Loading...
HomeMy WebLinkAboutC2024-140 - 6/25/2024 - Approved Service Agreement No. 4798 CITY OF CORPUS CHRISTI AMENDMENT NO. 3to the CONTRACT FOR PROFESSIONAL SERVICES The City of Corpus Christi, Texas, hereinafter called “CITY,” and Lockwood, Andrews &Newnam, Inc hereinafter called “CONSULTANT,” agree to the following amendmentto the Contract for Professional ServicesforNorth Beach Drainage Improvements, (Project 22142),asauthorized and amended by: Original ContractJanuary 17, 2023Motion No. M2023-057$720,760.00 Amendment No. 1January 19, 2024Administrative Approval $25,120.00 Amendment No. 2April 24, 2024Administrative Approval$34,996.00 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 $473,604.00 for a total revisedfee not to exceed $1,254,480.00. All other terms and conditions of the January 17, 2023contract 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 CHRISTILOCKWOOD, ANDREWS & NEWNAM, INC ____________________________________________________________________ Jeff H. Edmonds, P.E.Date Stephen GilbreathDate Director of Engineering ServicesChief Operations Officer 500 N. Shoreline Blvd. Suite 905 Corpus Christi, TX, 78401 SAGilbreath@lan-inc.com APPROVED AS TO FORM __________________________________ Legal Department Date ______________________AUTHORIZED BY COUNCIL______________________ ATTEST __________________________________ City SecretaryDate Exhibit A Page 1 of 19 May 31, 2024 Mr. Jeff Edmonds, P.E. Director of Engineering Services City of Corpus Christi PO BOX 9277 Corpus Christi, Texas 78469-9277 Re: Proposal for Amendment #3 North Beach Drainage Improvements (Project # 22142) Dear Mr. Edmonds, At your request, LAN is providing this amendment proposal for professional engineering services for design, bid, and construction phase services for Beach Avenue and Gulfspray Avenue. This proposal also includes design (only) services for the proposed Eco-Park project at North Beach. It is our understanding that the City of Corpus Christi intends to bid these projects with Project 22142, North Beach Drainage Improvements (Phase 1). With that said, we will fast track designs and have them complete in approximately six to eight months from Notice to Proceed (See Attachment D). We propose to complete these projects for a total lump sum fee amendment of $473,604. Attachment A are services for Beach Avenue, Attachment B are services for Gulfspray Avenue, and Attachment C are services for the Eco-Park. Attachment F provides for a summary of contract amendments under Service Agreement 4798 (May 2023). Please feel free to contact me at 361-792-7225 or by email at SMHarris@lan-inc.com, if you have any additional questions. Sincerely, Sincerely, Sincerely, Scott M Harris, PE Scott M Harris, PE Senior Associate, RegionalManager Senior Associate, Regional Manager 500 N. Shoreline Blvd. Ste. 905 -inc.com Exhibit A Page 2 of 19 Jeff Edmonds Bond 2018 Beach and Gulfspray Aves May 31, 2024 Page 2 Attachments: A1 Beach Avenue Scope of Services A2 - Beach Avenue Project Summary of Fees A3 Beach Avenue Labor Breakdown B1 Gulfspray Avenue Scope of Services B2 Gulfspray Avenue Project Summary of Fees B3 Gulfspray Avenue Labor Breakdown C1 Eco-Park Scope of Services C2 Eco-Park Project Summary of Fees C3 Eco-Park Labor Breakdown D Project Design Schedule E Summary of Fees (Exhibit A) by Discipline F Summary of Contract Amendment Cc: Ratna Pottumuthu, P.E. Assistant Director Bryan Carter, P.E. Project Engineer Exhibit A Page 3 of 19 ATTACHMENT A1 BOND 2018 - BEACH AVENUE (DEAD END TO EAST CAUSEWAY BLVD) SCOPE OF SERVICES SCOPE OF IMPROVEMENTS This project will upgrade Beach Avenue to the C-2 Secondary Collector classification based on future traffic The project will construct two-lanes eastbound to facilitate increased traffic due to the Harbor Bridge project and one-lane westbound between E. Causeway Boulevard and Timon Boulevard. Additionally, it will construct a two-lane roadway extending from Timon Boulevard to the existing park at the eastern end of Beach Avenue and c multi-use side path per the Bicycle Mobility Plan. The proposed upgrades for Beach Ave. E. Causeway Blvd. to Dead End at Gulfbreeze Blvd. will include: Three-lane roadway from E Causeway to Surfside Two-lane roadway from Surfside to dead end Intersection improvements at Timon, Surfside, and Gulfbreeze Curb and gutter with 5-foot minimum ADA accessible sidewalks with curb ramps on both sides. -use side path per Bicycle Mobility Plan Signage and striping improvements Underground storm water system upgrades in support of Project 22142 North Beach Drainage Improvements. Wastewater upgrades as identified by the Utilities Department Water upgrades as identified by the Utilities Department (Note: Per the Utility Department, all water lines have been replaced with PVC in this area. No major improvements are needed.) Gas upgrades as identified by the Gas Department Street Lighting Improvements RTA Improvements Project 22142 North Beach Drainage Improvements Project includes a bridge crossing of the proposed linear park canal at Beach Avenue between Surfside and Timon Boulevards. Improvements to Beach Avenue under this contract will be coordinated with the drainage improvement project, specifically the bridge crossing. This project includes improvements at each intersection including connecting sidewalks, ADA, ramps, and pavement markings. A preliminary Typical Cross Section includes: 1 Exhibit A Page 4 of 19 BASIC SERVICES Task 1 30% Preliminary Design Task 2 60% Design Services Task 3 90% Design Services Task 4 100% Final Design Task 5 Bid Phase Services Task 6 Construction Phase Services A.Task 1 - Preliminary Design 1.Project Kick-off Meeting - Participate in one (1) project kick-off meeting and prepare meeting agenda and distribute meeting minutes to attendees. 2.Geotech Scoping & Coordination Coordinate with the City Project Manager and geotechnical engineer and develop the scope of work and boring plan for the geotechnical soil investigation in support of the proposed design. 3.Traffic Counts - Request and Review the Traffic Counts provided by the City Project Manager. 4.Typical Sections - Develop up to two (2) pavement design cross sections (asphalt and concrete) based upon 5.Identify ROW and Acquisition Requirements Review the survey data and determine if the project requires any property acquisition or if the proposed design can be accommodated inside the existing ROW. 6.Preliminary Street Lighting Analysis Complete an analysis of the existing street lighting in the project area. 2 Exhibit A Page 5 of 19 7.Governmental Authorities Coordination - Identify and analyze requirements of third-party agencies such as the TDLR, RTA, and affected school districts and community groups. 8.Public Outreach / Stakeholders - Identify recommendations for public outreach & stakeholder requirements. 9.Conceptual Layout LAN will prepare a conceptual plan view (11 x 17) for the project. 10.Opinion of Probable Construction Costs - Prepare 30% conceptual-level opinions of probable construction costs. 11.Design Concept Review - internal Design Concept Review of the preliminary engineering deliverables. 12.Draft Engineering Letter Report (ELR) this report will summarize the work performed above into a report to be delivered to the client. LAN will submit one (1) copy in an approved electronic format. 13.Client Review Meeting - Attend one (1) project review meeting with City staff to review and receive City comments on the PER and 30% plans. 14.Final Report - Assimilate City review comments and provide one (1) set of the Final ELR (electronic and hard copies using City Standards as applicable) suitable for reproduction. B.Task 2 60% Design Services 1.Third-party Utility Coordination based on the results of the utilities investigation performed under Project 22142, assist the City PM with coordination with electric and communication utility companies and private pipeline companies that may have existing facilities and must be relocated to accommodate the proposed street improvements. Coordination includes emails and phone calls necessary to communication the requirements for utility relocations and repairs and is limited to 38 hours. 2.Prepare 60% construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Prepare Street Improvement Plans - the development of construction plans (11 x 17) for the existing facility with rehabilitation of the existing two-lane street configuration, repairs to the curb and gutters on both sides, sidewalk additions, installation of ADA compliant curb ramps, signage, pavement markings, analysis, and upgrades to street illumination, as identified in the preliminary phase. b.Prepare Utility Relocation and Repair Plans - the development of construction plans (11 x 17) for the relocations and repairs of necessary water, wastewater, gas, or third-party utilities, as identified on the preliminary phase. c.Prepare Traffic Control and Construction Sequencing Plans - the Engineer-provided TCP will be a limited effort to give the Contractor a general outline of the intent. The TCP will be a required contactor submittal (for consultant review) to be provided for review prior to the commencement of construction activities and will include construction sequencing, typical cross section and construction phasing plan sheets, warning, and barricades, as well as standards sheets for barricades, traffic control plan, work zone pavement markings and signage. d.Provide Storm Water Pollution Prevention Plan including locations for City Standard Best . 3 Exhibit A Page 6 of 19 3.Review and Deliver 60% Documents a., complete and internal QC review of the 60% documents. b.Furnish one (1) set of the interim plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. c.Updated Opinion of Probable Construction Costs d.City-required checklist including 4.Client Review Meeting - Attend one (1) 60% submittal meeting with City Staff to assist staff in review of 60% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. C.Task 3 90% Design Services 1.Third-party Utility Coordination continue to assist (on a limited basis) the City PM with coordination with third-party utilities having existing facilities to be relocated to accommodate the proposed improvements. Coordination includes emails and phone calls necessary to communication the requirements for utility relocations and repairs and is limited to 14 hours. 2.Prepare 90% construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Incorporate 60% review comments from City and develop plans to the 90% level. b.Contract Documents - the project team will prepare a Project Manual consisting of City of Corpus Christi Standard Contract Documents (DIV 00, DIV 01) that defines the procurement and contracting requirements, general requirements, and City standards for materials, workmanship, and testing. The anticipated City standard documents that LAN will have to provide input into include: Table of Contents Agreement Supplementary Conditions Bid Form Summary of Work Alternates and Allowances Measurement and Basis of Payment Submittal Register Special Procedures c.Standard Specifications (Part S) - these documents will be provided by the city and it is anticipated that there will be minimal editing required and that there will be no special technical specifications needed for the project. Should such editing or special or an excessive number of technical specifications be required, such work will warrant an additional services request from the Engineer. 3.Review and Deliver 90% Deliverables a., complete and internal QC review of the 60% documents. 4 Exhibit A Page 7 of 19 b.Furnish one (1) set of the interim plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. c.Updated Opinion of Probable Construction Costs d.City-required checklist including 4.Client Review Meeting - Attend one (1) 90% submittal meeting with City Staff to assist staff in review of 90% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. D.Task 4 100% Final Design 1.Prepare 100% Final (unsealed) construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Incorporate 90% review comments from City and develop plans to the 100% level. b.Contract Documents prepare City contract documents to 100% level. c.City Standard Specifications & Details - incorporate City standard specifications and details into 100% deliverable. d.100% Deliverables i.Furnish one (1) set of the final plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. ii.Updated Opinion of Probable Construction Costs iii.City-required checklist including key elements. iv.Client Review Meeting - Attend one (1) 100% submittal meeting with City Staff to assist staff in review of 100% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. 2.Prepare Issued for Bid Documents - LAN will incorporate all review comments and prepare one (1) set of Issued for Bid (IFB) construction documents per City of Corpus Christi Standards. The set will include one (1) hard copy, one (1) PDF set of deliverables on a thumb drive, and a Microsoft One-Drive link to all documents, sent to the clients designated Project Manager. E.Task 5 - Bid Phase Service 1.LAN will participate in one (1) pre-bid conference to discuss scope of work and to answer scope questions. It is assumed that the City of Corpus Christi will prepare the meeting agenda and minutes. 2.Review all technical questions concerning the bid documents and prepare revisions to the plans, specifications and bid forms that may be necessary. For the purposes of this proposal, LAN assumes not more than three (3) major questions to be answered via CIVCAST. Major questions are those that require a minimum of 4 hours to process and answer. 3.LAN will prepare one (1) addendum that includes client approved revisions to bid documents. 4.Provide two (2) hard copy set and one (1) electronic set of conformed drawings and conformed Contract Documents (PDF and original \[CAD/Word/etc.\]) to the City. 5 Exhibit A Page 8 of 19 F.Task 6 Construction Phase Services 1.LAN will participate in one (1) pre-construction meeting. It is assumed that the City of Corpus Christi will prepare the meeting agenda and minutes. 2.Respond to Requests for Information (RFI) during the construction process concerning the plans and technical specifications. LAN assumes four (4 3.Review Submittals LAN will review contractor technical submittals as required in City of Corpus Christi General Conditions and Specifications. LAN assumes twelve (12) submittals for this task. 4.Prepare Requests for Proposals (RFP) / Change Orders LAN will a review/negotiate pricing and prepare change orders. LAN assumes a max of one (1) Change Orders for this task. 5.Construction Observation LAN will provide limited construction observation to monitor progress on the project and ensure construction is being completed in accordance with the contract documents. This includes delivery and installation of special equipment and contractors testing, start-up, and commissioning of special equipment. LAN assumes one visit per month (1.5 hours/each, includes travel) for nine months, or 13.5 hours. 6.Complete one substantial completion inspection and one final inspection and project close-out effort (ex., completion certificate, review as-built drawings, review of as-built O&M manuals). 7.Project Record Drawings LAN will coordinate with City/Owners Representative to receive redlines from contractor and prepare one (1) PDF set of record drawings. ADDITIONAL SERVICES Task 7 Geotechnical Services Task 8 Subsurface Utility Engineering (Level A) G.Task 7 Geotechnical Services 1.Field Program Explore the subsurface conditions at the site by performing two (2) test borings strategically located along Beach Avenue. Geotechnical drilling and sampling will be performed in accordance with ASTM 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. The geotechnical engineer will present the results and findings in a written report to be included as an appendix to the preliminary phase engineering letter report. 6 Exhibit A Page 9 of 19 H.Task 8 Subsurface Utility Engineering (Level A) Provide Subsurface Utility Engineering Quality Level A (QL-A) Test Holes, at designated locations along Beach Avenue. Locations will be determined during preliminary engineering and included in the preliminary engineering report. LAN assumes a total of 3 locations for this proposal. Quality Level A (QL-A) Test Hole Services are the location and accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. In performing locating (test hole) services, the team will: Provide all equipment, personnel and supplies required to perform locating services. We shall determine which equipment, personnel and supplies are required to perform such services. Excavate test holes at selected locations to expose the utility to be measured in such a manner that ensures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations, we shall comply with applicable utility damage prevention laws. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing facilities. If contaminated soils are discovered during the excavation process, we will so notify the Client. Investigate, evaluate, measure and record: a. Actual depth to top of utility referenced to a survey marker installed directly above the centerline of the exposed utility structure and b. Outside diameter of utility and configuration of non-encased, multi-conduit systems. Furnish and install survey markers directly above the centerline of utility structure. Backfill around the exposed facility using pea gravel in the roadways. Evaluate and compare field information with utility information described in utility records and resolve conflicts. I.Exclusions This project is connected to and supports the recommendations made in the North Beach Drainage Improvements Project (Project # 22142). For that reason, several typical professional services are already being completed and are excluded from this project. These services include: Drainage Analysis Topographic & ROW Surveys Permitting / Environmental Public Engagement / Meetings 7 Exhibit A Page 10 of 19 ATTACHMENT B1 BOND 2018 - GULFSPRAY AVENUE (DEAD END TO EAST CAUSEWAY BLVD) SCOPE OF SERVICES BACKGROUND This project will upgrade Gulfspray Avenue to the C-2 Secondary Collector classification based on future -lanes (one eastbound and one westbound) to facilitate traffic crossing the proposed linear canal (Project 22142) to and from the single and multi- family residential areas east of Surfside Boulevard along Gulfbreeze Boulevard. Additionally, it will -use side path per the Bicycle Mobility Plan. The proposed upgrades for Gulfspray Ave. E. Causeway Blvd. to Dead End will include: Two-lane roadway from E Causeway to dead end Intersection improvements at Timon, Surfside, and Gulfbreeze Curb and gutter with 5-foot minimum ADA accessible sidewalks with curb ramps on both sides. -use side path per Bicycle Mobility Plan Signage and striping improvements Underground storm water system upgrades in support of Project 22142 North Beach Drainage Improvements. Wastewater upgrades as identified by the Utilities Department Water upgrades as identified by the Utilities Department (Note: Per the Utility Department, all water lines have been replaced with PVC in this area. No major improvements are needed.) Gas upgrades as identified by the Gas Department Street Lighting Improvements Project 22142 North Beach Drainage Improvements Project includes a bridge crossing of the proposed linear park canal at Beach Avenue between Surfside and Timon Boulevards. Improvements to Beach Avenue under this contract will be coordinated with the drainage improvement project, specifically the bridge crossing. This project includes improvements at each intersection including connecting sidewalks, ADA, ramps, and pavement markings. BASIC SERVICES Task 1 30% Preliminary Design Task 2 60% Design Services Task 3 90% Design Services Task 4 100% Final Design 10 Exhibit A Page 11 of 19 A.Task 1 - Preliminary Design 1.Traffic Counts - Request and Review the Traffic Counts provided by the City Project Manager. 2.Typical Sections - Develop up to two (2) pavement design cross sections (asphalt and concrete) based upon 3.Identify ROW and Acquisition Requirements Review the survey data and determine if the project requires any property acquisition or if the proposed design can be accommodated inside the existing ROW. 4.Preliminary Street Lighting Analysis Complete an analysis of the existing street lighting in the project area. 5.Conceptual Layout LAN will prepare a conceptual plan view (11 x 17) for the project. 6.Opinion of Probable Construction Costs - Prepare 30% conceptual-level opinions of probable construction costs. 7.Design Concept Review - internal Design Concept Review of the preliminary engineering deliverables. 8.Draft Engineering Letter Report (ELR) this report will summarize the work performed above into a report to be delivered to the client. LAN will submit one (1) copy in an approved electronic format. 9.Client Review Meeting - Attend one (1) project review meeting with City staff to review and receive City comments on the PER and 30% plans. 10.Final Report - Assimilate City review comments and provide one (1) set of the Final PER (electronic and hard copies using City Standards as applicable) suitable for reproduction. B.Task 2 60% Design Services 1.Third-party Utility Coordination based on the results of the utilities investigation performed under Project 22142, assist the City PM with coordination with electric and communication utility companies and private pipeline companies that may have existing facilities and must relocated to accommodate the proposed street improvements. Coordination includes emails and phone calls necessary to communication the requirements for utility relocations and repairs. 2.Prepare 60% construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Prepare Street Improvement Plans - the development of construction plans (11 x 17) for the existing facility with rehabilitation of the existing two-lane street configuration, repairs to the curb and gutters on both sides, sidewalk additions, installation of ADA compliant curb ramps, signage, pavement markings, analysis, and upgrades to street illumination, as identified in the preliminary phase. b.Prepare Utility Relocation and Repair Plans - the development of construction plans (11 x 17) for the relocations and repairs of necessary water, wastewater, gas, or third-party utilities, as identified on the preliminary phase. c.Prepare Traffic Control and Construction Sequencing Plans - the Engineer-provided TCP will be a limited effort in order to give the Contractor a general outline of the intent. The TCP will be a required contactor submittal (for consultant review) to be provided for review prior to the commencement of construction activities and will include 11 Exhibit A Page 12 of 19 construction sequencing, typical cross section and construction phasing plan sheets, warning and barricades, as well as standards sheets for barricades, traffic control plan, work zone pavement markings and signage. d.Provide Storm Water Pollution Prevention Plan including locations for City Standard Best . 3.Review and Deliver 60% Documents a., complete and internal QC review of the 60% documents. b.Furnish one (1) set of the interim plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. c.Updated Opinion of Probable Construction Costs d.City-required checklist including 4.Client Review Meeting - Attend one (1) 60% submittal meeting with City Staff to assist staff in review of 60% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. C.Task 3 90% Design Services 1.Third-party Utility Coordination continue to assist (on a limited basis) the City PM with coordination with third-party utilities having existing facilities to be relocated to accommodate the proposed improvements. Coordination includes emails and phone calls necessary to communication the requirements for utility relocations and repairs. 2.Prepare 90% construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Incorporate 60% review comments from City and develop plans to the 90% level. b.Contract Documents - the project team will prepare a Project Manual consisting of City of Corpus Christi Standard Contract Documents (DIV 00, DIV 01) that defines the procurement and contracting requirements, general requirements, and City standards for materials, workmanship, and testing. The anticipated City standard documents that LAN will have to provide input into include: Table of Contents Agreement Supplementary Conditions Bid Form Summary of Work Alternates and Allowances Measurement and Basis of Payment Submittal Register Special Procedures c.Standard Specifications (Part S) - these documents will be provided by the city and it is anticipated that there will be minimal editing required and that there will be no special technical specifications needed for the project. Should such editing or special or an excessive number of technical specifications be required, such work will warrant an additional services request from the Engineer. 12 Exhibit A Page 13 of 19 3.Review and Deliver 90% Deliverables a., complete and internal QC review of the 60% documents. b.Furnish one (1) set of the interim plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. c.Updated Opinion of Probable Construction Costs d.City-required checklist including 4.Client Review Meeting - Attend one (1) 90% submittal meeting with City Staff to assist staff in review of 90% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. D.Task 4 100% Final Design 1.Prepare 100% Final (unsealed) construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Incorporate 90% review comments from City and develop plans to the 100% level. b.Contract Documents prepare City contract documents to 100% level. c.City Standard Specifications & Details - incorporate City standard specifications and details into 100% deliverable. d.100% Deliverables i.Furnish one (1) set of the final plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. ii.Updated Opinion of Probable Construction Costs iii.City-required checklist including key elements. iv.Client Review Meeting - Attend one (1) 100% submittal meeting with City Staff to assist staff in review of 100% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. 2.Prepare Issued for Bid Documents - LAN will incorporate all review comments and prepare one (1) set of Issued for Bid (IFB) construction documents per City of Corpus Christi Standards. The set will include one (1) hard copy, one (1) PDF set of deliverables on a thumb drive, and a Microsoft One-Drive link to all documents, sent to the clients designated Project Manager. E.Task 5 - Bid Phase Service 1.LAN will participate in one (1) pre-bid conference to discuss scope of work and to answer scope questions. It is assumed that the City of Corpus Christi will prepare the meeting agenda and minutes. 2.Review all technical questions concerning the bid documents and prepare revisions to the plans, specifications and bid forms that may be necessary. For the purposes of this proposal, LAN assumes not more than three (3) major questions to be answered via CIVCAST. Major questions are those that require a minimum of 4 hours to process and answer. 3.LAN will prepare one (1) addendum that includes client approved revisions to bid documents. 13 Exhibit A Page 14 of 19 4.Provide two (2) hard copy set and one (1) electronic set of conformed drawings and conformed Contract Documents (PDF and original \[CAD/Word/etc.\]) to the City. F.Task 6 Construction Phase Services 1.LAN will participate in one (1) pre-construction meeting. It is assumed that the City of Corpus Christi will prepare the meeting agenda and minutes. 2.Respond to Requests for Information (RFI) during the construction process concerning the plans and technical specifications. LAN assumes four (4 3.Review Submittals LAN will review contractor technical submittals as required in City of Corpus Christi General Conditions and Specifications. LAN assumes twelve (12) submittals for this task. 4.Prepare Requests for Proposals (RFP) / Change Orders LAN will a review/negotiate pricing and prepare change orders. LAN assumes a max of one (1) Change Orders for this task. 5.Construction Observation LAN will provide limited construction observation to monitor progress on the project and ensure construction is being completed in accordance with the contract documents. This includes delivery and installation of special equipment and contractors testing, start-up, and commissioning of special equipment. LAN assumes one visit per month (1.5 hours/each, includes travel) for nine months, or 13.5 hours. 6.Complete one substantial completion inspection and one final inspection and project close-out effort (ex., completion certificate, review as-built drawings, review of as-built O&M manuals). 7.Project Record Drawings LAN will coordinate with City/Owners Representative to receive redlines from contractor and prepare one (1) PDF set of record drawings. ADDITIONAL SERVICES Task 7 Geotechnical Services Task 8 Subsurface Utility Engineering (Level A) G.Task 7 Geotechnical Services 1.Field Program Explore the subsurface conditions at the site by performing two (2) test borings strategically located along Gulfspray Ave. Geotechnical drilling and sampling will be performed in accordance with ASTM 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. 14 Exhibit A Page 15 of 19 3.Engineering Analysis / Report Preparation Engineering analysis will be conducted utilizing the information collected during our field program and laboratory testing services. The geotechnical engineer will present the results and findings in a written report to be included as an appendix to the preliminary phase engineering letter report. H.Task 8 Subsurface Utility Engineering (Level A) Provide Subsurface Utility Engineering Quality Level A (QL-A) Test Holes, at designated locations along Gulfspray Avenue. Locations will be determined during preliminary engineering and included in the preliminary engineering report. LAN assumes a total of 3 locations for this proposal. Quality Level A (QL-A) Test Hole Services are the location and accurate horizontal and vertical position of subsurface utilities by excavating a test hole using vacuum excavation techniques and equipment that is non-destructive to utilities. In performing locating (test hole) services, the team will: Provide all equipment, personnel and supplies required to perform locating services. We shall determine which equipment, personnel and supplies are required to perform such services. Excavate test holes at selected locations to expose the utility to be measured in such a manner that ensures the safety of the excavation and the integrity of the utility to be measured. In performing such excavations, we shall comply with applicable utility damage prevention laws. Excavations will be performed using specially developed vacuum excavation equipment that is non-destructive to existing facilities. If contaminated soils are discovered during the excavation process, we will so notify the Client. Investigate, evaluate, measure and record: a. Actual depth to top of utility referenced to a survey marker installed directly above the centerline of the exposed utility structure and b. Outside diameter of utility and configuration of non-encased, multi-conduit systems. Furnish and install survey markers directly above the centerline of utility structure. Backfill around the exposed facility using pea gravel in the roadways. Evaluate and compare field information with utility information described in utility records and resolve conflicts. I.Exclusions & Assumptions This project is connected to and supports the recommendations made in the North Beach Drainage Improvements Project (Project # 22142). For that reason, several typical professional services are already being completed and are excluded from this project. These services include: Drainage Analysis Topographic & ROW Surveys Permitting / Environmental Public Engagement / Meetings 15 Exhibit A Page 16 of 19 ATTACHMENT C1 NORTH BEACH ECO-PARK PROJECT SCOPE OF SERVICES BACKGROUND In March 2023, the City of Corpus Christi, in conjunction with the National Park Service, North Beach Community Association, Texas State Aquarium and others finalized a plan aimed at developing a park on North Beach emphasizing ecosystem conservation, restoration, and access to our natural resources. The final plan included the following defining elements: Restored wetland habitat. Multipurpose Pavilion Comfort Station Boardwalks Shade structures Trails Observation tower Vegetative buffer along US 181 Living shoreline and oyster reefs Parking and access improvements including limiting traffic on Timon Blvd. The park development will include the elements above and be connected to the proposed linear park between Surfside and Timon Boulevards that is being developed as part of the North Beach Drainage Improvements project (Project 22142). It is intended for the City of Corpus Christi to apply for one regulatory permit through the United States Army Corps of Engineers (USACE) for both projects. See attached EXHIBIT A for a conceptual plan for the proposed Eco-Park. SUMMARY OF SERVICES LAN will provide preliminary and final design services for the development of the Eco-Park. It is assumed that bid and construction phase services will be performed later, under a separate contract. Basic Services include: Task 1 Preliminary Design / ELR Task 2 60% Design Services Task 3 100% Final Design A.Task 1 - Preliminary Design / ELR 1.Project Kick-off Meeting - Participate in one (1) project kick-off meeting and prepare meeting agenda and distribute meeting minutes to attendees. 2.Conceptual Layouts prepare 30% plans (11 x 17) for the project including: 18 Exhibit A Page 17 of 19 a.Plan View Layouts including parking, trails, boardwalks, structures, and vegetated areas. b.Existing Utility Maps and Potential Conflicts 3. 4.Opinion of Probable Construction Costs - Prepare 30% conceptual-level opinions of probable construction costs. 5.Design Concept Review - internal Design Concept Review of the preliminary engineering deliverables. 6.Draft Engineering Letter Report (ELR) this report will summarize the scope of the project, design criteria, restraints, constraints, and limitations into a report to be delivered to the client. LAN will submit one (1) copy in an approved electronic format. 7.Client Review Meeting - Attend one (1) project review meeting with City staff to review and receive City comments on the PER and 30% plans. 8.Final Report - Assimilate City review comments and provide one (1) set of the Final ELR (electronic and hard copies using City Standards as applicable) suitable for reproduction. B.Task 2 60% Design Services 1.Third-party Utility Coordination based on the results of the utilities investigation performed under Project 22142, assist the City PM with coordination with electric and communication utility companies and private pipeline companies that may have existing facilities and must be relocated to accommodate the proposed park improvements. Coordination includes emails and phone calls necessary to communication the requirements for utility relocations and repairs and is limited to 16 hours. 2.Prepare 60% construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Prepare Park Improvement Plans - the development of construction plans (11 x 17) for the restoration of wetlands, construction of trails and boardwalks, parking lots, access improvements or closures, living shoreline, and structures including restroom facility, observation tower, pavilion, installation of ADA compliant paths (concrete or trail), signage, lighting, landscaping, and park amenities. b.Prepare Utility Relocation and Repair Plans - the development of construction plans (11 x 17) for the relocations and repairs of necessary water, wastewater, gas, or third-party utilities, as identified on the preliminary phase. c.Prepare Traffic Control and Construction Sequencing Plans - the Engineer-provided TCP will be a limited effort to give the Contractor a general outline of the intent. The TCP will be a required contactor submittal (for consultant review) to be provided for review prior to the commencement of construction activities and will include construction sequencing and construction phasing plan sheets, warning, and barricades, as well as standards sheets for barricades, traffic control plan, work zone pavement markings and signage. d.Provide Storm Water Pollution Prevention Plan including locations for City Standard Best . 19 Exhibit A Page 18 of 19 a.Contract Documents - the project team will prepare a Project Manual consisting of City of Corpus Christi Standard Contract Documents (DIV 00, DIV 01) that defines the procurement and contracting requirements, general requirements, and City standards for materials, workmanship, and testing. The anticipated City standard documents that LAN will have to provide input into include: Table of Contents Agreement Supplementary Conditions Bid Form Summary of Work Alternates and Allowances Measurement and Basis of Payment Submittal Register Special Procedures e.Standard Specifications (Part S) - these documents will be provided by the city, and it is anticipated that there will be minimal editing required for the project. f.Technical Specifications (Part T) LAN will work with approved manufacturers and vendors for specialty equipment and park amenities and develop technical specifications for this project. 3.Review and Deliver 60% Documents a., complete and internal QC review of the 60% documents. b.Furnish one (1) set of the interim plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. c.Updated Opinion of Probable Construction Costs d.City-required checklist including 4.Client Review Meeting - Attend one (1) 60% submittal meeting with City Staff to assist staff in review of 60% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. C.Task 3 100% Final Design 1.Prepare 100% Final (unsealed) construction documents (plans, specifications, estimates) in City standard format for the work identified in the Preliminary Phase, including: a.Incorporate 60% review comments from City and develop plans to the 100% level. b.Contract Documents prepare City contract documents to 100% level. c.City Standard Specifications & Details - incorporate City standard specifications and details into 100% deliverable. d.100% Deliverables i.Furnish one (1) set of the final plans (electronic and hard copies using City Standards as applicable) to the City staff for review and approval purposes. ii.Updated Opinion of Probable Construction Costs 20 Exhibit A Page 19 of 19 iii.City-required checklist including key elements. iv.Client Review Meeting - Attend one (1) 100% submittal meeting with City Staff to assist staff in review of 100% submittal. Prepare meeting agenda and distribute meeting minutes to attendees within five working days of the meeting. 2.Prepare Issued for Bid Documents - LAN will incorporate all review comments and prepare one (1) set of Issued for Bid (IFB) construction documents per City of Corpus Christi Standards. The set will include one (1) hard copy, one (1) PDF set of deliverables on a thumb drive, and a Microsoft One-Drive link to all documents, sent to the clients designated Project Manager. 21