uI(1 J)q V.. , a� fN0'J w',Y,VW, I :�a "r�rdPol✓��C(4, 4uiN�{'t''i.�l��.+miy,��j"1Grw�✓✓ry 1. / o AO//!/a+Sf / /, „r ,,,^„ //// �!/�I(h/Irti��/^IWlwll!/�y✓/ ,,�`rw�r,P° :� I .,,^� ;rti!rr „^, NP u�' r l Lam. r')!i r r /rli %L .,;. ,wn„ 6ex,,%! ,,,,✓r ;m,lJ W�,�ym�M r' 'li,'�G'u"'�'�:'V'� �!I: � Pi ��i�iimNuiYi ;�:: it r uirl ,��� �t, r a y�r /N/%/ /J,r x. ,°u!o!,no,: ,�,.,, :fl-;,„- � u "„ y„, ,ice✓,1" rt.,('?�,,,, /tnn,.,,Nir � n ^f1 r1 rain �ii / vaq, ,� rriiaio<;�; �. J r"..,+ ,,, ,.<r, r rr ro ����r✓uuK rx/1� in'r �„' ,��fi tyrr✓r�Y ,,,,,,, .,1// ✓ ,rna. r/////r!l/%/l//I///%/ .,�r�r ”" krt i„ r r, ia✓�i �ns�rs�%� �l�f� „,,,,,,,,„ nr,, r ��u2�tln �,.^,..< , r:t?!!JJ /�/,i//llnl' u � wxr -rti�v�r tu^��7eyJyr x r %i/�8r��""� r/Jlnr mpl. 1�11^1`s'.�(� �, �... „,v "'�r�'ti'Iwo�V;rjt(/!}`�&"rd! ��Ir'�((a^ wx' , ✓✓T�:: �" �wsw�:�ww '� i,„ '�' ,!�ii6�u✓. I xflr �'a�^%r" 9 ^�C'° �., k.; , � p�lu°• rn,,,�,^ �',�w, a N^w!'WmF N^ rvnr � r r �uu+,t wc"✓ n )Y ��„^,,„.„,.„�v,+.ww�-�� � '" nnrAr� F j ✓+ ro r l f ,.uw1 ^r '^r rug uc ,,,,,, r,»raki Yr,� r,�„ I u I ��1 �rlr� Ili I„r" rri! arn�c�' � l l r �u� w / j / .,fir /fix r° �,1,�,r i � µ> � �; r� r, lyium)Mri ! �,: l rr ��"I r rii/�/��r'/�/ ,i � .��' P�iOF�w'� y �,,,ii ra IP- /rj ,✓, ,,,,,w i../ ilii 'r�l/.���J//� �� yY"rr %rOi////rM�ml&I �J�� ��� m� ��I �>!������f"/ / 1 � i � /�//i/a r ar�prrMPrrAi P J ��/r/r� /�� � � r � �/. y�ylfR �)Y� Jr;�Y. -r ������������III' �/��//r�� ',r� r /a��/�� %rI�,,/�/! a��� �II r)l/ r 1 � ,,,�r r� "� r f �� �� ��� v , ,,< a/ " /��""' �� ti�i � , r/%�/rl� / ,N n � ,x,. r , � ✓ u ar �, I � ioDr u i I` II /r�/� /r r i//0%/r �� � J r`i/%i / ���. ��I� r� �� �i�rN r/ lilt r//r�i/%rr�r,l/IJ%rr �� r l' I r �r%��lr/� �/iHr/I r�i r r r rl���f/�/�' r - �/ II)" �,��, J�„ r l�� /r%i�l�illr r /�ir����i l � r ���i^ � ;Y��j ��''', /r/r„ � � i rr�/ /o JD ��G/(/rrrriiii��/� i '^��'rsr r°r y ����f��n��r�rifr���'�r/ yu/i rz i ��r � / r °+� � � / a � I � x'" IVI �� �� / r ru"�ra, I ,.. � ���rid f I r/ �{� l�t rii„ r) �� ��i /�i�J����� � / ��� ��' / r r �/ r ��11 A/ r ,, �II�II�II�IIppp�Il f �// r '�"r /����jr ^r,/ Mfr �/�10 /f /%r :/r J � il��^u�� � ����uuu uuu , ''��ii�� ��� � 'i �� ,,.� �Q�������// ,,,; r �r P r ` Yu Ilu u u )�i um�..,. �® - r r / ////// r:,,, u ^r7. /c4. ,. I �Ij J//%���j��j��j � r ✓ %/ �' i �/ l/ //B///ir. -;; �//' ./%/,r��,,,,:iii%��%//��/%%%i//i,,, "i�j ,,'✓;,,,%!/� i a i; f IIIWf�Illi�l.� e r, e �o 7G";PLYOfryffGlr40G/ri/lii��o//r/O/...-,"/rirr/rill rrrr'/iirr(rr//rri �, i�S�l�f�fk��l/iidh'fd JI Urlrrrarrrflfrl i/iim/w/m,rrirri �� ' I✓ e �r y 1 f, Pu � r r, u Jl�✓> J f Harbor Bridge Park Concepts half Ben Garza Park Budget Opinion of Probable Construction Costs ,, , July 2023 Item No. Description(with unit price in words) Quantity Unit Unit Price Amount Item Sub-Total m M M 101.01 Site Prep,Clearing,and Grubbing 5 AC $ 3,000.00 $ 15,000.00 101.02 Site Work Includes excavation,embankment,&erosion control Allowance 1 LS $ 30,000.00 $ 30,000.00 101.03 jUtility Allowance 1 LS I$ 60,000.00 $ 60,000.00 101.04 Demolition Allowance(existing roadways/parking lots 2,050 SF $ 5.00 $ 10,300.00 101.05 Demolition Allowance(existing misc.concrete 860 SF $ 5.00 $ 4,300.00 iiiiiiiiiiiiiiiiiiiiiillillillillilI .m . . . m ..,... .. ... SM Parking Lot Im"rouementsi 42 Spaces) $113 600.00; 201.01 Resurface Seal Coat to ortion of existingparkinglot to remain 1,100 SY $ 6.00 $ 6,600.00 201.02 Parkin Lot includes excavation lime stabilized sub rade base asphalt&curbs 1,050 SY $ 100.00 $ 105,000.00 201.03 IStriping&Signage Allowance 1.75%oftotal 1 LS $ 2,000.00 $ 2,000.00 Miscellaneous Park Improvements i$295,100.00 202.01 Concrete Walkway includes sub rade prep I walkways from parking to play area/loop trail 10,200 SF $ 6.00 $ 61,200.00 202.02 Concrete Walkway Specialty includes sub-grade prep I off loop trail to trailhead 260 SF $ 15.00 $ 3,900.00 202.03 Concrete Pads for Picnic Tables includes sub rade re 1,000 SF $ 15.00 $ 15,000.00 202.04 Site Furnishing Picnic Table 10 EA $ 1,500.00 $ 15,000.00 202.05 Playground Allowance includes play equipment and playground surfacing) 1 LS $ 200,000.00 $ 200,000.00 Trallhead $42,800,00 203.01 Concrete Walkway Specialty includes sub-grade prep I at minor trailhead 850 SF $ 15.00 $ 12,800.2.0- 203.02 Trailhead Sign/Monument Allowance 2 Signs) 2 EA $ 10,000.00 $ 20,000.00 203.03 Site Furnishing rash/Recycle Receptacle) 1 EA $ 2,500.00 $ 2,500.00 203.04 Site Furnishing Benches 2 EA $ 3,000.00 $ 6,000.00 203.05 Site Furnishing Bike Racks 1 EA $ 1,500.00 $ 1,500.00 Park Entry Plaza $69,000.00 204.01 Concrete Walkway Specialty includes sub-grade prep I at trailhead 500 SF $ 15.00 $ 7,500.00 204.02 Concrete Ribbon Curb 100 LF $ 20.00 $ 2,000.00 204.03 Trellis Structures- 2 8 FT x 30 FT 1 LS $ 25,000.00 $ 25,000.00 204.04 Trailhead Signage Allowance 2 Signs) 1 LS $ 20,000.00 $ 20,000.00 204.05 Site Furnishing rash/Recycle Receptacle) 1 EA $ 2,500.00 $ 2,500.00 204.06 Site Furnishing Benches 4 EA $ 3,000.00 $ 12,000.00 Landscape&Irrigation '..$135,950.00 205.01 Shade Trees Allowance includes installation irrigation,soil stakes&warrant 1 LS $ 26,250.00 $ 26,250.00 205.02 Sod Lawn Panel-Allowance includes sod&Topsoil) 180 SY $ 10.00 $ 1,800.00 205.03 H dromulch Reve etation-Allowance 3,400 SY $ 1.50 $ 5,100.00 205.04 Landscape&Irrigation Allowance(landscape beds 1 LS $ 90,000.00 $ 90,000.00 205.05 Landscape Steel Edging between landscape beds and grass areas in parking lot 75 LF $ 10.00 $ 800.00 205.06 Concrete Ribbon Curb between landscape areas&grass) 600 LF $ 20.00 $ 12,000.00 IIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIIII SUBTOTAL CONSTRUCTION COSTS *Construction Contin enc -15% 15% $ 116 400.00 PROJECT TOTAL(INCLUDES CONTINGENCY) $892,450.00 Assum p tions/Disclaim ers: 1)All Opmion of Probable Construction Costs(OPCC)represent the Consultant and their Sub-Consultant(s)best judgement as professionals,familiar with the construction industry and current available unit pricing;Consultant/Sub-Consultant(s)do not guarantee thatproposals,bids or actualproject costs will not varyfrom its Opinion of Probable Construction Costs.Quantities are estimates only and the actual amount of work and/or materials are contingent upon final design of these facilities. 1)Unit pricing is based on average cost statewide and do not account for any site specific determinates that would effect costs of constuc tion(le.-unknown subsurface conditions,etc).Unit pricing based on today's dollars and valid for 90 days. 3)15%Construction Contingency included to cover unknown site development costs due to masterplan level of detail(unclassified demo,e/s controls,unclassified earthwork, drainage infrastructure,water/wastewater improvements,primary/secondary site electric,general conditions of the contract,etc.,unless otherwise noted) 4)This OPCC does not include utility adjustments/relocations/extensions/services for storm sewer,domestic water,sanitary sewer,gas,electric or communication utility lines off site. 5)Environmental and regulatory review,permitting,and fess are not included in this OPCC. BASKETBALL COURT RESURFACING 'r ATrFEABODY,AVE.-AND IN ON ST r:,/ wp/r ,r r,,, y J '' '1 /� o//r!rrrroirrrrrrrrrir//���rr/i ,��i�iair,;,uiil rl�%'%Iaa/�ir)lli�iil�rrU�lll/i // '„ ,,a ,„ i,;,,� , � ,,,,,,.:,r//% � r /o/I ///J.Oir r / i ,,r,,;�a/ r, 'tf;;;•„ , ,, :� �„, ,..r „/,,; „� // a ;%' /, ,,;,6�. yid" / r , 16 ..:,IIIc, „rr err�. .,,,.,� ,(� r.,/� r,. //�/ / ,.,,./ F wf/r.,✓//, „,u ,,.1 ,//1 ,,., ///rrru,u/:/ilc ,,,r ,r�l��.la/ l/� u�. /�/ � ;rG;j, , ///;r� ,//�� � /�/ ��g, , r�� r r. ResurfacerExisting Basketball CourC� �< ��( „'.' i ;r,/ /r a•, ,r// //i „,<p o! D/r, J;- l/it ri/ % ,--, / //i/ !,- ri la) %//O/% / /; .i /iii %„ ,/, / /, /i///lir'✓/ r /...//i „ ///p, /,J,r, 1 ;1%%` Resurface'Existing Parking %Jj/ %, / ;I / �' �l?f/� rr,, oi / r r Lot l; r r// 1,�/e,/% /r / f /ar';; r/c, i �, ,, s �� f ///�/..r � r '„i,; •,•..,,'r��, „�', � � �;,,• ,, r�%r /% �/ rir rrr, •:./i .,.;r // ,., ... Existing Utildies Structure to Remain ” u„r, r/, /,, ��� ;Pro osedShade;Structure , /i/r,• .����, � �r i ,G,Ir /,�r���,�rN Iia -"! p ,...,,:,,,,;, Y...;: r, . Pro Pla red P Y9 ,�r�" ,1, °///��(i;Over,Basketballl,Court!//urs„ ,,,, rr /iii i���ra�r%ii�/1i:,/, % -,,, �•`,r� ,,�/,i r i,.. ,�" � �1„,, r ,aur /i „/,/ r,,� lj/��G;r/ � w ;rY; i• �� ,� � ;rr„s r i % � //J”rrr✓+✓r� 3� 9�r r r " irG'/:j"r'r�%i ��:-� <u J., r r �i ', //�� ,� �'� //%a% r,Proposed Sidewalks Re ; Proposed stroom it ,"'pp f i/ " Structure p Pro osedParklEntr &Dr.HJ:Wllllams/ Memorial ,i " /// / : lir;, , a,., i l 1� :>�, /�� ,��i�r ,•/%,1 ,�/,l�/� r ,i1/�� .Pro os p r r/ / ' ✓/ �f /// 1 u„r r r , lr I /r/r� �i�,/ / ,�,e / ,,, /,, � ,%:, "�(/, i���r/r�%, �r/i�i/ +' �;//��;•� ��/,� rr 1.�� r,Jy.//�,"� / l� 11^/ ,f„ ,/% r r / / ! r r ' / / r' / /�� l��„ ���/i wo/nai /ir/a / !!,�rJ/�/ /��/fes,,. /L a 1���, ,i�„N,,,a✓� �r,/ r �,1�uUr i r ;oi.:. r Pro osed'Shade r To TC/ ��; //��J�%r''/fr „ s,,, " „„ a ,.,, ;�,,,; ,°. r�ir” a TreeS(typ)' f °j�� Ayers" r % 'Proposed icnic Table on (yp)1, ` / / "Concrete Pad w/BBQ Grill(typr) ProposedJExercise on'Conc�Pad�Yp•)t �//r, 1 r / ( ;- %Dmnbw z �rra 7-17 Q DR . N .J . WILLIAMS PARK ONE NORTH ha« SCALE i`=60' • � Y r li i I I I�I �VV u � i�diupuqugopi /4 / �r' o W ��dd iom V��i Ii ISI OV i,ii mruo i��riru�r,+ „; , r� Harbor Bridge Park Concepts eye halfF Dr HJ W I I I lams Park Budget Opinion of Probable Construction Costs July 2023 Item No. Description(with unit price in words) Quantity Unit Unit Price Amount Item Sub-Total m.. �a��mr � m m m m m m 101.01 Site Prep,Clearing,and Grubbing 2 AC $ 3,000.00 $ 6,000.00 101.02 Site Work Allowance Includes excavation,embankment,&erosion control 1 LS $ 50,000.00 $ 50,000.00 101.03 ILItilityAllowance 1 LS I$ 110,000.00 $ 110,000.00 101.04 Demow olition Allance(existingmist.concrete 3,160 SF $ 5.00 $ 15,800.00 101.05 Demolition Allowance(existing sorts court fence 200 LF $ 2.50 $ 500.00 iiiiiiiiiiiiiiiiiiiiiillillilillillilI ::.m ::. .d b .. ::. m ..,... .. ... ... ... .. sm �, c®a vara nm Parking Lot Improvements 136 Spaces) $17,300,00 201.01 Resurface Seal Coat to portion of existingparkinglot to remain 2,300 SY $ 6.00 $ 13,800.00 201.02 Stri in &Si na eAllowance(1.75%of total 1 LS $ 3,500.00 $ 3,500.00 Miscellaneous Park Improvements $1,260,500-00 202.01 Concrete Trail/Sidewalk includes sub rade prep I walkways inside park,along g roadway) 13,023 SF $ 6.00 $ 78,100.00 202.02 Sorts Court Resurfacing b Restroom 11,872 SF $ 5.00 $ 59,400.00 202.03 Sorts Court Resurfacing b Peabody Ave and Minton St 4,800 SF $ 5.00 $ 24,000.00 202.04 Sorts Court Furnishings Backboards,Nets 1 LS $ 8,000.00 $ 8,000.00 202.05 Sorts Court Shade Structure 1 LS $ 330,000.00 $ 330,000.00 202.06 Playground Allowance includes play equipment and playground surfacing) 1 LS $ 300,000.00 $ 300,000.00 202.07 Restroom 1 600 sf -Allowance 1 LS $ 180,000.00 $ 180,000.00 202.08 Site Furnishing Picnic Tables 12 EA $ 1,500.00 $ 18,000.00 202.09 Site Furnishing BBQ Grills 8 EA $ 1,500.00 $ 12,000.00 202.10 Site Furnishing Bike Rack 1 EA $ 1,500.00 $ 1,500.00 202.11 Site Furnishing rash/Recycle Receptacles) 6 EA $ 2,500.00 $ 15,000.00 202.12 Park Entry&Memorial 1 LS $ 10,000.00 $ 10,000.00 202.13 Site Furnishing Benches 4 EA $ 3,000.00 $ 12,000.00 202.14 Site Furnishing Water Fountain 1 EA $ 5,000.00 $ 5,000.00 202.15 Site Furnishing Exercise Stations 5 EA $ 1,500.00 $ 7,500.00 202.16 Pedestrian Lighting 1 LS $ 100,000.00 $ 100,000.00 202.16 Trellis Shade Structure 1 LS $ 100,000.00 $ 100,000.00 Ma or Traill head $20,200.00' 203.01 Trailhead Signage Allowance 1 LS $ 10,000.00 $ 10,000.00 203.02 lConcrete Walkway Specialty includes sub-grade prep at minortrailhead 677 SF $ 15.00 $ 10,200.00 Landscape&Irrigation $62,500.00' 204.01 Shade Trees Allowance includes installation irrigation,soil stakes&warrant 1 LS $ 16,500.00 $ 16,500.00 204.02 Landscape&Irrigation Allowance- 1 LS $ 29,701.00 $ 29,700.00 204.03 H dromulch Reve etation-Allowance 8,774 SY $ 1.50 $ 13,200.00 204.04 Landscape Steel Edging between landscape beds and grass areas in parking lot 309 LF $ 10.00 $ 3,100.00 SUBTOTAL CONSTRUCTION COSTS iiiiiiiiiiiiiiiiiiiiiillillillillilI WIN *Construct ion Contin enc -15% 15% $ 231400.00 PROJECT TOTAL(INCLUDES CONTINGENCY) $1,774,200A0 Assum p tions/Disclaim ers: 1)All Op/nion of Probable Construction Costs(OPCC)represent the Consultant and their Sub-Consultant(s)best judgement as professionals,familiar with the construction industry and current available unit pricing;Consultant/Sub-Consultant(s)do not guarantee thatproposals,bids or actualproject costs will not varyfrom its Opinion of Probable Construction Costs.Quantities are estimates only and the actual amount of work and/or materials are contingent upon final design of these facilities. 1)Unit pricing is based on average cost statewide and do not account for any site specific determinates that would effect costs of constuc tion(le.-unknown subsurface conditions,etc).Unit pricing based on today's dollars and valid for 90 days. 3)15%Construction Contingency included to cover unknown site development costs due to masterplan level of detail(unclassified demo,e/s controls,unclassified earthwork, drainage infrastructure,water/wastewater improvements,primary/secondary site electric,general conditions of the contract,etc.,unless otherwise noted) 4)This OPCC does not include utility adjustments/relocations/extensions/services for storm sewer,domestic water,sanitary sewer,gas,electric or communication utility lines off site. 5)Environmental and regulatory review,permitting,and fess are not included in this OPCC. TREET � Exietng' �e Commemoration / � � " � ' s)dewalk NFe� .Elements GO' 1� ff �'FFj f yrff ,i/��i rt Loop T rail Softball Field Overhead Park B Others I ,,rr/ Electric ! r Splaslir`PAwn" ad" yov, Affi%%//r irf /i, /,i ( _ ReStrOOf71 . Parking Lot (By Others) /Al / r ' iG A gr W AM%i ' l f, /i by x , I r�)� f our 7 Q T.C . AYERS PARK SCALE V"80' NORTH �% /%//i%(t� �110I�ryf'�lr v,�wr,,,, Js���„�° ��R'�''tlbYl�'wr rr , ;r;, ,,,,,,,, yrr,r � ,,,� ,, � I ,. „ Y!( afa.' r '., ! rp �ij��"m�� ij':; .' ii� �����,..���,. ���, ���/ �����i � u� � ,///� r o rmrl� riiirUt✓�%r r,rr - , ��d�1r, � ,«�„ , i � � ��& ���ir✓r/”r��D/ /l"' I �� � r rrw rr(�, Mry lsrr� � J „�` �-Uiry�rj, ��� �,- � u u,� ,,,,- , a„=, ii' 't �Gr%/ � � ��, ,, r �.� � � <,.� /�����/n�, h ��” f �„ � ��� I���� i� `�y li i �" of �� ''0� f 11�`��! ���'�'� %� �s� v�,ir���%// :.~y� �1), rm n� w � � tri �� �a�"� ��"� "����, 9,i''" I u ,.i� � � ��` � r ;,. t r � , Q ��� r "" �,d �� + �r�^-`. of ,,a B@@� V! ... �'�f� ,� , "�. L1°a/PN� r. �� � i���� i �i �, � i �..�,. SIV � � f .. �NVf1 /l%! rr� �. I-� I c i I 1 tl p 11r�� ���,V'�i ifllf�f�%mp���I���JJJ)uuPNA�otll��^ C Harbor Bridge Park Concepts y��� halfF T.C.Ayers Park Budget Opinion of Probable Construction Costs July 2023 Item No. Description(with unit price in words) Quantity Unit Unit Price Amount Item Sub-Total ran.. mr ran ran41 ..m mmm mm 101.01 Site Prep,Clearing,and Grubbing 5 AC $ 3,000.00 $ 15,000.00 101.02 Site Work Allowance Includes excavation,embankment,&erosion control Allowance 1 LS $ 60,000.00 $ 60,000.00 101.03 Utilit Allowance 1 LS $ 130,000.00 $ 130,000.00 SM IM iiiiiiiiiiiiiiiiiiiiiillillilillilI 0�!Miscellaneous Park Improvements $1,513,800M 201.01 Restroom 810 sf-Allowance 1 LS $ 245,000.00 $ 245,000.00 201.02 Concrete Trail/Sidewalk includes sub rade re 18,800 SF $ 6.00 $ 112,800.00 201.03 Softball Field(Backstop,Fencing,Dugouts,Bleachers 1 LS $ 350,000.00 $ 350,000.00 201.04 Concrete Ribbon Curb at landscape beds 300 LF $ 20.00 $ 6,000.00 201.05 Splash Pad 1 LS $ 800,000.00 $ 800,000.00 Site Amenities 1$115,00090 202.01 Pedestrian Li Min 10 EA $ 10,000.00 $ 100,000.00 202.02 Trash Receptacles 4 EA $ 2,500.00 $ 10,000.00 202.03 Water Fountain 1 EA $ 5,000.00 $ 5,000.00 Landsca e&Irrigation $59,500m 203.01 Shade Trees Allowance includes installation irrigation,soil stakes&warrant 1 LS $ 30,000.00 $ 30,000.00 203.02 H dromulch Reve etation-Allowance 13,000 SY $ 1.50 $ 19,500.00 203.03 Landscape&Irrigation Allowance(landscape beds 1 LS $ 10,000.00 $ 10,000.00 SUBTOTAL CONSTRUCTION COSTS *Construction Contingency-15% 15% $ 284,000.00 PROJECT TOTAL(INCLUDES CONTINGENCY) 1 $2,177,300.00 Assum p tions/Disclaim ers: 1)All Op/nion of Probable Construction Costs(OPCC)represent the Consultant and their Sub-Consultant(s)best judgement as professionals,familiar with the construction industry and current available unit pricing;Consultant/Sub-Consultant(s)do not guarantee thatproposals,bids or actualproject costs will not varyfrom its Opinion of Probable Construction Costs.Quantities are estimates only and the actual amount of work and/or materials are contingent upon final design of these facilities. 1)Unit pricing is based on average cost statewide and do not account for any site specific determinates that would effect costs of constuc tion(le.-unknown subsurface conditions,etc).Unit pricing based on today's dollars and valid for 90 days. 3)15%Construction Contingency included to cover unknown site development costs due to masterplan level of detail(unclassified demo,e/s controls,unclassified earthwork, drainage infrastructure,water/wastewater improvements,primary/secondary site electric,general conditions of the contract,etc.,unless otherwise noted) 4)This OPCC does not include utility adjustments/relocations/extensions/services for storm sewer,domestic water,sanitary sewer,gas,electric or communication utility lines off site. 5)Environmental and regulatory review,permitting,and fess are not included in this OPCC. Restroom 2 Pedestrian Esplanade Covered Open-Air Pavilion Food Truck Court &Vendor Space Commemoration Elements / Paved'Am Seatin Area T ' _"" / Parking(190) ' ................... / �s Am hiftieater" ��" � IIISII 111 I�IIII�III�IIIIIII� �������1� �VllIVIfIllllIVIM ilii/r p '' "u r tl�11t4h ll� 1111 w; -" o���: ���IIIIIIIIIIIIIIIII 111111011 ��;, `� ii�;�� � i�� � � IRI11�"'�IIIIIIIIIIIIIIIIIIIII �''Ig1�111111111 „11111111VIIIIIIII IIIIIU� %� "/��-", �;�;, " �w��,-, - � � �" ������ 11�111111111�";Illlllllilllt �V��111��� 111111111,�%-1111111111VIV1VIIII Illllltl�icc/ ,,/,'Z ��- �.,_,.,.;"� a Illllllllllllllllllllllt'%IIIIIIIIIIIIIIIIIIII�VI IIIIIIIIIIIII�III�IIII' 111111111111111111111 1111V121IIIIIIIV;�=11111111111111111111111111 �� ril" ,,,,,,,, // �✓ /nk /iiia 9 16 ihi° -'' � --------•�—�--" -''� ----���-� ="VIIVIVIVIVIVI IVIVIVIVIVVVI IIIIIIIIIIIIIIVI� � VIVIVIVIVIVIVI IVI,VIJVU�IVU����� G, W � -° "`" '% � �""'° / �"�'�"" I'M'N?'IIIIIIIIIIIIIIIIIIIIII�I llllll�l�l�lllllllll;;,lllllllllnlllllllllll�� lllllllllllllllllllllllll� IIIIIIIIIIIIIIIIIIIIIIII��� "" j IIIIIIIIIII �,IIIIIIIIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIIIIII�!,,,IIIIIIIIIIIIh771)il ��,i/ ,,F,- 111 ;%IIIIIIIIIIIIIIII ,iill�llllllllllllllllllll f ` IIIIIIIIIII ,,.IIIIIIIIIIIIIIIIIIII IIIIIIIIII11111�1111111�10111 111111 / llllllllll�ll�l�lll�l� II�II�II�II�I�I�I�I,� I�III�I%"IIIIIIIIIIIIIIIIIIIIIh�ITI✓IIIID�VIIII no �. :IIIII�II�IIIIIIIIII�II� /I�I�IIIIIIIIII�I�II�I �II�IIIIIIIIIIIIIII / m%j/ U1111IIIIIIIIIIIIIIII�I "IIIIIIIIIIIIIIIIIIIIIIII IDI�I�I�I��I�/��II�I�II�I�I IIIIIII��'� ��f�' �� //// //, „ �, x„, , - �III�III�IIIIIIIIIIIIIII U V I� gIHiVIVIV �� mu.” �' „�- IIIIIIIIIIIIIIIIIIIIIII IVIIIIIIIIIIIIIIIIIII/IIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIIIIII (IIIIIIIIIIIIIIIIIIIII IIIIIIIIIIIIIIIIIIIII, /,. " �/nm,,.�� '/r/%l' "l/9n'� i, vi/ r.Tr'i//°°,:':�,./ /i' vi n�/✓i7, ter^ �„, ,✓iii ������ /� r „-a r�r.. ,, ,;,. ...,sem.,.:"'..:._...._.' ,"',�'"i 'S)ia�. s i ,,,,,,,, ,,,,,,n/�� ,,.,i-v/lllGw.:%/. rEz d TruckiG..ii�aiii�� tra=Foo HarborBndg`eMultimodafPath Parking ■tlllllll■ 4WASHINGTON COLES PARK NO haLff mi„ � marc;�;. nmwnimm :��: a ww J YY / -" - li"� W,�,"�"„ �P,,,,vn �G y/r wJ� rf�„ / , G ,� ! / .�4� �fir„ m ,,; ,;, a, ` �r yiu '�� :,, " n ,+w„„ 1,rrr�'v,,, r7o, U r ,<,,, �'�21Y A,�' ,.,' 'or .". '",� °"�" F Prl ,, , ,„ m ,r ,�! �' oaf' ,.. �� „������/° � r;� � ��� r�� � i � ,,;,, „".,,, ir���y J�rjfr;' � � +� ,,, ,r„�JJlwu/yyr(y, ~.�"' aJ��l✓I;�� Y Nj / / ha "„ ;;, / i �j/,� N �� �� ���V / �U�(��r "iii �f ,i,; ,��Gv 1 r/... Ir//�'7 of .,., � y '�, �, ��,( , !�/l%����j//uu�� � �' u1� �r�f i i�%%� ,,�;h+�'" rr f (l�ll�'' �%1 ," iu�r t', r,. r ��Y��IY��Ptr ?� / r 1 l (h 1 P� � r���/%ia/�i ' /ii �r�� p,, VP " , " iy'ar !�'� lAll f !' ,.,:ww�%/�%�� �7(�j///%��//�f�%/////i / N� .rFi off ll� ;�`. r,ry l �„�" /Y; r`rYr r �, r,, ,r, /// /�� X11;., �M(Yr �(r}li .. „' I r /%� rare 1r rl/ rr ,,, � �/ r r✓/ M �A�1�/„�`/fir ✓r� �/( `v; ���/�� �Gr�r,g�i����J�rf/drl r ��/�r/�� iil���/ .a 'Np !ir ,l.'.: ��/ r� rl, � y. r/,,, �/ /i r: � ..,.,"��� PY Ih i � � ,, ,� � h r,i ,�///,%��;,�!1� .� �w,a ,%�l�r'l ll;,%i /// !j��� 7vwm+ `Y�r,.�/j�����r „wr,:- r ,/r rir, �,r� ,,, ,, riwui ���ie�� �,° � °', ,-,ru � r,,� % ���i arra/ ,.,'/r`y" IZ /"�r'1�1��,� 'r��(dlra 1 ,�;�"ly"„ ., X ,, ;;' �tl I:�:, , '��' � ! � e :,,,,,,, iw,//%���� .. rra., �, f /�/�I�//F_.,,,i�, / � �,/' I �1.. ����y J I��I, 1.. y �y J��N "„�i ,qll ,,r, �” ,� nayr�N�////��//✓f%"'9r rr' �/Yr/rri�lr rSrr��rar/r�,,� � �('( �,�l �wa( r� 1,9 '" w, � /, l rka� ,� '" al //��������i�all� ,:: �/ ,ii' r /!li' 1 (fir,%i' " .,,,.. ,„ ,rr rr�:..�/ ,ua..,:+ ,� w�//HJR r','1 l��,'Y�" � (Jc�. � VY1 i!r r�,� �//%�` / �1';/�'/OJ /���oa/ d,�,, � rl����////%//////� .tr�� ,,,�, yr �y/`va�r z✓re f�� 1 rV r�>-. r„r /ii y f �r///>/ v � %� a ,v�. � �� Ji1 ��/j W.,r ��,r����lj�4' r��i�%;w!� �, f�7i/,/' i a w �I�N .,,.,..: � •.� ����% '�" /i ,:. � if rr �%f, �� r.. „hr„� Jr,, yr mr° / �, � ��� � �� /� lGl i j r //r ref � � I � � ;� �v � /� I ,I m / /i r(// /i/r �' � �' ��., Jliy”' /'� //����%///''G"�wwr ars,+ I iy �,,,,,,;rP" (l I i ���� ��ti(vM (� f r � � I� � , ���:�� �(,rr, 1! o,�,� r��'�,r��� �{,rw„ r)�%/ /r Y 'v 'llf"r ';q „ i�"ilRf°Yy��; ru//i/����i'�%� � r � J% !///ry, �' �!`�'V4�rT � � ( �&;1� 71,f� ru �� //� r// �.Ir(ri�/ra (( 6 ou�h�, l '��� IG% r �rI J Jr� ,r � ,%�� ,�y r� V,r�i�'V�h r+� ��17�yr r,. ��� �%/��/�/'//;a M�m�� /(�%/%j , �, .�, ar ,loiJ�'1f a /� /, �� s �'/c %% r�?,v; (.: ( !�'A��� "r „� :,G � "µ // IIri�N�{� /Aarr ..I��j���//r �' J,'�ra���� / y �/,, r ti lilJ�r`1 r !;� rl /// iii' eve/rr�r 1�'l /// r i rr (i %r ,,�a�rj�� � J/x/�r��. �',�,,.5aniui� '���/��///�%%i/irr , �!J 1 f � P /r lrJ�� � '".��/+ r r r��JM ,w 'P'o....'i� w ,w �r �/% ��/ I�� �r %�/� : ,�, r��Y r' ^;� i�l�Gi�l�J�lu, it /ir � / iJ:" ��/r � ,v� � � / r�u� , �r, rr � (r/��,°i����r(�;`0 r y��////� , �:,�Il �^ ���„ d�(� �� I r(fYyly r �G w m N a:�,., � l rr r r ..T r r J flf r � r �i�y, l�lraf0r 9 0 � " II ��'� �� p /,r Inl �F,yra��r�; Pr���� 1����rr�, r! r,���i�'rr�J� 1 �%�Vyll;% N� / �i, A / s(� r/irar(a r r / // /� iii I ,�� Z ��i�� (, r� �� ���',,,r(rv,w d,���l� ,��� //�>��� :, r wu":; i r / �fl•" d riN� /�i^✓J 7 4/1 /' r///a� / �// , (i���� �/ I o'Rri (�Jlr e' a?r J(�. /„ N�1�� �I prli � ,�/l/%/ r,a%� r�// J��r,r ,�� ,u,G ,/ 1////��r �v,,, J�y�rf �'/ ��l///r/r7�e%n ��r/1!'i�(, iliir�%����%/ra,, � sews � 1r9/;, ��� ��iJy^r'I� � ���' Y fa,i/Yy rl fl., ,ara ,,,���//,;oi / �� n V, Wi/t�,. ��I. lc�a.�,�dY.: W. ��� r 14'x' 'r%�, , //idi�m�z �/ ff��jl�� / r//�/i vi., ��J� � '� ii U J%/Yre� �; il/ ,'. �, +I,// // a' wr � r'. ��� u'. /v /,.r,.,;,,f�G /ii"� �,,�/�/��/ //%ini ,�%/�%/rrw„ �'r+h(',.>(� � �, �: hlrj�w(„I�r'/�: Ili,.,,/i r//�r)✓G , „Gil /. ,/�ri,rero,� �I//;-�,� ,�f, �t� �� Y �f�yii //� r J(,<.v r, f/iJl°cy �/�� rj,v (r��//i%1!' is f%///��/�%/o%%/// w / ,,,"�ue� J y u �/il l)��� "ry,, �<rir�'/ wrNl' "( �,q/"a�r+.. /!�l/,�, ..?y������1r�f�r„ r�%/�j�����j/� ". y' 4'i (ru-..,, ,,,,,,..:., �„ f, ��,. r%%” �//�� � ./i rr':���/������Ii //���/r rr-', (� ����"✓r, � ,;f ��rJr/r/i jib. �" /r li V,rG�o/� ri//%rGi%r(,��i���/�i/��,///,/��//J a, f�`�e �rli�i!'J V���6J/w2 ;i� r!J//;�,�>,r, ;. i'!/�%%; GI��r r�����i/�/l/���,.., rF„�i �//L/fi„r "%rrir�rr j� /Nl��r��l I /o !r�pi ���j/�� („ �� / r//fi�l,� a rid rr� �(G' //�//%f/�� r,��`� rr`,il/ �� //�j/,i���/� /ffr�/ii�j rl �r,,�,, ,lr�, .� u ' ,a r ii��>!/ ' I rrryirf� //,�/ ri %,: �(/��Jyf�e(v r�,� ,l�rr �,; � va';,i?";1�9i���/��� a� (r�”Yrr-J /�i%/i/i%/iiG�%ri // /ru�,��r% ,:'; /r aJ�/, ,. /� /�ij�/(rf�,/,���i�/ �� ., i wiv��� !f�/:���� ///� w. ,r �I �r ,,, ��;r!I� 7 li � ;I i �° � l ry, r �� i��/�� 1M'�,r���/�/f/ I',�tor�.��i/����/ /�//1 /ry/fr. ,rr;;� rdu.� (� ' rir, ,,, �� „ r ra,„�,,9r/�/i���� �' rn.;F�' , %yGiy �/%>�r ,r, //;r/i��/r�i�!�/irG , r ark., � l yi /i;!, �r//i//� �� r "*m (/frJ,,,;/I„ �/���/�/r/�/��/;bio', iN�rl�/f /ldry��il ^�I VI I, r�� ��,i, .I��;/� 1, ! �/ /;a I.%Vi,'%"�,�.M �/�/�///%///j����/�i I v?%/r�a r //1,r„ � I I� ,� i�i�:, r����� ; ,/� ,a-.. !jJ///,/,�`,,, ,,„r +yz�w ,�.. �/,r�/. ///�/,/�if%%/�r�i ,' %lOp/l rirrD,.,�r .� it"' i'a�1i �/i� ,o ry rf�/r// r, ,r ,r�J1vtiW �1�����i//i��� f'a�r/ 1 s,� er". i'%ba. /I� ( r..H/ r�„!G, r;�.! f iXP(Y;y�i',rrr`r%G///%/�%/%�/�/Or/�/��/ �, /,�//„r. ii�� �� r% �, i , r,rr�i;✓�: � .: r�✓�1�,�/i ✓,r iJ: h;., aG�//ra��ri,,,/////ib%✓/,r �r 611 , ,,�f�i�,� r�(n2 �� ,rn,✓,rrFrrNarJ�r " rru��°. ,,." ��Nr�" ii//l"i �GI *�"" ';�,: //r riiN.lr!�,H � r- / Im � n rr��� /I/i//�l�I��A�SIUV;✓c�a/ r 9 f a!' �,�y hl�dr , ";,M ",`"� °ryut ,j ��, '/,^'.� "' �";.. ...—.•,.„ ��//�%N'N�"" 'iif' fin ' /�,rf ,�r'',l'% ��i�;�}�%rY�l'V��I.�:'r�Z�NW��17r/N" ',f�,�1 ,1i '.'r �l G�e "m II; r%!'� � �;/✓/,F;r�,,,,,.. / �h,I,"i �I ,gym+ZP�`Y� r //r /i"�j��� "�,�r"' m <I „^r(Il�ti' j//, „,e r r/ I^/r'P' ,. r v r�/p G/ ' l 1� ✓� /%O r rr ' / � I, r' �i%i%r err r 1 , l�'��Y Gp��C��r�����j�f/� ill �✓%'%err/�!,, ',IL%�, r n ,t// �,: ' l/ ! ��� i ,r r �,,,:�� � r/✓/% �p 1 .�rN„� l� ��, r.01 .tie 1 1�.r l>% p✓ �/�� �„' ;/ ',:. ; / � �r���/�� h ��"�",,�1 r frfi�//r,ri/v rr�4/f !,„h i j �i � y m ip p� a VIII I I li III r W II I 116 V I I . I , 'ail III i / ..r .✓ //// ,�. /JJ� ,,,.i/��,,i/ /// /irr,,..ii „ i,/ 1 / e ,.��r d "� , I it Illlll��r�HriWPi ��Ylitipr„u, � u „aow,� �p �. iN wvbP�HnnII)1fr iM MOWN 1' IIIIIIII IIV ;. IIVIIPU�O�'��!;?`''° Illlluuuuu���� r „� �I ��a, �ji ,�/ Y ��;��, m %�;" ; �� ,�, ';i���i �li��,�`, ,i viii/ ��� ����, � �� �r�i,�y°���i o,' � � /� ��// � 1 ��IVUI i / /�.; i i o f/,o�, r� i l�� il��� i,,�, �r,� �..i7a7eN UB��uA4�. 6 N 4iiyi�I��� ��� UUU I Harbor Bridge Park Concepts eye halfF Washington Coles Park Budget Opinion of Probable construction costs ,.w,1;,,.. July 2023 Item No. Description(with unit price in words) Quantity Unit Unit Price Amount Item Sub-Total ran.. mr II U ran ran m m m m 101.01 Site Prep,Clearing,and Grubbing 5 AC $ 3,000.00 $ 15,800.00 101.02 Site Work Allowance Includes excavation,embankment,&erosion control 1 LS $ 190,000.00 $ 190,000.00 101.03 lUtilityAllowance 1 LS I$ 480,000.00 $ 480,000.00 101.04 Demolition Allowance(existing roadways/parking lots 10,630 SF $ 5.00 $ 53,200.00 101.05 Demolition Allowance(existing mist.concrete 97,200 SF $ 5.00 $ 486,000.00 101.06 Demolition Allowance(existing mist.walls 1,870 LF $ 3.50 $ 6,500.00 101.07 Demolition Allowance(existing perimeter fence 2,300 LF $ 2.50 $ 5,800.00 iiiiiiiiiiiiiiiiiiiiiillillilillillI .m . . . m . ..,... .. ... Parking Lot Ira-rovementsi 272 Spaces) 1 701,650.00' 201.01 Parkin Lot includes excavation lime stabilized sub rade base asphalt and curbs 6,682 SY $ 100.00 $ 668,200.00 201.02 Striping&Signage Allowance 1.75%oftotal 1 LS $ 12,000.00 $ 12,000.00 201.03 Shade Trees Allowance includes installation irrigation,soil stakes&warrant 1 LS $ 11,250.00 $ 11,250.00 201.04 H dromulch&Indication Allowance-Parkin Lot 1 LS $ 10,150.00 $ 10,200.00 Miscellaneous Park Improvements $4,812,50-00 202.01 Concrete Trail/Sidewalk includes sub rade prep I walkways inside park,along g roadway) 20,500 SF $ 6.00 $ 123,000.00 202.02 Concrete Walkway Specialty includes sub-grade prep I Pedestrian Esplanade) 12,800 SF $ 15.00 $ 192,000.00 202.03 Thickened Concrete-Food Truck Court includes sub rade prep,food truck area inside the ark 1,900 SF $ 8.00 $ 15,200.00 202.04 Stage 1 LS $ 50,000.00 $ 50,000.00 202.05 Brick Pavers includes sub-grade prep I paved seating area 36,000 SF $ 20.00 $ 720,000.00 202.06 Brick Pavers at crossings includes sub-grade prep I crossing areas across parking lot drives 300 SF $ 20.00 $ 6,000.00 202.07 Crosswalk to Harbor Bridge Trail-Continental style,Crosswalk Paint-Allowance 1 LS $ 7,500.00 $ 7,500.00 202.08 Restroom1 2,250 sf-Allowance 1 LS $ 675,000.00 $ 675,000.00 202.09 Restroom 2 2,250 sf-Allowance 1 LS $ 675,000.00 $ 675,000.00 202.10 Pavilion Shade Structure&Vendor Space-Allowance 7,650 sf 1 LS $ 765,000.00 $ 765,000.00 202.11 Site Furnishing Picnic Table -Allowance 50 EA $ 1,500.00 $ 75,000.00 202.12 Fabric Shade over Seating Area 18,365 SF I seating area 1 LS $1,200,000.00 $ 1,200,000.00 202.13 Fabric Shade over Stage 3,150 SF 1 LS $ 205,000.00 $ 205,000.00 202.14 Rock Retaining Wall 0-6 ft max 415 LF $ 250.00 $ 103,800.00 Ma'or Trailhead 1$101,000.00' 203.01 Trailhead Signage Allowance 1 Signs) 1 LS $ 10,000.00 $ 10,000.00 203.02 Gateway Monument Allowance columns&arches 1 LS $ 60,000.00 $ 60,000.00 203.03 Site Furnishing rash/Recycle Receptacle) 2 EA $ 2,500.00 $ 5,000.00 203.04 Site Furnishing Benches 6 EA $ 3,000.00 $ 18,000.00 203.05 Site Furnishing Bike Racks 2 EA $ 1,500.00 $ 3,000.00 203.06 Site Furnishing Water Fountain 1 EA $ 5,000.00 $ 5,000.00 Landscape&Irrigation 1$136,675.00' 204.01 Shade Trees Allowance includes installation,irrigation,soil,stakes&warrant 1 LS $ 30,000.00 $ 30,000.00 204.02 Palm Trees Allowance includes installation irrigation,soil stakes&warrant 1 LS $ 35,000.00 $ 35,000.00 204.03 H dromulch Reve etation-Allowance 6,450 SY $ 1.50 $ 9,675.00 204.04 Landscape&Irrigation Allowance-Inside Park 1 LS $ 38,000.00 $ 38,000.00 204.05 Landscape&Irrigation Allowance-Street Corner Bulb Outs 1 LS $ 24,000.00 $ 24,000.00 SUSTOTAL CONSTRUCTION COSTS iiiiiiiiiiiiiiiiiiiiiillillillilliiiiiolm ' ' *Construction Contin enc -15% 15% $ 1 048 400.00 PROJECT TOTAL(INCLUDES CONTINGENCY) $8,037,525.00 Assum p tions/Disclaim ers: 1)All Opinion of Probable Construction Costs(OPCC)represent the Consultant and their Sub-Consultant(s)best judgement as professionals,familiar with the construction industry and current available unit pricing;Consultant/Sub-Consultant(s)do not guarantee thatproposals,bids or actualproject costs will not varyfrom its Opinion of Probable Construction Costs.Quantities are estimates only and the actual amount of work and/or materials are contingent upon final design of these facilities. 1)Unit pricing is based on average cost statewide and do not account for any site specific determinates that would effect costs of constuc tion(le.-unknown subsurface conditions,etc).Unit pricing based on today's dollars and valid for 90 days. 3)15%Construction Contingency included to cover unknown site development costs due to masterplan level of detail(unclassified demo,e/s controls,unclassified earthwork, drainage infrastructure,water/wastewater improvements,primary/secondary site electric,general conditions of the contract,etc.,unless otherwise noted) 4)This OPCC does not include utility adjustments/relocations/extensions/services for storm sewer,domestic water,sanitary sewer,gas,electric or communication utility lines off site. 5)Environmental and regulatory review,permitting,and fess are not included in this OPCC. APPENDIX 02 Appendix 02—September 11, 2023 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 ADDITIONAL SERVICES The following services are not included in the proposed basic services. CONSULTANT can provide services list at the request of the CITY. Compensation will be based upon a mutually agreed lump sum fee or an hourly rate as needed. Items that are considered additional services include but are not limited to: 1. Revisions to the latest approved Concepts. 2. Major modifications to Schematics, Renderings and/or Plans as a result of CITY's negotiations with TxDOT, FHWA, or other entities affiliated with this project 3. Public outreach including stakeholder meetings and/or other presentations/facilitation beyond those described in scope of services 4. Preparation of presentation materials or graphics for marketing or purposes beyond those described in this scope of services 5. Design of areas outside the limits of the project site, including any design work that will require work in the ROW or impact traffic entering and exiting the public and private ROW not accounted for in basic scope of services 6. Additions or changes to the project scope or budget that causes additional work. 7. Additional meetings or workshops not identified in the project scope 8. Permit fees, filing fees, pro-rated fees, impact fees, taxes, federal and/or state regulatory agency review fees with the exception of TDLR/RAS review fees for ADA accessibility review 9. Provide consultation, drawings, reports and other work products related to permits, approvals and ordinances not described in scope of services 10. Topographic and design surveys 11. Geotechnical borings, analyses and reports 12. Environmental and/or archaeological analyses and permitting, including, but not limited to, Hazardous Site Assessments, EPA coordination, and NEPA coordination 13. Off-site hydraulic and hydrology study and analysis 14. Detention pond design for storm water 15. Design of gas, communication, or other utility improvements not listed in basic services 16. Design of utility extension(s) to the project site not accounted for in basic scope of services 17. Improvements, modifications, or design of the full existing roadway width and depth from back of curb to back of curb for roadways adjacent to the Project proposed improvements, except where specifically designated in the scope of services 18. Analyzing or simulating water supply networks or wastewater systems 19. FEMA CLOMR and/or LOMR preparation or submittal 20. Detailed Floodplain Analysis 21. Traffic engineering reports or studies, including Traffic Impact Analysis (TIA) 22. Traffic Signalization design 23. Street Lighting design, Shared Use Path (Trails) lighting design, and Trailhead lighting design. 24. Sports Field Lighting and Theatrical stage lighting design. 25. Parking lot lighting and photometric analysis for Dr. HJ Williams Memorial (Hillcrest) Park and TC Ayers Park. 26. Subsurface Utility Engineering (SUE) investigation and report 27. Detailed cost estimating services or independent cost estimating by a third party beyond those described in this scope of services 28. Preparation of plans in compliance with TxDOT specifications and bidding procedures Appendix 02—September 11, 2023 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005 29. Completion of TxDOT Local Government Project Development & Delivery Checklist including coordination 30. Preparation of re-bid documents due to unsuccessful bid and value engineering beyond CITY and CONSULTANT control 31. Reviewing and evaluating alternate designs proposed by contractor during construction 32. Preparation of Change Orders and Pay Estimates during Construction 33. Construction Staking 34. Construction materials testing 35. TCEQ (Texas Commission on Environmental Quality) TPDES (Texas Pollutant Discharge Elimination System) permit application and coordination; to be provided by Contractor 36. Energy/Utility modeling of buildings 37. Providing professional services for the field selection of plant materials 38. Shade Structure Design/Architecture (other than pre-engineered structures) 39. Restroom Design/Architecture (other than pre-engineered structures) 40. Voice/Data System, Fiber Optic Network, Access Control/Security System and Audio System design 41. Air-conditioned facilities 42. Building commissioning 43. LEEDs/Green Building/LID/SITES compliant design 44. Energy Re-sale load and Energy Rebate forms 45. "No-Rise" certification for the site 46. Grant preparation and management services 47. Any services related to ROW and Land Acquisition, including ROW mapping exhibits and meets and bounds documentation required for ROW acquisition 48. Plat preparation 49. Coordination with individual property owners 50. Legal Lot Determinations 51. Preparation of multi-use agreement(s) and related memorandum(s) of understanding and exhibits 52. Assistance or representation in litigation concerning the property of proposed project 53. Easement acquisition or vacation including preparation of easement documents unless defined within scope of services 54. Warranty Phase Services 55. Backup power generator system design 56. Special systems (IT, intercom, audio/visual, security, and access controls) designs Appendix 02—September 11, 2023 Halff Associates Inc. City of Corpus Christi Harbor Bridge Parks Mitigation Project A VO:41955.005