Loading...
21-R-33 - Amendment to Professional Services Agreement with Kimley-Horn AssociateRESOLUTION NO. 21 -R -33 A RESOLUTION BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS AUTHORIZING AN AMENDMENT TO THE PROFESSIONAL SERVICES AGREEMENT WITH KIMLEY -HORN ASSOCIATES, INC., TOTALING NO MORE THAN $510,000, FOR PROFESSIONAL ENGINEERING - RELATED SERVICES ON THE 2020 SPAM RESURFACING PROJECT, AND OTHER MATTERS IN CONNECTION THEREWITH WHEREAS, during design of the 2020 SPAM Resurfacing project additional concerns were discovered requiring additional professional services to address them; and WHEREAS, a shift in resurfacing materials being specified and addition of "remedial" efforts for the surfacing applied to streets in the 2018 SPAM Resurfacing Project also require additional professional services to complete the bid packages; and WHEREAS, some street segments require "rehabilitation" instead of resurfacing , which requires more detailed project plans and a separate bid package; and WHEREAS, the City of Schertz wishes to proceed with the Lindbergh Avenue reconstruction and storm drain extension project to complement another project effort; and WHEREAS, City staff has determined that Kimley -Horn Associates, Inc. is uniquely qualified to provide such services for the City; and WHEREAS, Kimley -Horn Associates, Inc. is an approved On -Call Engineering Firm for the City of Schertz; and WHEREAS, pursuant to Section 252.022(a)(4), the City is not required to seek bids or proposals with respect to a procurement for personal, professional, or planning purposes; and WHEREAS, the City Council has determined that it is in the best interest of the City to amend the contract with Kimley -Horn Associates. in the amount of $344,970; and WHEREAS the City Council hereby authorizes the City Manager to execute and deliver the Amendment to the Agreement with Kimley -Horn Associates, Inc. in substantially the form set forth on Exhibit A and to execute further amendments as necessary not to exceed a total expenditure amount of $510,000 BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS THAT: Section 1. The City Council hereby authorizes the City Manager to execute and deliver the Amendment to the Agreement with Kimley -Horn Associates, Inc. in substantially the form set forth on Exhibit A and to execute further amendments as necessary not to exceed a total expenditure amount of $510,000. Section 2. The recitals contained in the preamble hereof are hereby found to be true, and such recitals are hereby made a part of this Resolution for all purposes and are adopted as a part of the judgment and findings of the City Council. Section 3. All resolutions, or parts thereof, which are in conflict or inconsistent with any provision of this Resolution are hereby repealed to the extent of such conflict, and the provisions of this Resolution shall be and remain controlling as to the matters resolved herein. Section 4. This Resolution shall be construed and enforced in accordance with the laws of the State of Texas and the United States of America. Section 5. If any provision of this Resolution or the application thereof to any person or circumstance shall be held to be invalid, the remainder of this Resolution and the application of such provision to other persons and circumstances shall nevertheless be valid, and the City Council hereby declares that this Resolution would have been enacted without such invalid provision. Section 6. It is officially found, determined, and declared that the meeting at which this Resolution is adopted was open to the public and public notice of the time, place, and subject matter of the public business to be considered at such meeting, including this Resolution, was given, all as required by Chapter 551, Texas Government Code, as amended. Section 7. This Resolution shall be in force and effect from and after its final passage, and it is so resolved. PASSED AND ADOPTED, this 13"' day April, 2021. CITY OF SC RTZ, S Ralp Itierrez, r ATTEST: EXHIBIT A PROFESSIONAL SERVICES AGREEMENT 50077397.1 A -1 TaskOrder TASK ORDER FORM This is Task Order No. 2 Add. Svcs. No. 1 consisting of 47 pages. [NOTE TO USER: Modify as to scope, compensation, schedule, and other key items.] In accordance with Paragraph 1.01 of the Agreement Between Owner and Engineer for Professional Services— Task Order Edition, dated i[ October 17, 2019 j ( "Agreement "), Owner and Engineer agree as follows: 1. Background Data a. Effective Date of Task Order: May 20, 2020 b. Effective Date of Additional Service No. 1: C. Owner: The City of Schertz d. Engineer: Kimley -Horn and Associates, Inc. e. Specific Project (title): 2020 Roadway Improvements f. Specific Project (description): Work associated with this project is associated with the City's Street Preservation and Maintenance (SPAM) Program. Kimley -Horn will assess approximately 135 streets totaling nearly 27 centerline miles, identify base repair and overall chip seal quantities, prepare limited construction drawings and contract documents, assist the City with project advertisement and Contractor selection, and provide limited construction phase services. This additional service proposal includes changing the proposed preservation treatment for 2020 projects from chip seal to slurry seal, consideration of street rehabilitation for ten streets, applying fog and slurry seal to chip seal projects completed with the 2018 SPAM program, and bidding out multiple construction contracts for the different preservation and rehabilitation applications. Additionally, the reconstruction of Lindbergh Avenue from Main Street to Curtiss, and partial repair on Exchange Avenue from Lindbergh to Randolph, will be added to this work order. A full street reconstruction on Lindbergh will be completed including a new pavement section, underground storm drain system, new concrete curbs, sidewalks, driveways, modified striping and signage, and parking stalls. 2. Services of Engineer A. The specific services to be provided or furnished by Engineer under this Task Order are: as follows: 1[ Reference Engineer Additional Services No. 1 scope and fee proposal dated April 7, 2021] B. Resident Project Representative (RPR) Services: Does Not Apply Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for Professional Services— Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 C. Designing to a Construction Cost Limit: Does Not Apply D. Other Services: None E. All of the services included above comprise Basic Services associated with Additional Services No.1 for purposes of Engineer's compensation under this Task Order. 3. Additional Services A. Additional Services that may be authorized or necessary under this Task Order are: as follows: [ This scope and fee proposal serves as Additional Service No. 1 to the previously approved task order for the 2020 Roadway Improvements project. Additional services that may apply to this scope and fee proposal are items that differ from assumptions made by Engineer, services listed under Exclusions that may be requested by the City, or any other service !requested by the City that is not specifically listed in the basic scope of services for this !Additional Service No. 1 proposal j 4. Owner's Responsibilities Owner shall have those responsibilities set forth in Article 2 of the Agreement and in Exhibit B, subject to the following: [ No additions or modifications to Exhibit B are required for this project ] S. Task Order Schedule In addition to any schedule provisions provided in Exhibit A or elsewhere, the parties shall meet the following schedule: At the request of the City, multiple construction contracts are proposed for the 2020 Roadway Improvements project and included in this Additional Service No. 1 Proposal. Upon approval of this contract amendment, Engineer will coordinate with the City on an acceptable bid schedule for each construction contract, including Lindbergh Avenue street reconstruction. Party Action Schedule Engineer Furnish [ NA ] review copies of the Report Within [NA] days of the Effective Date of the and other Study and Report Phase Task Order. deliverables to Owner. Owner Submit comments regarding Report and Within [ NA ] days of the receipt of Report other Study and Report Phase deliverables and other Study and Report Phase to Engineer. deliverables from Engineer. Engineer Furnish [ NA ] copies of the revised Within [ NA ] days of the receipt of Report and other Study and Report Owner's comments regarding the Report Phase deliverables to Owner. and other Study and Report Phase deliverables. Engineer Furnish [ NA ] review copies of the Within [ NA ] days of Owner's authorization to Preliminary Design Phase documents, proceed with Preliminary Design Phase Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for Professional Services— Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 6. Payments to Engineer B. Owner shall pay Engineer for services rendered under this Task Order as follows: Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for Professional Services— Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 opinion of probable Construction Cost, and services. other Preliminary Design Phase deliverables to Owner. Owner Submit comments regarding Preliminary Within [ NA ] days of the receipt of Design Phase documents, opinion of Preliminary Design Phase documents, opinion probable Construction Cost, and other of probable Construction Cost, and other Preliminary Design Phase deliverables to Preliminary Design Phase deliverables from Engineer. Engineer. Engineer Furnish [ NA ] copies of the revised Within [ NA ] days of the receipt of Preliminary Design Phase documents, Owner's comments regarding the opinion of probable Construction Cost, and Preliminary Design Phase documents, other Preliminary Design Phase opinion of probable Construction Cost, and deliverables to Owner. other Preliminary Design Phase deliverables. Engineer Furnish [ 5 ] copies of the final Drawings Within [ TBD ] days of Owner's and Specifications, assembled Construction authorization to proceed with Final Design Contract Documents, the &A bidding- Phaseservices. related documents (or requests for proposals or other construction procurement documents), and any other Final Design Phase deliverables, to Owner. Owner Submit comments and instructions Within [ NA ] days of the receipt of the final regarding the final Drawings and Drawings and Specifications, assembled drafts Specifications, assembled drafts of other of other Construction Contract Documents, Construction Contract Documents, the draft the draft bidding - related documents (or bidding - related documents (or requests for requests for proposals or other construction proposals or other construction procurement documents), and any other Final procurement documents), and any other Design Phase deliverables from Engineer. Final Design Phase deliverables, to Engineer. Engineer Furnish [ NA ] copies of the revised final Within [ NA ] days of the receipt of Owner's Drawings and Specifications, assembled comments and instructions regarding the final Construction Contract Documents, bidding- Drawings and Specifications, assembled drafts related documents (or requests for of other Construction Contract Documents, proposals or other construction the draft bidding - related documents (or procurement documents), and any other requests for proposals or other construction Final Design Phase deliverables, to Owner. procurement documents), and any other Final Design Phase deliverables 6. Payments to Engineer B. Owner shall pay Engineer for services rendered under this Task Order as follows: Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for Professional Services— Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 Task Description of Service TASK A - 2020 PRESERVATION & REHABILITATION PROJECTS Amount Basis of Compensation BASIC SERVICES 1A Project Management $ 8,460.00 [ Lump Sum ] 2A Geotechnical Engineering Services $ 32,460.00 [ Lump Sum ] 3A Final Field Reviews & Confirm Program List $ 10,590.00 [ Lump Sum ] 4A Update Preservation Construction Drawings with Bid Phase $ 30,730.00 [ Lump Sum ] 5A Prepare Limited Construction Drawings for Rehabilitation Projects with Bid Phase $ 59,805.00 [ Lump Sum ] 6A Bid Phase - 2018 SPAM Remediation $ 12,690.00 [ Lump Sum ] 7A Repair Markings for Preservation Projects $ 9,200.00 [ Hourly ] 8A Construction Phase $ 23,785.00 [ Lump Sum ] 9A Reimbursable Project Expenses $ 1,050.00 [ Lump Sum ] Total Task A (Basic Services) $ 188,770.00 TASK B - LINDBERGH AVENUE RECONSTRUCTION BASIC SERVICES 1B Project Management $ 6,385.00 [ Lump Sum ] 2B Data Review $ 3,470.00 [ Lump Sum ] 313 Survey Services $ 8,090.00 [ Lump Sum ] 4B Drainage Technical Memorandum Review $ 8,960.00 [ Lump Sum ] 513 190% Design $ 70,120.00 [ Lump Sum ] 66 Final Design $ 17,655.00 [ Lump Sum ] 713 Bid Phase $ 8,795.00 [ Lump Sum ] 86 Construction Phase $ 17,220.00 [ Lump Sum ] 96 Reimbursable Expenses $ 550.00 [ Lump Sum ] SubTotal Task B (Basic Services) $ 141,245.00 SUPPLEMENTAL SERVICES SS -1B Subsurface Utility Engineering $ 11,510.00 [ Lump Sum ] SS - 2B TDLR $ 3,445.00 [ Lump Sum ] SubTotal Task B (Supplemental Services) $ 14,955.00 Total Task B (Basic + Supplemental Services) $ 156,200.00 TOTAL COMPENSATION (TASK A & B - AS NO. 1) $ 344,970.00 *Based on a [ 6 ] -month continuous construction period for 2020 preservation and rehabilitation projects and a [ 5 ] -month continuous construction period for Lindbergh Avenue street reconstruction. Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for Professional Services — Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 Compensation items and totals based in whole or in part on Hourly Rates or Direct Labor are estimates only. Lump sum amounts and estimated totals included in the breakdown by phases incorporate Engineer's labor, overhead, profit, reimbursable expenses (if any), and Consultants' charges, if any. For lump sum items, Engineer may alter the distribution of compensation between individual phases (line items) to be consistent with services actually rendered, but shall not exceed the total lump sum compensation amount unless approved in writing by the Owner. C. The terms of payment are set forth in Article 4 of the Agreement and in the applicable governing provisions of Exhibit C. 7. Consultants retained as of the Effective Date of the Task Order: Kimley -Horn and Associates, Inc. 8. Other Modifications to Agreement and Exhibits: Scope associated with this Additional Service No. 1 fee proposal is included as an attachment to this task order form, dated April 7, 2021. J 9. Attachments: Engineer Additional Service No. 1 scope and fee proposal (April 7, 2021) 10. Other Documents Incorporated by Reference: None Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for ProfessionalServices — Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 11. Terms and Conditions Execution of this Task Order by Owner and Engineer shall make it subject to the terms and conditions of the Agreement (as modified above), which Agreement is incorporated by this reference. Engineer is authorized to begin performance upon its receipt of a copy of this Task Order signed by Owner. The Effective Date of Additional Service No. 1 for Task Order 02 is ;[ OWNER: By: Print Name: Dr. Mark Browne Title: Cite Manager DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Kathryn Woodlee, PE Title: City Engineer Address: 11 Commercial Place, Schertz TX 78154 E -Mail Address: kwoodlee c�schertz.com Phone: 210.619.1823 ENGINEER: Print Name: Jeffrey A. Farnsworth. PE Title: Asst. Secretary Engineer License or Firm's Certificate No. (if required): TBPE #80190 State of: Texas DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Stephen J. Aniol, PE Title: Project Manager Address: 601 NW Loop 410, San Antonio, 78216 E -Mail Address: step hen.aniol Ca) kimley- horn.com Phone: 210.321.3404 Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for Professional Services —Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 r, y yd Print Name: Jeffrey A. Farnsworth. PE Title: Asst. Secretary Engineer License or Firm's Certificate No. (if required): TBPE #80190 State of: Texas DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Stephen J. Aniol, PE Title: Project Manager Address: 601 NW Loop 410, San Antonio, 78216 E -Mail Address: step hen.aniol Ca) kimley- horn.com Phone: 210.321.3404 Task Order Form EJCDC® E -505, Agreement Between Owner and Engineer for Professional Services —Task Order Edition. Copyright © 2014 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 Kimley »>Horn April 7, 2021 John Nowak, PE Project Manager City of Schertz - Engineering 10 Commercial Place Schertz, Texas 78154 RE: 2020 Roadway Improvements (Preservation, Rehabilitation & Lindbergh Reconstruction Projects) — Additional Service No. 1 Fee Proposal Dear Mr. Nowak: Pursuant to our conversations regarding the roadway improvements projects associated with the 2020 Street Preservation and Maintenance (SPAM) Program, Kimley -Horn is submitting this additional service fee proposal for professional services for the following tasks: TASK A — Preservation and Rehabilitation projects o Finalize design plans, bid out multiple construction contracts, and provide construction phase services for multiple street contracts • TASK B — Lindbergh Avenue Reconstruction PROJECT UNDERSTANDING TASK A — PRESERVATION AND REHABILITATION PROJECTS Per the City's direction on moving forward with the 2020 SPAM program, the previously identified chip seal projects will be changed to a slurry seal application and bid out as an individual construction contract. Ten (10) projects noted within Task A will removed from the chip /slurry seal application and be changed to a street rehabilitation application due to the poor condition of the street. Pavement bores will be obtained on each street by Kimley- Horn's geotechnical engineering sub - consultant (Terracon), and in return will prepare a report documenting results of their findings and recommendations on final street repair application. These rehabilitation projects will be bid out as a separate construction contract. Based on previous experience with street rehabilitation (reclamation) projects and the current condition of each of these streets, Kimley - Horn anticipates significant flatwork (concrete curb, sidewalks and driveways) will require replacement. Kimley -Horn has included effort in this additional service proposal to produce aerial schematic plan sheets to identify the proposed flatwork replacement. Additionally, the City has requested Kimley -Horn develop a fog seal construction contract for projects associated with the 2018 SPAM program. Streets within the Estates at Wilson's Preserve subdivision will receive a slurry seal on top of the existing chip seal at a lower application rate than the 2020 projects and will be added to the 2020 slurry seal construction contract. The remaining streets from the 2018 SPAM program to be confirmed by the City will be bid out as a separate fog seal construction contract. Each contract type (slurry, rehabilitation and fog) will be bid out as separate construction contracts utilizing the Request for Competitive Sealed Proposal (RFCSP) contract method, and Kimley -Horn will provide construction phase services based on an estimated 6 -month construction schedule. Kimley » >Horn TASK B — LINDBERGH AVENUE RECONSTRUCTION Page 2 As previously coordinated with the City, the intent of the Lindbergh Avenue street reconstruction project is to reconstruct Lindbergh from Main Street to Curtiss Avenue, adding a new pavement section with curbs, sidewalks, driveways and drainage improvements. Drainage improvements will also extend along Exchange Avenue east of Lindbergh where they will tie to the existing underground storm sewer system west of Randolph Blvd. A separate Consultant previously under contract with the City has prepared 70% construction drawings for Lindbergh from Main Street to Exchange Avenue and completed a preliminary drainage analysis study to identify and recommend proposed storm sewer improvements. It is the City's desire to utilize this information and documents previously produced by a different Consultant, who was not under contract with Kimley -Horn, to aide in preparing final design documents. Kimley -Horn shall be able to rely on the accuracy of said documents, as that is the basis for the Lindbergh task fee development. Kimley -Horn will review the preliminary drainage study completed by others and attempt to replicate results, and will coordinate with the City on final recommendations to the Lindbergh footprint. SCOPE OF SERVICES The following tasks outline the scope of services to be completed by Kimley -Horn for this Additional Service No. 1 request, and the assumptions made to develop the proposed fee: TASK A — PRESERVATION AND REHABILITATION PROJECTS Task 1A: Proiect Management 1. Project Management 2. Project kickoff/continuation meeting Task 2A: Geotechnical Engineerincl Services 1. Geotechnical Engineering Services (Terracon) 2. Sub - contract management 3. Prepare pavement boring plan and coordinate drilling operations (including site visit with Geotech) 4. Review boring logs and draft engineering report 5. Coordinate emulsion application rate recommendations with City and Geotech Task 3A: Final Field Reviews & Confirm Program List 1. Update repair schematics per final adjustments /City comments 2. Update individual street quantities and overall program OPCCs (Preservation), incorporate Mesa Oaks 3. Coordinate with City on final 2020 program list, revise to fit budget Task 4A: Update Preservation Construction Drawings with Bid Phase 1. Update front end sheets 2. Update general notes sheets 3. Update quantity summary sheets and street map per neighborhood, including Mesa Oaks 4. Incorporate 2018 SPAM projects, including map of streets and slurry seal quantity per street 5. Incorporate City construction and TxDOT traffic control standards 6. Prepare slurry seal specification Kimley> »Horn Page 3 7. Prepare micro - surfacing specification 8. Prepare supplemental conditions (including governing specs, special specs, supplemental specs, and special provisions) 9. Prepare table of contents and invitation to bidders document 10. Prepare bid schedule 11. Prepare Owner and Contractor Agreement 12. Assemble contract documents and specifications 13. Internal QC /QA 14. Submit draft plans and specs to City for review 15. Address City comments and submit final construction drawings and specifications 16. Prepare agenda and attend pre -bid meeting 17. Prepare pre -bid meeting notes 18. Prepare and issue addenda 19. Attend bid opening 20. Contractor qualification and bid evaluation 21. Prepare bid tabulation 22. Prepare contract award recommendation letter Task 5A: Prepare Limited Construction Drawings for Rehabilitation Projects with Bid Phase The following streets will be reviewed and considered for street rehabilitation (reclamation): Street Limits Length (ft) Number of Sail Borings Number of Pavement Cures Columbia Country Club Blvd to Covers Cove 2,910 3 3 St. Andrews Country Club Blvd to Pebble Beach 900 2 - Dove Meadows Borgfield to Silvertree Blvd 940 3 - Mourning Dove Dove Meadows to cul -de -sac 350 1 - White Wing Dove Meadows to cul -de -sac 350 1 - Grey Feather Dove Meadows to cul -de -sac 370 1 Silvertree Blvd Roy Richard Dr to cul -de -sac 1,200 2 - Idlewood Silvertree Blvd to cul -de -sac 340 1 - Robin Hood Way 6923 Robin Hood Way to Sherlock Ln 2,400 3 3 Nottingshire Sherlock Ln to Ware Seguin Rd 11060 2 - 1. Fieldwork to obtain flatwork replacement measurements 2. Prepare cover and table of contents sheet 3. Prepare general notes sheets (City standard and special notes) 4. Prepare flatwork replacement aerial schematic sheets (10 streets, estimate 28 sheets) 5. Develop quantity summary with map of streets 6. Incorporate relevant construction standards 7. Prepare OPCC 8. Prepare supplemental conditions (including governing specs, special specs, supplemental specs, and special provisions) 9. Prepare table of contents and invitation to bidders document 10. Prepare bid schedule 601 Loop 410, .. Kimley »>Horn 11. Prepare Owner and Contractor Agreement 12. Assemble contract documents and specifications 13. Internal QC /QA 14. Submit draft plans and specs to City for review 15. Address City comments and submit final construction drawings and specifications 16. Prepare agenda and attend pre -bid meeting 17. Prepare pre -bid meeting notes 18. Prepare and issue addenda 19. Attend bid opening 20. Contractor qualification and bid evaluation 21. Prepare bid tabulation 22. Prepare contract award recommendation letter Page 4 Task 6A: Bid Phase - 2018 SPAM Remediation Projects 1. Fog seal quantities 2. Prepare fog seal project map 3. Prepare supplemental conditions (including governing specs, special specs, supplemental specs, and special provisions) 4. Prepare table of contents and invitation to bidders document 5. Prepare bid schedule 6. Prepare Owner and Contractor Agreement 7. Prepare OPCC 8. Assemble contract documents and specifications 9. Internal QC /QA 10. Submit draft plans and specs to City for review 11. Address City comments and submit final construction drawings and specifications 12. Prepare agenda and attend pre -bid meeting 13. Prepare pre -bid meeting notes 14. Prepare and issue addenda 15. Attend bid opening 16. Contractor qualification and bid evaluation 17. Prepare bid tabulation 18. Prepare contract award recommendation letter Task 7A: Renair Markings for Preservation Projects Upon completion of the construction drawings and immediately prior to project advertising, Kimley -Horn will field mark all surface and base repairs for 2020 streets associated with the slurry seal contract. 2018 SPAM projects are not included in this task as asphalt repairs have already been completed. Given the uncertainty of time to complete this task, Kimley -Horn proposes to complete this task on an hourly not to exceed basis and has budgeted 80 hours for an Engineer -In- Training (2). Actual hours and position will be billed to the City per Kimley- Horn's approved contract unit rates, not to exceed the authorized amount. In the event more than 80 hours is required to complete this task, Kimley -Horn will coordinate with the City to bill the excess hours through additional service funds available in the overall contract. Task 8A: Construction Phase Kimley -Horn estimates a total of six (6) months of construction combined for the fog seal, slurry seal and rehabilitation contracts, and the effort included in the construction phase is based off this timeline. Kimley» )Horn Page 5 1. Attend pre- construction meeting for each contract (est. 3) 2. Material submittal review for each contract (est. 7 total) 3. Construction site visits and report (est. 2 site visits per month and 1 combined report per month) 4. Respond to contractor RFI (est. 5 total) 5. Review and respond to contractor change order proposal (est. 2 proposals total) 6. Review contractor monthly pay estimates and schedule (Slurry) (est. 5 months at 1 per month) 7. Review contractor monthly pay estimates and schedule (Rehab) (est. 6 months at 1 per month) 8. Review contractor monthly pay estimates and schedule (Fog) (est. 2 months at 1 per month) Task 9A: Project Expenses The following reimbursable expenses are requested for this project: 1. Mileage for site visits and meetings, design and construction (est. 25 trips)* 2. Field marking paint to mark surface and base repairs in street *Mileage to be reimbursed based on the 2021 standard business mileage rate of 56 cents per mile. TASK B — LINDBERGH AVENUE RECONSTRUCTION Task 1 B: Project Management 1. Monthly invoicing and reporting /updates, based on an estimated 8 -month project schedule 2. Survey sub - consultant contract coordination 3. Ongoing coordination with internal team members and City staff 4. Initial site visit to review project parameters 5. Meetings, including project kick -off and development of meeting notes Task 213: Data Review 1. Review survey and design data prepared by others, and provided by City 2. Coordinate need for additional data from City to be provided by previous Consultant Task 3113: Survey Services 1. Prepare full topographic survey with DTM (Reference Attachment 4 for Lindbergh full survey scope) 1.1. Conduct site meeting with survey sub - consultant to confirm additional survey needs 1.2. Obtain additional survey at Lindbergh /Exchance and Lindbergh /Curtiss. Confirm previous survey data, refresh control and compile new /existing survey into one file (sub - consultant task) 1.3. Review survey deliverable to confirm features, coordinate comments with survey sub - consultant 1.4. Develop new microstation surface file (.TIN format) to support roadway /drainage design 1.5. Create project control sheet (sub - consultant task) Task 413: Drainage Technical Memorandum Review Kimley -Horn will review drainage model and preliminary drainage study completed by prior Consultant in an attempt to replicate results and provide similar recommendations. The following sub -tasks will be completed by Kimley -Horn to review the preliminary drainage study prepared by others: 1. Review drainage areas 2. Review hydrologic parameters n 1 1 1 GQ y >> Page 6 m 3. Review hydraulic structures input into model 4. Run duplicate XPSWMM model to replicate results 5. Prepare technical memorandum (TM) to document results 6. Internal QA/QC In the event different results are produced during Kimley- Horn's review of the drainage study completed by others, Kimley -Horn will immediately notify the City of discrepancies prior to proceeding with the 90% design task and coordinate any additional tasks that may be necessary to confirm drainage improvements. Task 513: 90% aq§jIgn At the request of the City, Kimley -Horn will utilize design data and documents developed by prior Consultant to the best of our ability. There is a possibility that additional roadway design is warranted along Lindbergh between Main Street and Exchange Avenue. Kimley -Horn will coordinate with City if the profile or street improvements identified in provided 70% construction drawings require significant adjustment. The following sub -tasks will be completed under the 90% design phase: 1. Design 1.1. Internal design coordination 1.2. Review, update and /or modify horizontal alignments (Lindbergh, Exchange, Curtiss) 1.3. Update ADA improvements within additional project areas (Lindbergh between Exchange and Curtiss) 1.4. Review roadway profiles and make minor adjustments as needed (Lindbergh — Exchange to Curtiss). It is assumed profile adjustments to Exchange are not required other than grading at Lindbergh intersection. Per coordination with City trench repair is planned for storm sewer improvements on Exchange. 1.5. Roadway cross - sections along Lindbergh (estimate 20 cross sections) 1.6. Update intersection grading plan at Lindbergh and Exchange 1.7. Intersection grading plan at Lindbergh and Curtiss 1.8. Striping and signage layout (add new on Lindbergh). The City requests Kimley -Horn review options for back in parking on Lindbergh between Main and Exchange 1.9. Analyze existing storm sewer system 1.10. Prepare horizontal storm sewer alignments 1.11. Storm sewer design and profiles (Lindbergh and Exchange systems) 2. Plan production — general 2.1. Update cover /index of sheets 2.2. Update project layout to include additional project areas and improvements 2.3. Update horizontal alignment data sheet 2.4. Update quantity (roadway /drainage) and driveway summary sheet 2.5. Incorporate City standard notes and develop supplemental general notes 3. Plan production — roadway 3.1. Modify existing typical sections (update existing) 3.2. Modify proposed typical sections (Lindbergh only) (update existing) 3.3. Plan and profile sheets (update existing sheets) 3.4. Plan and profile sheets (prepare new) (Lindbergh — 2, Curtiss — 1) 3.5. Striping and signage plan sheets (update existing) 3.6. Striping and signage plan sheet (new) (Lindbergh — 1) Kimley »>Horn 3.7. Update Lindbergh at Exchange intersection layout/grading plan sheet 3.8. Develop Lindbergh at Curtiss intersection layout/grading plan sheet 3.9. Prepare proposed cross section sheets (Lindbergh — estimate 10 sheets) 3.10. Incorporate relevant roadway standards 3.11. Develop miscellaneous roadway details 4. Plan production — drainage 4.1. Develop drainage area map sheet 4.2. Hydraulic computations and sheet (Lindbergh system) 4.3. Hydraulic computations and sheet (Exchange system) 4.4. Storm sewer plan and profile sheets (Lindbergh system) (3 sheets) 4.5. Storm sewer plan and profile sheets (Exchange system) (2 sheets) 4.6. Incorporate relevant storm sewer standards 4.7. Develop miscellaneous storm sewer details 5. Plan production — traffic control 5.1. Update traffic control detour sheet to include revised project limits 6. Plan production — SW3P 6.1. Prepare SW3P narrative and sheet 6.2. Incorporate SW313 protection measures on roadway sheets 7. Prepare drainage TM to document design assumptions 8. Develop quantities 9. Prepare OPCC 10. Prepare list of governing and special specifications 11. Internal QA/QC 12. 90% submittal development and coordination 13. 90% review meeting with City Page 7 Task 6113: Final Design At the conclusion of the 90% design phase and after the 90% design review meeting, Kimley -Horn will respond to and address City comments, develop bid documents, and submit signed and sealed construction drawings and specifications. This includes the following sub - tasks: 1. Address comments and finalize general sheets 2. Address comments and finalize roadway sheets 3. Address comments and finalize drainage sheets 4. Address comments and finalize traffic control /SW3P sheets 5. Final quantities & OPCC 6. Finalize drainage TM 7. Develop bid documents 7.1. Coordinate with Purchasing Department for construction contract development 7.2. Assemble contract documents and specifications 7.3. Prepare table of contents and invitation to bidders documents 7.4. Prepare bid schedule 7.5. Prepare agreement between City and Contractor 7.6. Prepare supplement conditions (including governing, special and supplemental specs, and special provisions) Internal QA/QC Kimley » >Horn Page 8 9. Address comments from Purchasing Department and submit final signed and sealed construction drawings and specifications Task 7113: Bid Phase 1. Assist with project advertising 2. Attend pre -bid meeting with site visit 3. Prepare pre -bid meeting notes 4. Prepare and issue addenda (maximum 1 addenda) 5. Attend bid opening 6. Contractor qualification and bid evaluation 7. Prepare bid tabulation 8. Assist City with bid negotiations 9. Prepare construction contract award recommendation letter 10. Prepare conformed construction documents Task 8113: Construction Phase Kimley -Horn estimates a total of five (5) months of construction for Lindbergh Avenue reconstruction, and the effort included in the construction phase is based off this timeline. 1. Attend pre- construction conference 2. Material submittal review (maximum 10 submittals) 3. Review Contractor baseline schedule 4. Conduct monthly site visit 5. Respond to Contractor request for information (RFI) (maximum 3 RFI) 6. Change orders /change proposal review (maximum 2 total) 7. Contractor monthly payment application and schedule review 8. Attend final completion walk and issue punch list 9. Prepare record drawings (closeout services), including one (1) City review Task 9113: Reimbursable Expenses 1. Mileage for site visits and meetings 1.1. Assumes a total of 20 visits to site during design and construction, and 4 meetings at City during design and bid phase *Mileage to be reimbursed based on the 2021 standard business mileage rate of 56 cents per mile. SUPPLEMENTAL SERVICES The following tasks outline supplemental services to be completed by Kimley -Horn for this project upon written authorization from the City: TASK B — LINDBERGH AVENUE RECONSTRUCTION Task SS -1113: Subsurface Utility Engineerinq (SUE) This task is included given the potential impacts to underground utilities with the proposed storm sewer system. Consultant will attempt to design around existing utilities, but it may be necessary to obtain QL -A test holes to confirm horizontal and vertical location of existing utilities at proposed crossings. For the purposes of developing a fee for this task, a total of three (3) QL -A test holes have been included. The following sub -tasks are included for this task: Kimley > >> Horn Page 9 1. Coordinate and prepare sub - consultant contracts (SUE and survey) 2. Prepare SUE plan 3. Site meeting with SUE to confirm requested locations 4. Perform QL -A (up to 3 test holes) 5. Survey QL -A data (up to 3 test holes) 6. Internal QA/QC of QL -A and survey data In the event additional SUE is warranted for this project Kimley -Horn will prepare and submit an additional services proposal to the City. Task SS -2B: TDLR This task is included to perform the necessary Texas Department of Licensing and Regulation (TDLR) plan review, registration and inspection of the project in the event the total pedestrian elements exceed $50,000. Kimley -Horn will contract with an approved Registered Accessibility Specialist (RAS) to complete the TDLR inspection. The following sub -tasks are inclusive of this task: 1. Coordinate and prepare sub - consultant contract 2. TDLR design coordination 3. TDLR registration, formwork and inspection 4. Post TDLR inspection coordination (violations and closeout documents) ASSUMPTIONS AND EXCLUSIONS The following items list assumptions made that serve as a basis of total fee development and services excluded from the basic scope of the project: TASK A — PRESERVATION AND REHABILITATION PROJECTS ASSUMPTIONS • TxDOT permits will not be required for this project. • Contractor will provide necessary SWPPP design drawings. • Contractor will provide necessary detailed traffic control plans should they deviate from available TxDOT standards. • Material testing and inspection services will be completed by the City • A total project schedule of 10- months is anticipated, including a 6 -month construction schedule EXCLUSIONS • Subconsultant services to include survey, environmental, SUE, are not anticipated for the basic scope of services, therefore effort for these tasks is excluded • Completion of final base repair schematics will not be included in construction drawings. However, they can be provided to Contractor awarded the project, post bid. • Roadway, utility or drainage design. It is assumed that any necessary pavement or concrete repairs will be coordinated with Schertz and the Contractor during construction. In the event substantial repairs are required to eliminate low spots in the road, or extensive structural pavement repairs are needed, Kimley -Horn will notify the City for further direction. • Design milestones in addition to what is proposed for this task • Review Contractor provided construction schedule • Review Contractor provided traffic control plan Kimley > >> Horn Page 10 • Monthly project meetings during construction phase • Attend substantial completion walk & issue punch list • Attend final completion walk & issue Notice of Acceptability of Work • Resident Project Representative (RPR) Services — Kimley -Horn can provide this service should the City request it • Any other services not listed in the basic scope of services or project work plan TASK B — LINDBERGH AVENUE RECONSTRUCTION ASSUMPTIONS • At the request of the City, Kimley -Horn will utilize existing design documents produced by others to the greatest extent feasible, including existing design file and plan sheets. Kimley -Horn will immediately notify the City if any discrepancies are noticed or encountered with the provided information • City will provide full geotechnical report completed by others. Kimley -Horn will include pavement section produced by others on final design plans. Kimley -Horn does not accept any liability for geotechnical information provided by others. • Through coordination with City, Kimley -Horn will not perform additional geotechnical sampling or testing • Kimley -Horn will review existing conditions XPSWMM model produced by others to attempt to replicate results and recommendations. If in agreement, Kimley -Horn will utilize flow data and hydraulic parameters provided in preliminary drainage study to develop proposed storm drain design, as agreed upon by City. Storm drain design will be completed in generally acceptable software, and further two dimensional (2 -D) modeling that includes a proposed surface will not be completed. It is the City's intent in the future to complete a master drainage plan for the Aviation Heights area inclusive of the Lindbergh project limits. Because a full 2 -D model has not been completed and is not included in the base scope of this project, it is possible that future improvements to Lindbergh (roadway and storm drain) may be required to convey the full flow of this area. • Kimley -Horn will prepare a technical memorandum that list design assumptions and any potential impacts of designing the storm drain system based on the existing surface, and how that compares to the City's design manual • It is unknown whether proposed storm drain improvements will require relocation of existing utilities. Therefore, for development of this proposal, it is assumed utility relocation services will not be required. • Coordination with TxDOT has already been completed by City and will not be required of Kimley - Horn • A total of one (1) round of comments for 90% design phase is assumed • A total project schedule of 9- months is anticipated, including a 5 -month construction schedule EXCLUSIONS • Completion of a 2 -D hydraulic model with proposed conditions surface • Geotechnical engineering • Utility relocation design • Detailed traffic control plans, outside of the proposed detour route included in the basic scope of services Kim ey >> Horn Page 11 • Detailed drainage report • Additional round of comments to what is specified • Additional design milestones to what is proposed for this task • Monthly project meetings during construction phase • Any other services not listed in the basic scope of services or project work plan Relating to construction phase services for both tasks, Kimley -Horn will make site visits in accordance with proposed basic scope of work in order to observe the progress of the work. Such observations will not be exhaustive or extend to every aspect of Contractor's work. Observations will be limited to spot checking, selective measurement, and similar methods of general observation. Based on information obtained during site visits, Kimley -Horn will evaluate whether Contractor's work is generally proceeding in accordance with the Contract Documents, and Kimley -Horn will keep the City informed of the general progress of the work. Additionally, Kimley -Horn will not supervise, direct, or have control over Contractor's work, nor shall Kimley -Horn have authority to stop the Work of have responsibility for the means, methods, techniques, equipment choice and usage, schedules, or procedures of construction selected by Contractor, for safety programs incident to Contractor's work, or for any failure of Contractor to comply with any laws. Kimley- Horn does not guarantee the performance of any Contractor and has no responsibility for Contractor's failure to perform its work in accordance with the Contract Documents. SCHEDULE Upon approval by the City staff and Council, Kimley -Horn will prepare and submit a design schedule for both tasks with an emphasis on the City's desirable construction period. It is understood the City's desire that preservation projects associated with Task A be completed at an accelerated schedule. Kimley -Horn will coordinate with the City to determine an approximate bid date for preservation projects that is reflective of both the effort required to complete remaining tasks and the City's intent to expedite delivery. Design schedules will also be coordinated with the City for street rehabilitation projects identified in Task A and Task B — Lindbergh Street Reconstruction. Kimley -Horn is ready to immediately begin work on the scope included within this additional service proposal upon acceptance and approval from the City. Construction phase services for the contracts proposed for this project is based on durations identified in the Assumptions section above. Per project scoping meeting with Schertz, daily coordination with the Contractor will be handled internally by Schertz staff, so the expected service Kimley -Horn will provide during the construction phase is limited to the scope outlined above. Should construction exceed the identified durations due to conditions beyond the control of Kimley -Horn, an additional service proposal will be submitted to the City for Kimley -Horn to continue providing construction phase services for the remainder of the project. FEE AND BILLING Kimley -Horn will perform the above outlined scope of services, including project expenses, for an amount not to exceed $344,970, and in accordance with the following fee summary table: Kimley » >Horn Page 12 Task Description of Service Amount Basis of Compensation TASK A - 2020 PRESERVATION & REHABILITATION PROJECTS BASIC SERVICES 1A Project Management $ 8,460.00 [ Lump Sum ] 2A GeotechnicaI Engineering Services $ 32,460.00 [ Lump Sum ] 3A Final Field Reviews & Confirm Program List $ 10,590.00 [ Lump Sum ] 4A Update Preservation Construction Drawings with Bid Phase $ 30,730.00 [ Lump Sum ] 5A Prepare Limited Construction Drawings for Rehabilitation Projects with Bid Phase $ 59,805.00 [ Lump Sum ] 6A Bid Phase - 2018 SPAM Remediation Repair Markings for Preservation Projects $ 12,690.00 [ Lump Sum ] 7A $ 9,200.00 [ Hourly ] 8A Construction Phase $ 23,785.00 [ Lump Sum ] 9A Reimbursable Project Expenses $ 1,050.00 [ Lump Sum ] Total Task A (Basic Services) $ 188,770.00 TASK B - LINDBERGH AVENUE RECONSTRUCTION BASIC SERVICES 1B Project Management $ 6,385.00 [ Lump Sum ] 2B Data Review $ 3,470.00 [ Lump Sum ] 3B Survey Services $ 8,090.00 [ Lump Sum ] 4B Drainage Technical Memorandum Review $ 8,960.00 [ Lump Sum ] 5B 90% Design $ 70,120.00 [ Lump Sum ] 6B Final Design $ 17,655.00 [ Lump Sum ] 7B Bid Phase $ 8,795.00 [ Lump Sum ] 8B Construction Phase $ 17,220.00 [ Lump Sum ] 9B Reimbursable Expenses $ 550.00 [ Lump Sum ] SubTotal Task B (Basic Services) $ 141,245.00 SUPPLEMENTAL SERVICES SS - 16 JSubsurface Utility Engineering $ 11,510.00 [ Lump Sum ] SS - 2B TDLR $ 3,445.00 [ Lump Sum ] Sub TotaI Task B (Supplemental Services) $ 14,955.00 Total Task B (Basic + Supplemental Services) $ 156,200.00 TOTAL COMPENSATION (TASK A & B - AS NO. 1) $ 344,970.00 Kimley -Horn will submit invoices to the City on a monthly basis for services performed. Each invoice will include a progress report and work completed for the corresponding month. - - - - Kimley » >Horn Page 93 We appreciate the opportunity to be of service to the City and look forward to successfully completing these projects for you. Please don't hesitate to contact meat step hen. aniol(kimley- horn.com or (210) 321 -3404 should you have any questions on the proposed scope and fee Sincerely, KIMLEY -HORN AND ASSOCIATES, INC. TBPE# 928 *Zy,�w By: Stephen J. Aniol, P.E. Senior Project Manager Attachments 1 — Project Work Plan (TASK A — 2020 Preservation and Rehabilitation Projects) 2 — Project Work Plan (TASK B — Lindbergh Avenue Reconstruction) 3 — Task A: Geotechnical Engineering Fee Proposal (Terracon) 4 — Task B: Survey Fee Proposal (Sherwood Surveying) 5 — Task B: SUE Fee Proposal (Rios Group) 6 — Task B: Lindbergh Project Location Map v °m m m m� my m g m OM T m a_ m o 6 6 d a g� 3 a 4� 0 D n 2 m z J D cn D T� N 0 L m 0 TO TNT _0 a z a n c �^ Z o m >> C C C C 0 ^�7 C C T n A-0 N G) G) 3 a S [a 'm to 3 G Q f� A ro to d fli A !p Ip 8 p°a m C1m nn co-.w c s. NN C ? a m o T o � mC st � a y n o a � - p a e e N N ; ma 0 C7 A 3 CA zT N o m -a A N N+ + a N N N O �M N A � s m T +Amf A Ng 8 N m A. A O N N + U 3s n O O p a � m 6 n 3 v u a u Q _ $ °v m N Ja U -H- A A O N N U N m a N N �S i q;n ++ v a A Vb + p + A A (} + Y O M M M m p C 0 m N o ± p y m � � — M M M pT 0 OO V p N A m ! CCCiif O O O P O v °m m m m� my m g m OM T m a_ m o 6 6 d a g� 3 a 4� 0 D n 2 m z J D cn D T� N 0 L m 0 TO TNT _0 a z c v m a s v m ' m m m m � x O m a cE 0 a' 3 Qm S D n 2 m Z lDl^^ V! D .TJ L m n TQ NT Z 8a7�a OP a v v aa;maaa 9 a N o- v aonsgmmmm?e � —Ov ro v v m T n v f] r m w a— amaa_ °mm Q�II� at 12 —' a gnaw d 95 amnomp 1r °'"off c� 8a r 8�z m a e n m 3 a 3 3 m 8 c E01, s o IW a mss as m'"safi a a a° a Q. x Rda c8s 3 0,gn a Q s 9� a m a�ma�a 3 � 3 � m a � N w m Y !n m n � 3 m + N A m v � m m g N A m A N+ A Q N A N O m W NNWN A NN 12 +A mN W +WN A A'NpoA AW O WAW �� m 8 0 a N N + N n d O � � 6 A 3 U G C r3 N N. N A W � O C to fA (R d1 fA. W fP N M M W N' b M M �= V 9 5 g O p K� £ N C C � C J C C O S tAdi p. 0 P CWn ^� O G .� v •'•� G c G 0 =] � �.o S S O S� � pp. O� G S� O W Cgh m a" H u N M m � W � O C � O c v m a s v m ' m m m m � x O m a cE 0 a' 3 Qm S D n 2 m Z lDl^^ V! D .TJ L m n TQ NT Z m m a �n mC I v e a 7 o 0 O V 0 _a a � m y� IIm m n m z J V/ D O m n O v Z b �O b Oo W W m W W W V D V IP W A W W W W W W W... I I T 41 n 1., i n cgs vin �vvk� ; $ EL o ,� 8a °mm A ° =p g Er m 8 � _ > > m > m c c m n n n R o £moo c _ £ W N m $ _ N + r^ 3 3 m_ N N 0 o nDDDC� w e + W N A N o a .W 0 N P N !o � ,b s OWO O N W A j W C b N N W A+ A N p M m1 8 m m� ° Fra o 0 a 0 3 e e e 3 U O nn� m 6 0 ZA N NN W m O O W W A N W N V W N O 8 MMM NNM(p NNfANN G C_ �w o , °o a oqq IO + ° N b O ` d S �2 8 O C O a ] p O Q r�yy S 0 E S w m ,C O �► N N M q 0 e cuq e b m m a �n mC I v e a 7 o 0 O V 0 _a a � m y� IIm m n m z J V/ D O m n O v Z 2 °a 8 s 'g s m z N O m n O m 'm m gca i B ge 9 S p ° m" _ u �' 3 3 a us� 8 « $ is m G_p R c 1-111 m11::--o r °It HNIM, e c « *� 8888 '0° $ 8$ °088 o� $' ° 88° b 88'8888 3 8 $ — 3 ''s •• °s g s's s 2 °a 8 s 'g s m z N O m n O a m g 2 °a � P v -a� A sa �o °a I n m Z N D cn 7 ��iwu iaei�iasa �91A�YII I1 Emd ail �i�Nillllll ne��un�nm�mn�uunnnm ■i e� �e�emee�eeeNeOeo :�euimm�ae�vee�o �■ IIIIYN6�I�II�Inl11111111111 ■I 1� IISAIII■11�I ■Illllllllrllll�ll 1� a m g 2 °a � P v -a� A sa �o °a I n m Z N D cn 7 o � °a s gag 3 8 D D 0 2 m Z N Cl) W Z1 0 m n O D Z m W ® G+ Im 8 3 P N 8 aa_' Ny m m n < $ ti m m w y a {R O G - S - sm ti�> N a _ o � 1. °o I °o °o mw Y d - M M s o � °a s gag 3 8 D D 0 2 m Z N Cl) W Z1 0 m n O D Z 'mm °a m a3 8,5 S g o � a u a a s 3 4 D D n m z N D cn X O L m n O t 1 t t IYI�I M� IIIIN 1996�II�III III 1 t MI■1 IIIIIM IM 111111111111111111111 IBM � � omu�oieee■�miE �■ 111111111111111111111 im D � Il�i��l��i�lllll In � IIMIII�IIIIII�IIIII 1� m� 2 m p�_ 3 i6 °a u 3 E �q 3 Q D n m Z N D March 15, 2021 1 ATTACHMENT 3 - TASK A Geotech Kimley -Horn 601 NW Loop 410, Suite 350 San Antonio, TX 78216 Attn: Mr. Stephen J. Aniol, P.E. D: (210) 321 -3404 M: (210) 612 -0546 E: Stephen.Aniol @kimley- horn.com Re: Proposal for Geotechnical Engineering Services Schertz 2020 Roadway Improvements Various City Streets Schertz, Texas Terracon Proposal Number: P90215067 Dear Mr. Aniol: Irerracan Based on an email request dated March 9, 2021, Terracon Consultants, Inc. (Terracon) appreciates the opportunity to submit this proposal to provide geotechnical engineering services for the above referenced project. We understand that we have been selected to provide these services for this publicly funded project. Therefore, providing cost information is in compliance with the Texas Professional Services Procurement Act. This proposal outlines our understanding of the project and scope of services and provides a lump sum fee for our services. A. PROJECT INFORMATION Project information Kimley -Horn (client) is submitting a proposal to the City of Schertz for various city streets improvements. Site Location The City Roadway improvement will be for the following city streets: Street Limits Length (ft) Columbia Country Club Blvd to Covers Cove 2,910 St. Andrews _ Country Club Blvd to Pebble Beach 900 Dove Meadows Borgfield to Si[vertree Blvd 940 Mourning Dove Dove Meadows to cul -de -sac 350 White Wing Dove Meadows to cul -de -sac 360 Grey Feather Dove Meadows to cul -de -sac 370 Silvertree Blvd Roy Richard Dr to cu[ -de -sac 1,200 Terracon Consultants, Inc. 6911 Blanco Road, San Antonio, Texas 78216 P [210] 641 -2112 F [210] 641 -2124 terracon.com Texas Professional Engineers No. 3272 Proposal for Geotechnical Engineering Services %rr��on Schertz 2020 Roadway Improvements Schertz, Texas March 15, 2021 Terracon Proposal No. P90215067- r1- ACHMENT 3 - TASK A Geotech Street Limits Length (ft) Idlewood Silvertree Blvd to cul -de -sac 340 Robin Hood Way 6923 Robin Hood Way to Sherlock Ln 2,400 Nottingshire Sherlock Ln to Ware Seguin Rd 1,060 B. SCOPE OF SERVICES The geotechnical services to be provided by Terracon are summarized in the following paragraphs. Field Program — Based on the request from the client, our field exploration will consist of: Street Columbia St. Andrews Dove Meadows Mourning Dove White Wing Grey Feather Silvertree Blvd Idlewood Robin Hood Way Nottingshire Length (ft) Number of Depth of Pavement Soil Borings Borings (feet) Cores 2,910 4 10 4 900 2 10 - -- 940 3 T 10 - -- 350 1 10 - -- 360 1 10 - -- 370 1 10 - -- 1,200 2 10 - -- 340 1 10 - -- 2,400 3 10 3 1,060 2 10 - -- Total 20 200 7 Sampling will be in general accordance with industry standard procedures wherein Shelby tube samples (ASTM D -1587) or split - barrel samples (ASTM D -1586) are obtained. Sampling will be performed in 2 -ft intervals to the boring completion depths. Groundwater, if encountered will be measured during and after drilling. Once the samples have been collected and classified in the field, they will be placed in appropriate sample containers for transport to our laboratory. Permitting and Traffic Control — We understand the Terracon will need to obtain a City permit to allow work city street. Terracon will provide traffic control, likely to consist of signage only. We understand, we will be provided a City point of contact to obtain City permit. Conditions /Items to be provided by Client: Items to be provided by the client include the right of entry to conduct the exploration and the awareness and /or location of any private subsurface utilities existing in the area. We will contact Texas 811, Schertz Water Utilities for location of utilities in public easements. Location of private lines on the property is not part of Terracon scope. All private lines should be marked by others prior to commencement of drilling. Responsive Resourceful . Reliable 2 Proposal for Geotechnical Engineering Services Irerracon Schertz 2020 Roadway Improvements Schertz, Texas March 15, 2021 Terracon Proposal No. P90215067 I ATTACHMENT 3 - TASK A Geotech Terracon will take reasonable efforts to reduce damage to the property, such as rutting of the ground surface. However, it should also be understood that in the normal course of our work, some such disturbances could occur. We have not budgeted to restore the site beyond backfilling our boreholes. If there are any restrictions or special requirements regarding this site or exploration, these should be known prior to commencing field work. The drilling services for this project will be performed by a drilling subcontractor under Terracon's direction. Our fee is based on the site being accessible to our conventional two -wheel drive truck - mounted drilling equipment. Additional costs may result if this is not the case. It does not include services associated with damage of existing landscape or location of underground utilities beyond contacting Texas811. If such conditions are known to exist on the site, Terracon should be notified so that we may adjust our scope of services and fee, if necessary. For safety purposes, all borings will be backfilled promptly and patched with asphalt or concrete, as appropriate, after their completion. Because backfill material often settles below the surface after a period of time, we recommend the boreholes be checked periodically and backfilled if necessary. Laboratory Testing — The samples will be tested in our laboratory to determine physical engineering characteristics. Testing will be performed under the direction of a geotechnical engineer and will include visual classification, moisture content, gradation, Atterberg limits, and sulfate contents. Moisture Content Test. Gradation Tests or Percent Finer than the No. 200 Mesh (75 -pm) Sieve. Atterberg Limits. Soluble Sulfate Tests. In addition, three representative bulk samples will be collected from near the roadway and will be tested for the following: pH lime series tests. PI lime series tests. Moisture density relationship (ASTM D698). California Bearing Ratio (CBR). Engineering Report — The results of our field and laboratory programs will be evaluated by a professional geotechnical engineer licensed in the State of Texas. Based on the results of our evaluation, an engineering report will be prepared that details the results of the testing performed, provides logs of the borings, and a diagram of the site /boring layout. The engineering report will include the following: Responsive . Resourceful . Reliable 3 Proposal for Geotechnical Engineering Services Irerracon Schertz 2020 Roadway Improvements Schertz, Texas March 15, 2021 Terracon Proposal No. P90215067 ATTACHMENT 3 - TASK A Geotech Boring location plan. Subsurface exploration procedures. Computer generated boring logs with soil classification. Summarized laboratory data. Groundwater levels observed during and after completion drilling. Encountered soil conditions. Subgrade soil modification recommendations for pavement design. Existing pavement thickness. Pavement design recommendation in accordance with the Schertz design manual. Schedule - We can generally begin the field exploration program within 9 days after receipt of our signed contract and City permit, if site and weather conditions permit. The field work can be done in 5 days if locations can be accessed. A draft report will be completed within 5 weeks of completion of drilling. A final report can be issues after 1 week from the review comments. In situations where information is needed prior to submittal of our report, we can provide verbal information or recommendations for specific project requirements after we have completed our field and laboratory programs. We will issue a PDF copy of the geotechnical report as the deliverable for this project. C. COMPENSATION For the scope of geotechnical and environmental services outlined in this proposal (including drilling, laboratory testing, and reporting), the lump sum fees are: Task Lump Sum Fee Subsurface Exploration, Laboratory Testing, $29,120 Geotechnical Consulting & Reporting A breakdown of the fees is attached. Unless instructed otherwise, the invoice will be sent to your attention at the above address. Should it be necessary to expand our services beyond those outlined in this proposal, we will notify you, then send a supplemental proposal stating the additional services and fee. We will not proceed without your authorization, as evidenced by your signature on the Supplement Agreement form. D. AUTHORIZATION Terracon and Kimley -Horn have a Master Service Agreement for in place (dated March 22, 2016). The proposed Scope of Services may be authorized by a Purchase Order referencing the existing Master Services Agreement. Services will be initiated upon acceptance of PO and receipt of authorization with written notice to proceed (including e- mail). The terms, conditions and limitations stated in the Master Services Agreement, including sections of this proposal incorporated therein, shall constitute the exclusive terms and conditions and services to be performed for this project. Responsive � Resourceful = Reliable 4 Proposal for Geotechnical Engineering Services 1rerracon Schertz 2020 Roadway Improvements Schertz, Texas March 15, 2021 Terracon Proposal No. P90215067 ATTACHMENT 3 - TASK A Geotech We appreciate the opportunity to provide this proposal and look forward to the opportunity of working with you. If you have any questions regarding this proposal, please feel free to contact the undersigned. Sincerely, Terracon Consultants, Inc. (Firm Registration: TX F3272) Tariqul Anwar, P.E. Project Engineer TA/GPS /mhb — P90215067 Attachment: Boring Location Plans Fee Breakdown Gregory P. Stieben, P.E., D.GE Senior Consultant Responsive - Resourceful . Reliable 5 BORING LOCATION PLAN Schertz 2020 Roadway Improvements Schertz, Texas March 15, 2021 Terracon Proposal No. P90215067 �0 lk M 00 N it 1 rerracon ATTACHMENT 3 - TASK A Geotech 40 400 North64fe Golf and Ccuntry Club 4�. ll tea 3. 1 le r C'i S t., s-le C# G 00i - Approximate Boring Location ` ,. MOW 1000 feet 4c 18 202,1 MiciftaftUrporation 0 2021 TomTom DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS BORING LOCATION PLAN Schertz 2020 Roadway Improvements Schertz, Texas March 15, 2021 Terracon Proposal No. P90215067 ON. *. ■ -r 0 .t 7� N r - Approximate Boring Location 1rerracon ATTACHMENT 3 - TASK A Geotech la__, 1 B -13 B -15 5DD Beet) 40 2021 Mkmsoft Corporation 0 2021 TomTom DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS BORING LOCATION PLAN Schertz 2020 Roadway Improvements Schertz, Texas March 15, 2021 Terracon Project No. P90215067 '1400-s N it * - Approximate Boring Location It. :r.{j`yliol 4 lrerracon — ATTACHMENT 3 - TASK A Geotech j� 1 i61ij v 500 feet ® 2021 Miaosoft Corporation 0 2021 TomTom DIAGRAM IS FOR GENERAL LOCATION ONLY, AND IS NOT INTENDED FOR CONSTRUCTION PURPOSES AERIAL PHOTOGRAPHY PROVIDED BY MICROSOFT BING MAPS ATTACHMENT 3 - TASK A Geotech Irerracon Fee Breakdown for Geotechnical Study Schertz 2020 Roadway Improvements Schertz, Texas Proposal No. P90215067 Geotechnical Borings Quantity Unit Rate Subtotal' City Permit & Traffic Control 3 each $1,500.00 $4,500.00 Drill Rig and Crew Mob /Demob 3 each $350.00 $1,050.00 Drilling and Sampling - Soil 7 200 ft $17.00 $3,400.00 Senior Technician (Drilling, Coring & Utility Coordination) 40 hour $75.00 $3,000.00 Vehicle Charge 4 each $100.00 $400.00 $12,350.00 Laboratory Testing Quantity Unit Rate Subtotal Water Content 80 each $10.00 $800.00 Liquid and Plastic Limits (3 points) 40 each $95.00 $3,800.00 Sieve Analysis (No. 200) 15 each $50.00 $750.00 Pocket Penetrometer 40 each $5.00 $200.00 Soluble Sulfates (TEX- 145 -E) 15 each $30.00 $450.00 Maximum Density Relations (proctors) 3 each $225.00 $675.00 CBR, Three Point 3 each $150.00 $450.00 Lime modification optimum (using pH) 3 each $85.00 $255.00 Soil -lime mixture design (using plasticity index) 3 each $250.00 $750.00 $8,130.00 Professional Services Quantity Unit Rate Subtotal Project Principal 12 hour $200.00 $2,400.00 Project Manager 30 hour $150.00 $4,500.00 Staff Engineer 13 hour $120.00 $1,560.00 Clerical 3 1 hour 1 $60.00 1 $180.00 $8,640.00 Total Estimated Fee $29,120.00 ATTACHMENT 4 - Task B Survey 6477 FM 311 1 PO BOX 992 }� S H E R'II�IC3�D D SPRING BRANCH, TX 78070 SURVEYING & S.U.E. 830.228.5788 P 1 830.885.2170 F UTILITIES I RESIDENTIAL I COMMERCIAL I INDUSTRIAL WWW.MSENG R.COM ITBPLS #10044200 July 13, 2020 Stephen J. Aniol, P.E. Kimley -Horn 601 NW Loop 410 Suite 350 San Antonio, Texas 78216 Submitted electronically via email to stephen.anioi@,himley-hom.com Subject: Fee Proposal for Surveying Services Related to the Lindbergh Survey project, City of Schertz, Texas. Dear Mr. Aniol: Thank you for allowing Sherwood Surveying, LLC (Sherwood) the opportunity to make a proposal for the above referenced project. Based on the scope discussed and provided in email as shown exhibit, Sherwood will provide the following scope of services outlined below. Scope of Services: Sherwood will perform all requested survey services as shown and requested on the scope of work attached below and survey limits shown on KMZ file provided by client. Deliverables: Sherwood Surveying will provide the following deliverables to client: 1. ASCII file with all point numbers and descriptions, X,Y,& Z, P -code format 2. DGN file with a full description of all control and benchmark information. 3. Microstation 2D and 3D files [Sherwood will merge existing files with new datM 4. One complete TIN file and TIN.dgn file (Sherwood will work with KHA to complete TIN file.l 5. Code lists 6. Field notes and sketches 7. Utility record drawings /as- builts research shall also be submitted when electronic files are delivered 8. Project control sheet with pertinent benchmark and control will be signed and sealed by the RPLS and prepared for submittal, and will be included in the final construction drawings prepared by Kimley -Horn 9. Supplement item — CAD file with up to 3 QL -A test holes with associated QL -B markings adjacent to test hole locations 10. Electronic files delivered that do not follow Kimley -Horn CADD standards will NOT be accepted. Pricing Sherwood will provide the above described scope of work for a fee of: 1. Survey = $4,900.00 2. Project Control Sheet = $500.00 3. SUE Data Collection = $750.00 Invoicing will be mailed to your attention at the completion of the project. Page 1 of 2 ATTACHMENT 4 - Task B Survey Availability Sherwood currently has sufficient man -power available and can immediately begin work on this project within 7 -10 business days if awarded. Validity This lump sum proposal is valid for 30 days from the date of the letter. Sherwood is fully insured and will provide proof of same if needed. Invoicing Invoicing will be mailed at the completion of the defined scope of work as instructed. We use Levelset to help manage our payment paperwork such as notices, waivers, and pay apps. These documents notify you that our company is providing labor or materials to help ensure everyone is in the loop. Sending these documents is often legally required because they help create visibility so payment problems can be spotted and addressed. It is our hope to maintain transparency and open communication to ensure this and every job goes smoothly. We appreciate your consideration of Sherwood for this project. If there is anything that you would like to discuss about this proposal or additional information that you require, please do not hesitate to contact us. Should you find this proposal and terms acceptable, please indicate so by signing and dating the final page and return. Sincerely, Rico Laijas Survey Department Manager Approved: Name Title: Subject: Texas. Date Fee Proposal for Surveying Services Related to the Lindbergh Survey project, City of Schertz, Page 2 of 2 ATTACHMENT 4 - Task B Survey Lindbergh Avenue Reconstruction (Between Main Street and Curtiss) City of Schertz Survey Scope Project Description: Street reconstruction with drainage improvements along Lindbergh Avenue between Main Street and Curtiss Avenue, and along Exchange Ave from Lindbergh Avenue to Randolph Blvd. Provide complete topo survey and DTM within project limits from ROW to ROW. • Lindbergh — Main Street to Curtiss Avnue o Total Length N +/- 850 LF ■ Includes Main Street Intersection and 100' north of Lindbergh /Curtiss intersection • Exchange — Lindbergh Ave to Randolph Blvd o Total Length N +/- 850 LF ■ Includes 100' west of Lindbergh /Exchange intersection and up to Randolph /Exchange intersection • Curtiss —100 LF each direction of Lindbergh intersection • Main Street — 50 LF each direction of Lindbergh intersection Existing Survey Files: City of Schertz (City) provided survey files for project area to Kimley -Horn from previous project Consultant, via email to on June 8, 2020, in which Sherwood Surveying obtained the survey data and produced the deliverables. City desires to utilize the existing survey files for this project to the most feasible extent possible. Survey Scope: Sherwood should review existing survey files provided by the the City, and originally produced by Sherwood, and confirm the limits noted above and scope items noted below are included in final survey deliverable. 1. All surveying shall be performed in English Units — US Survey feet, NAD 83 South Central Texas. All control will be assumed. 2. Cross sections at 50 -foot intervals, including along Lindbergh, Curtiss and Exchange A. ROW to ROW including centerline, edge of pavement, top of curb, face /back of sidewalk (if present) 1. Sherwood to confirm existing elevations requested to be used by the City is accurate 3. Each intersection shall be grid format 4. Pick up curbing, flatwork, wheelchair ramps, driveway cuts, roadway pavement limits, striping, signage, etc. 5. Locate and pick up all drainage features, ditches and flowlines within project boundary, including all pipe sizes and flow direction A. Pick up all drainage inlets and pipes at Randolph /Exchange intersection, including pipe sizes and flow direction [1] ATTACHMENT 4 - Task B Survey 6. Locate and pick up noticeable sags /crests that do not follow the normal terrain. 7. Locate and pick up all trees in the right -of -way and describe size and type (3" diameter and above). Surveyor is responsible for accurately identifying trees. 8. Pick up any visible monumentation, apparent right -of -way and property pins to show ROW on files. Notify Project Manager if unable to locate property pins 9. Locate and pick up all irrigation fixtures 10. Provide a minimum of 2 control points along Lindbergh and 1 control point along Exchange, outside of the construction footprint whereas to not be removed during construction A. Sherwood can use existing control set but shall confirm accuracy and reset if damaged. 11. Call "One Call ", pick up utility locates, and pick up visible utility appurtenances. Review and include utilities from record drawings and contact Project Manager if additional data is needed to clearly define existing utilities. Manhole lids that are bolted down must be opened by surveyor, utilizing necessary tools required. If manholes are tack welded surveyor should contact Project Manager. 12. Provide property owner description for each parcel within the project boundary 13. Provide DTM and surface file (.tin) that includes necessary break lines to produce accurate surface 14. Prepare DGN files ensuring thorough quality control and quality assurance. 15. See survey KMZ for project boundary The survey data shall be prepared and provided in MicroStation version v8i. The entire survey shall be continuous and contained in one file using standard CADD drafting procedures and practices. Surveyor shall collect all ground features ensuring enough mass data points are included to develop a PS &E quality DTM to depict the entire terrain within the project limits. All visible utilities and drainage features are to be collected and detailed including any overhead facilities, vegetation must be identified to include species and size, also, any monuments such as iron pins and TxDOT markers and monuments are to be located. All fences, buildings, parking lots, sidewalks and any obvious features shall be located and identified. DGN files must contain a minimum of two control points drawn to the proper project coordinates and must represent physical `but -on- the - field" control. The points must be labeled in the file to at least the fourth decimal place. Prior to commencing, the surveyor must obtain the proper seed file, which contains the correct working units and global origin. The seed file can be obtained from the TxDOT web site or by contacting the Project Manager at Kimley -Horn. Topographic files should be in 2D & 3D format. The 2D file must be prepared to use as a topographic background to represent existing conditions on construction drawings. Provide description of elements, flow lines, pipe sizes, top of manholes, etc. on the 2D file with an arrow pointing to the element in order to maintain clarity. The 3D file must contain a DTM triangle model representing the actual terrain including all spot shots, break lines, and voids, the DTM triangle model must be on a discreet level and suitable for export to Geopak TIN. Utility manholes, valve boxes and appurtenances, and trees shall be not be used as part of the [2] ATTACHMENT 4 - Task B Survey required cross section, and shall not be included in the final DTM, as these items are known to provide false interpretations of existing surface conditions. If this point is nearest to a 50 -foot cross section, an additional point shall be obtained outside of the utility or tree. Level structure on all electronic files developed for Kimley -Horn must follow Kimley -Horn CADD standards, to be provided to surveyor prior to data collection, so that elements of distinctive types reside on a specific level and can be manipulated individually. Level mixing between infrastructure and entities will not be accepted. Utilities such as sewer lines, water lines, gas lines, telephone, CATV, electric conduits, and aerial must reside on discrete levels and line styles, including the size of the utility. Power poles shall be drawn in a level of their own as well as any drainage infrastructure, traffic signal, and illumination. Text on DGN files shall be relative to the final plot scale as dictated by the Project Manager (1 " =40' is desirable). Font 5 (Bridge) is requested for the text used in the survey. Level naming shall be consistent with what it represents, and text must be placed parallel to the roadway it corresponds to. Final Deliverables The surveyor shall provide the following deliverable items: • ASCII file with all point numbers and descriptions, X,Y,& Z, P -code format • DGN file with a full description of all control and benchmark information. • Microstation 2D and 3D files • One complete TIN file and TIN.dgn file • Code lists • Field notes and sketches • Utility record drawings /as- builts research shall also be submitted when electronic files are delivered • Project control sheet with pertinent benchmark and control will be signed and sealed by the RPLS and prepared for submittal, and will be included in the final construction drawings prepared by Kimley -Horn • Supplement item — CAD file with up to 3 QL -A test holes with associated QL -B markings adjacent to test hole locations • Electronic files delivered that do not follow Kimley -Horn CADD standards will NOT be accepted. $herwood Fee: • Survey — • Project Control Sheet — • SUE Data Collection — o Supplement Task [3] ot( THERIOSGROUP Stephen J. Aniol, P.E. Kimley -Horn 601 NW Loop 410, Suite 350 San Antonio, Texas 78216 210.321.3404 office Steephen.Anic, kimlev- horn.com RE: Subsurface Utility Engineering City of Schertz - Lindbergh Street Reconstruction Dear Mr. Aniol: ATTACHMENT 5 - Task B SUE July 13, 2020 The Rios Group, Inc. (TRG) is pleased to submit a cost proposal for Subsurface Utility Engineering (SUE) for the above referenced project. This proposal is based on information provided via email on July 9, 2020. Introduction TRG will perform SUE services for this project in general accordance with the recommended practices and procedures described in ASCE publication CUASCE 38 -02 "Standard Guidelines for the Collection and Depiction of Existing Subsurface Utility Data." As described in the publication, four levels have been established to describe and depict the quality of subsurface utility information. The four quality levels are as follows: • Quality Level D (QL "D ") — Information obtained from existing utility records. • Quality Level C (QL "C ") — Surveyed data depicting visible above - ground features supplemented with QL "D" information. • Quality Level B (QL`B ") — Two - dimensional horizontal information obtained through the application and interpretation of non - destructive surface geophysical methods. Also known as "designating," this level incorporates QL "C" information and provides horizontal positioning of subsurface utilities to within approximately 1.0 foot. • Quality Level A (QL "A ") — Three - dimensional horizontal and vertical information obtained through non - destructive vacuum excavation equipment to expose utilities at critical points. Also known as "locating," this level incorporates QL`B" information and provides horizontal and vertical positioning of subsurface utilities to within approximately 0.05 feet. Scone of Work Based on information provided by Kimley -Horn (Client), TRG has developed a proposed scope for SUE services on this project. This scope may be modified, with Client and TRG concurrence, during the performance of work if warranted by changing or unexpected field conditions. 1740 Universal City Boulevard, Suite 200 1 Universal City, Texas 78148 1 Phone: 210.981.3050 Subsurface Utility Engineering I Utility Coordination City of Schertz - Lindbergh Street Reconstruction July 13, 2020 Page 2 of 4 ATTACHMENT 5 - Task B SUE The scope of this proposal is to provide up to three (3) QL "A" test holes all located within the limits of the City of Schertz — Lindbergh Street Reconstruction. To layout the test hole locations, TRG will perform QL`B" SUE designating in accordance with the QL "B "— Designating procedures described below. TRG will attempt to designate the requested utility for 10 feet on each side of the test hole locations. Test hole locations will be selected by the client and provided to TRG prior to mobilization. It is assumed that all test holes will fall within the limits as shown on Exhibit B outlined in light blue. TRG also assumed no test holes will be selected within the TxDOT ROW and no TXDOT permits / coordination will be required. The survey of QL `B " and QL "A " SUE information is not included in this scope of work. It is assumed that the Client will provide TRG with the necessary survey control information. Any necessary Right -of -Entry (ROE) permits, including railroad ROE, will be provided by the Client prior to the start of TRG field work. TRG Procedures OL "D" and "C "— Records Research and Surlace Feature Survet It is the responsibility of the SUE provider to perform due - diligence with regard to records research and the acquisition of available utility records. The due - diligence provided for this project will consist of contacting the applicable One Call agency and associated utility owners /municipalities, visually inspecting the work area for evidence of utilities, and reviewing available utility record information. Additional utilities not identified through these efforts will be referred to as Unknown utilities. UL "B " — Desi`,natin Following a review of the project scope and available utility records with the project manager, TRG field personnel will begin designating the approximate horizontal position of known subsurface utilities within the project area. A suite of geophysical equipment that includes magnetic and electromagnetic induction will be used to designate conductive utilities. Where access is available, a sonde will be inserted into non - conductive utilities to provide a medium for transmission which can then be designated using geophysical equipment. Non - conductive utilities can also be designated using other proven methods, such as rodding and probing. TRG will make a reasonable attempt to designate Unknown utilities identified during field work; however, no guarantee is made that all Unknown utilities will be designated. Utilities will be marked and labeled to distinguish type and ownership. Field data depicting the designated utilities, as well as relevant surface features, will be produced to ensure accuracy and completeness of subsequent survey data. The TRG project manager will review the collected survey data, field data, and utility records for accuracy and completeness. OL "A " — Locatin s TRG will utilize non - destructive vacuum excavation equipment to excavate test holes at the requested locations. To layout the test holes, TRG will follow the QL `B " — Designating procedures described above. Once each utility is located, TRG will record the size, type, 1740 Universal City Boulevard, Suite 200 1 Universal City, Texas 78148 1 Phone: 210.981.3050 Subsurface Utility Engineering I Utility Coordination City of Schertz - Lindbergh Street Reconstruction July 13, 2020 Page 3 of 4 ATTACHMENT 5 - Task B SUE material, and depth. Test holes will be uniquely marked. Excavations will be backfilled by mechanical means with the appropriate material, and the original surface will be restored. If necessary, TRG can core pavement up to a depth of 12 inches. Asphalt surfaces will be repaired with an asphalt cold patch, and concrete cores will be epoxied in place, flush with the surrounding surface. TRG assumes that flowable fill will not be required when backfilling test holes and that full- section pavement repair (including sidewalks) will not be required to restore the original pavement surface. If requested, these services can be provided at an additional cost. TRG will establish any necessary routine traffic control measures at no additional cost. However, if non - routine traffic control measures (lane closures, traffic detours, flagpersons, etc.) are required, this service will be invoiced as a direct expense. Due to the risk of damage, TRG will not attempt to probe or excavate test holes on AC water lines unless approval is obtained from the owner in advance. Additionally, excavation in rock, or to a depth greater than 18 feet, is considered beyond the scope of this proposal. TRG has made the following assumptions with regard to the test holes on this project: • All test holes will be accessible to truck- mounted vacuum excavation equipment. • Right -Of -Way (ROW) permits from the City of Schertz (COS) will be required. TRG will obtain all required permits and ensure that coordination and compliance is provided. • Designed traffic control plans will not be required. • Non - routine traffic control measures will be required depending on test hole locations. TRG will acquire the services of a qualified Maintenance -Of- Traffic (MOT) Subcontractor and ensure that adequate traffic control is provided. • The coring of pavement may be required. Deliverables TRG will provide the following as a final deliverable to the Client: • A utility file in CAD format depicting all designated and located utilities. The Client will provide TRG with any necessary background files for use in completing the final deliverables. • A summary sheet of all test hole coordinate data and depth information. • 8.5" x 11" Test Hole Data Forms for all test hole locations completed. These plans will be signed and sealed by a Professional Engineer and delivered to the Client in electronic PDF form. Schedule TRG can mobilize within three (3) weeks of receiving Notice -To- Proceed (NTP). TRG estimates that the work can be completed in thirteen (13) working days, broken down as follows: • Layout test holes — 1 day • QL "A" field work — 2 days (after permit approval) • QL "A" deliverable preparation — 10 days (after receipt of survey data) 1740 Universal City Boulevard, Suite 200 1 Universal City, Texas 78148 1 Phone: 210.981.3050 Subsurface Utility Engineering I Utility Coordination City of Schertz - Lindbergh Street Reconstruction July 13, 2020 Page 4 of 4 Estimated Fee ATTACHMENT 5 - Task B SUE The total estimated cost to complete the work described herein is Seven Thousand Six Hundred Eighty Dollars and NO /100 ($7,680.00). An itemized breakdown of cost is provided in Exhibit A. Please note that these pricings are based on an assumption of quantities, and that only actual quantities will be invoiced — up to the total Contract amount. We look forward to working with you on this project. If there are any questions, please do not hesitate to call at 210.981.3050. Respectfully, The Rios Group, Inc. Albert John Saldivar Project Manager 1740 Universal City Boulevard, Suite 200 1 Universal City, Texas 78148 1 Phone: 210.981.3050 =Subsurface Utility Engineering I Utility Coordination 0 THE GRoup ATTACHMENT 5 - Task B SUE Estimate for Subsurface Utility Engineering Lindbergh Project Boundary EXHIBIT A Schertz, Tx Direct Expenses Rate Assumed Unit of Sub -Total Quantity Measure ROW Permits $ 270.00 1 EA $ 270.00 Traffic Control (Standard)* $ 350.00 2 DAY $ 700.00 Deliverable Preparation $ 750.00 1 LS $ 750.00 Flowable Backfill* $ 270.00 3 EA $ 810.00 Sub -Total $ 2,530.00 *Depends on TH Locations Test Hole Layout Rate Assumed Unit of Sub -Total Quantity Measure Test Hole Layout Crew $ 2,500.00 0.5 DAY $ 11250.00 Sub -Total $ 1,250.00 QL "A" SUE Test Holes Unit Rate - Depth Rate Assumed Unit Of Sub -Total Quantity Measure 0 - 4 feet $ 850.00 2 EA $ 1,700.00 4 - 8 feet $ 1,150.00 1 EA $ 1,150.00 8 - 12 feet $ 1,450.00 0 EA $ - 12 - 18 feet $ 2,300.00 0 EA $ - Pavement Coring* $ 350.00 3 EA $ 1,050.00 Test Hole Total 3 Sub -Total $ 3,900.00 Total Estimated Cost $ 7,680.00 1740 Universal City Boulevard, Suite 200 1 Universal City, Texas 78148 1 Phone: 210.981.3050 Subsurface Utility Engineering I Utility Coordination CL N 2 0 U 0 J U N •O a m J m Y cv H LD r Z CW C 2 Q N r� I F ,J m L 0. 0 'a C NFP-v �1 00 ' ~X, LtRf 1 _ 11 1 jam: AAA 7 Y ° •�yt 1 ! �l 1 l M h L °'• sit & t �+ If Y