Loading...
24-R-02 AUTHORIZING EXPENDITURES WITH UNITECH CONSULTING ENGINEERS BUFFALO VALLEYRESOLUTION NO.24-R-02 A RESOLUTION BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS AUTHORIZING EXPEDITURES WITH UNINTECH CONSULTING ENGINEERS INC., FOR PROFESSIONAL ENGINEERING -RELATED SERVICES ON THE BUFFALO VALLEY SOUTH UTILITY REPLACEMENT AND STREET REHABILITATION PROJECT, AND OTHER MATTERS IN CONNECTION THEREWITH WHEREAS, the City staff of the City of Schertz (the "City") has determined that the City requires professional services relating to engineering and design for the Buffalo Valley South Utility Replacement and Street Rehabilitation Project; and WHEREAS, City staff has determined that Unintech Consulting Engineers, Inc. is uniquely qualified to provide such services for the City; and WHEREAS, Unintech Consulting Engineers, 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 contract with Unintech Consulting Engineers, Inc. pursuant to the On -Call Task Order Agreement attached hereto as Exhibit A (the "Agreement") up to a maximum total aggregate amount of $405,000. 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 Task Order Agreement with Unintech Consulting Engineers, Inc. in accordance with their approved Master Agreement in substantially the form set forth on Exhibit A in the amount of $372,406 and authorize the City Manager to execute and deliver the Task Order in a not to exceed total aggregate amount of $405,000. 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resolutions, or parts thereof, which are in conflict or inconsistent with any provision of this Resolution are hereby repealed to the extent of such conflict, and the provisions of this Resolution shall be and remain controlling as to the matters resolved herein.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 p, day of , 2024. CITY OF SCHERTZ, TEXAS ezde- RtKjutiebez, Mayor ATTE T: Sheila Edmon son, City Secretary 50077397.1 EXHIBIT A TASK ORDER NO.24 SERVICES AGREEMENT 50077397.1 A-1 This is Task Order No. —2' —,consisting of L_-17 pages. Task Order In accordance with Paragraph 1.01 of the Agreement Between Owner and Engineer for Professional Services — Task Order Edition, dated 10-9-2019 ("Agreement"), Owner and Engineer agree as follows: 1. Background Data a. Effective Date of Task Order b. Owner: City of Schertz C. Engineer: Unintech Consulting Engineers, Inc. d. Specific Project (title): Buffalo Valley South — Street Reconstruction e. Specific Project (description): Provide topographic surrey, geotechnical services, civil design services for the reconstruction/reclamation of streets in Buffalo Valley South; specifically: Mill St, 1st St., 2nd St., Bowman St., Lee St., Church St., Zuehl St., Wuest. Project includes the reconstruction of water mains and sewer mains within the right of ways listed. 2. Services of Engineer A. The specific services to be provided or furnished by Engineer under this Task Order are: as follows: Scope of services as set out in the attached letter of proposal. B. Resident Project Representative (RPR) Services Does not apply. C. Designing to a Construction Cost Limit Does not apply D. Other Services Engineer shall also provide the following services: None 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 rightsreserved. Page 1 E. All of the services included above comprise Basic Services 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: those services (and related terms and conditions) set forth in Paragraph A2.01 of Exhibit A, as attached to the Agreement referred to above, such paragraph being hereby incorporated by reference. 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: N/A. S. Task Order Schedule In addition to any schedule provisions provided in Exhibit A or elsewhere, the parties shall meet the following schedule: Party Action Schedule Engineer Furnish 1 digital review copy of the 40% plans, Within 80 days of Owner's authorization to opinion of probable Construction Cost, and other proceed with Preliminary Design Phase Preliminary Design Phase deliverables to Owner. services. Owner Submit comments regarding40% Phase Within 7 days of the receipt of deliverables documents, opinion of probable Construction Cost, from Engineer. and other Preliminary Design Phase deliverables to Engineer. Engineer Furnish 1 digital copy of the 70% Plan and Within 30 days of Owner's authorization to Specifications to Owner. proceed with 70% design phase. Owner Submit comments and instructions regarding the 70% Plan and anyother deliverables, to Engineer. Within 7 days of the receipt of the deliverables from Engineer. Engineer Furnish 1 digital copy of the 95% Plan and Within 30 days of Owner's authorization to Specifications, assembled drafts of other proceed with 95% Design Phase services. Construction Contract Documents, the draft bidding -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 regarding the Within 7 days of the receipt of the 95% 95% Drawings and Specifications, assembled drafts Drawingsand Specifications, assembled drafts of other Construction Contract Documents, the of other Construction Contract Documents, draft bidding -related documents (or requests for the draft bidding -related documents (or proposals or other construction procurement I requests for proposals or other construction 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 rightsreserved. Page 2 documents), and any other Final Design Phase deliverables, to Engineer. Engineer Furnish 1 digital copy of the revised Final Drawings and Specifications, assembled Construction Contract Documents, bidding -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 regarding the final/bid Drawings and Specifications, assembled drafts of other Construction Contract Documents, the draft bidding -related documents (or requests for proposals or other construction procurement documents), and any other Final Design Phase deliverables, to Engineer. 6. Payments to Engineer procurement documents), and anyother Final Design Phase deliverables from Engineer. Within 10 days of the receipt of Owner's comments and instructions regarding the previous Design Phase deliverables Within days of the receipt of the final Drawings and Specifications, assembled drafts of other Construction Contract Documents, the draft bidding -related documents (or requests for proposals or other construction procurement documents), and any other Final Design Phase deliverables from Engineer. A. Owner shall pav Engineer for services rendered under this Task Order as follows: Description of Service Amount Basis of Compensation 1. Basic Services (Part 1 of Exhibit A) a. 40% Design Phase $143,790.00 Lump Sum b. 70% Design Phase $75,845.00 Lump Sum C. 95 Design Phase $43,740.00 Lump Sum d. Bid Phase $10,950.00 Lump Sum e. Construction Phase $265880.00 Lump Sum f. Close out $6,000.00 Lump Sum 2. Topographic Survey $26,450.00 Lump Sum 3. Geotechnical Sampling & Report $21,951.00 Lump Sum 4. Sewer Main CCTV Services $16,800.00 Lump Sum TOTAL COMPENSATION (lines 1.-3) $372,406.00 4. Additional Services (Part 2 of Exhibit A) (N/A) Hourly rates *Based on a 12 -month continuous construction period. 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. B. 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: 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 rightsreserved. Page 3 S. Other Modifications to Agreement and Exhibits: 9. Attachments: a. Letter of Proposal date 12-19-2023 10. Other Documents Incorporated by Reference: 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 this Task Order is OWNER: ENGINEER: By: By: IX444 $ayq1 Print Name: Title: DESIGNATED REPRESENTATIVE FOR TASK ORDER: Print Name: Mark B Hill. PE Unintech Consulting Engineers, Inc. Title: Civil Division Director Engineer License or Firm's Certificate No. (if required): 94904 State of: Texas DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Name: Mark B Hill, PE Title: Title: Civil Division Director 2431 E Evans Road Address: Address: San Antonio. Texas78259 E-Mail Address: Phone: E-Mail Address: mhillL-'unintech.com Phone: 21-641-6003 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 rightsreserved. Page 4 AR11% UNINTECH UNINTECH CONSULTING ENGINEERS, INC. STRUCTURAL CIVIL SURVEYING December 19, 2023 City of Schertz Engineering Department 10 Commercial Place, Bldg 2 Schertz, TX 78154 Office: (210) 619-1825 Attn: John Nowak, PE Re: City of Schertz — On -Call Civil Engineering Services Agreement Proposal — Buffalo Valley South - Reconstruction Unintech Consulting Engineers, Inc. is pleased to provide this proposal for professional engineering services to the City of Schertz for the preparation of construction documents for the Buffalo Valley South Reconstruction project. Our understanding of the scope of work is that the City of Scherz desires to reconstruct/reclaim the pavement, and to replace the existing water mains and sewer mains, and associated appurtenances and services along the following streets: Mill St, 1st St., 2nd St., Bowman St., Lee St., Church St., Zuehl St., Wuest. The streets are anticipated to be designed to be reclaimed and stabilized, and resurfaced. The grades will be established to facilitate drainage, as necessary. Any curbs in poor condition will be removed and replaced. Any gravel or asphalt driveways to be replaced with concrete driveways. Wheelchair ramps to be installed at each corner. The sewer main is to be replaced in placed, correcting any substandard slope. The water main is to be sized as an 8-in main, with updated appurtenances and fittings to meet current City design guidelines and codes. Scone of Services Survey Upon release for the design phase, UNINTECH will provide the topographical survey of the proposed project limits to determine locations of existing utilities and pertinent topographic features, provide a DTM, locate underground utilities. UNINTECH will locate property corners to establish approximate right of way limits. After the topographic survey is completed, and during design it may become apparent that subsurface utility locations (SUE) may be required due to crossing of existing gas or communication lines. The SUE location services will be considered additional services to be negotiated at a later date. UNINTECH will employ a subconsultant to obtain CCTV recordings of the existing sewer mains in MP4 format for the identification of sewer service locations and existing conditions of the sewer pipe. 2431 E. Evans Road, San Antonio, TX 78259 505 E. Huntland Drive, Ste. 335. Austin, TX 78752 P: (210) 641-6003 • F: (210) 641-8279 P: (512) 579-0722 a F: (512) 579-0734 TBPE No. F-5499 • www.unintech.coni 9 TBPLS No.10051100 AiRl"t UNINTECH UNINTECH CONSULTING ENGINEERS, INC. STRUCTURAL CIVIL SURVEYING Geotechnical A geotechnical report is included in this proposal. The geotechnical subconsultant (HVJ, Inc.) will sample the existing streets in 7 locations for a depth up to 10-feet. The geotechnical will summarize findings, including existing pavement courses, subgrade engineering qualities, presence of ground water. The report will include recommendations for pavement replacement and reclamation. Environmental An environmental study is not included in this proposal. Construction Plans For the limits described above, per phase, UNINTECH will prepare a set of construction plans, specifications, and quantity estimate, for review, approval, and construction with associated details per the standards indicated in Statement of Work. Plans and specifications will be in conformance with City of Schertz standards of construction and materials. UNINTECH will provide the general front end sheets, traffic control, roadway plans, water plans, and sewer plans, SWPPP, and associated details for the project, by design phase The project will proceed along the following design milestones: 40 percent design, 70 percent design, 95 percent design, 100%/bid phase, construction phase and closeout. The proposed scope of work will follow the City of Schertz standard specifications and design guidance manual. Deliverables for design phases will include construction plans and estimates. Preliminary bid documents will be provided with the 95% phase submittals with all anticipated special specifications. Deliverables will be provided in PDF format. (CAD files and hard copy bound sets, upon request). Permitting These streets are located within the FEMA designated 100-year flood plain. Work within the flood plain will require a floodplain permit. UNINTECH will prepare the necessary documents to submit to the City for floodplain permitting. No additional permitting is anticipated. No easements acquisition is anticipated. 100% Design/Bid Phase For the limits described above, per phase, UNINTECH will provide Bid Documents, Bid Tabulations and recommendation for awards, attend a Pre -Bid meeting and respond to contractor questions. Construction Phase For the limits described above, per phase, Unintech Consulting Engineers, Inc. will attend a pre - construction meeting with the City and selected contractor. UNINTECH will provide review of contractor pay applications, submittals, and RFI. A UNINTECH representative will make two (2) 2431 E. Evans Road. San Antonio. TX 78259 505 E. Huntland Drive. Ste. 335. Austin, TX 78752 P: (210) 641-6003 • F: (210) 641-8279 1 P: (512) 579-0722 + F: (512) 579-0734 Page 12 TBPE No. F-5499 www.unintech.com TBPLS No.10051100 A�%% UNINTECH UNINTECH CONSULTING ENGINEERS, INC. STRUCTURAL CIVIL SURVEYING site visits per month for 12 months during the construction to observe overall conformance to the plans. Close out UNITECH will attend the final walkthrough with the contractor and City personnel, and provide a punch list of items to be addressed by the contractor. The contractor redlines will be translated into plan of record documents to be provided to the City for the water, sewer, and street plans. Project Design Schedule It is anticipated that compete design of the project from the notice to proceed to the preparation of bid documents will require approximately 21 weeks. 40% Design — 80 calendar day 70% Design — 30 calendar days 95% Design — 30 calendar days 100%/Bid Phase — 20 calendar days Construction —12 months Closeout — 30 calendar days Engineering Fee Compensation for these services will be in the amount of $373,076.00, which will cover all costs associated with the scope described above, as further detailed in the attached Project Work Plan and Fee Proposal Breakdowns. 40% Design Phase $143,790.00 70% Design Phase $75,845.00 95 Design Phase $43,740.00 Bid Phase $10,950.00 Construction Phase $26,880.00 Close out $6,000.00 Topographic Survey $26,450.00 Geotechnical Sampling & Report $21,951.00 Sewer Main CCTV Services $16,800.00 TOTAL COMPENSATION $372,406.00 Additional services and significant changes will be compensated for as provided by Schedule of Fees in the agreement for Engineering Services between the City of Schertz and Unintech Consulting Engineers, Inc. dated October 9, 2019. Fees payable to permitting agencies will be the responsibility of the City of Schertz. Should there be any questions or if further information is needed, please do not hesitate to call us at 210-641-6003. 2431 E. Evans Road. San Antonio. TX 78259 505 E. Huntland Drive. Ste. 335, Austin, TX 78752 P: (210) 641-6003 F: (210) 641-8279 P: (512) 579-0722 1 F: (512) 579-0734 Page 13 TBPE No. F-5499 www.unintech.com TBPLS No.10051100 A&% UNINTECH UNINTECH CONSULTING ENGINEERS, INC. 7!/ STRUCTURAL CIVIL SURVEYING Sincerely, Mark B Hill, P.E. UNINTECH CONSULTING ENGINEERS, INC. Encl: Project Work Plan and Fee Proposal Breakdown 2431 E. Evans Road. San Antonio. TX 78259 505 E. Huntland Drive. Ste, 335, Austin, TX 78752 P: (210) 641-6003 • F: (210) 641-8279 P: (512) 579-0722 • F: (512) 579-0734 Page 14 TBPE No. F-5499 www.unintech.com TBPLS No.10051100 City of Schertz PROJECT WORK PLAN AND FEE PROPOSAL BREAKDOWN Project: Buffalo Valley South -Street Reconstruction Prime Consultant: UNINTECH CONSULTING ENGINEERS, INC. Subconsullant: Proposal Date: 1212012023 Prepared By: Mark B Hill. PE Project Manger Project Engineer EIT CAD Tech $165.00 $150.00 $100.00 $85.00 TASK CODE AND DESCRIPTION HOURS HOURS HOURS HOURS TASK HOURS TASK/PHASE FEE 40%Design 33 30 136 252 451 $44,965.00 01,070. Project Admilyistration [includes butpot limited to invoigIM, sub consultants man me 01.080. QA/QC (Oracesses, communication, and deliverables 16 16 .12,640.00 $2,640.00 _ 16 _ 1 8 2 8 8 8 16 _ _ _ _ 04.010. Typical Sections - Existing and Proposed 04.020. Horizontal Roadway AJignments _ 9 16 10 $950.00 _ $2,000.00 $1,100.00 $3,140.00 04.030. Roadway Profiles 04.040. Street Cross Sections 2 8 8 60 24 156 34 224 04.050. Plan and Profile Sheets $20,460.00 04.070. Driveway Summa • Sheet 2 8 24 34 $3,140.00 08.010. Construction Phasin Typicel Sections 08.020. Construction Phasing and Sequence of Work _ _ 08.030. Conceptual Construction Phasing Layouts 1 4 5 $550.00 $550.00 1 4 1 4 5 5 58 $550.00 $5,300.00 09.010. Intersection Layouts 2 16 40 11.010. 40% Plans Cost Estimate 1 2 8 8 19 $1,945.00 70% Design 0 31 50 108 209 $22,130.00 01.030. Desion Review Mee[irws 70% _ 01.080. QA/QC iprocesses, communication, and deliverables} 2 2 $330,00 _ 16 _ _ 1 2 8 16 $2,640.00 04.010. General Sheets - Index, Summaries / Quantities, SVplemental General Notes 04.020. Refine'fypical Roadway Sections (Existing and Proposed. for various roadwns in to ecl 11 _ $1 030.00 $1,780.00 $550.00 area 2 8 8 18 5 04.030. Horizontal Roadway Atii§nments _ _ _ _ _ 1 4 04.040. Roadway Profiles 1 4 5 $550.00 04.050. Street Cross Sections 2 4 8 14 40 $1,380.00 $3.840.00 04.060. Develop Plan and Profile sheets for 1" = 40' lans 4 2 12 4 24 8 04.070. Driveway Summa q Sheet 14 $1.380.00 08.010. Construction Phasing Typical Sections 1 8 9 $830.00 08.020. Construction Phasiq and Sequence of Work 4 4 $400.00 08.030. Construction Phasing Layouts 1 4 4 8 8 4 12 $1.080.00 _ 08.040. Traffic control and advanced warning devices 12 5 $1,000.00 $490.00 _ 08.050. Detour layouts and barricade plans _ 09.010. Intersection Layouts 09.060.010. SW3P Narrative 2 16 18 _ $1,660.00 2 1 1 4 8 4 4 5 5 4 10 $490.00 $490.00 09.060.020. SW3P Layouts 09.080.020. List of Goveming Specifications $600.00 $1,530.00 _ 11.010. 70% Plans Cost Estimate EIS Des n 6 13 42 64 125 $12,580.00 01.030. Deswln Review Meetinits t95%) 2 _ 4 _ _ _ 2 4 5 $330.00 $660.00 $550.00 _ 01.080. QA1QC rocesses, communication, and deliverables 04.010. General Sheets - Index, Summades / Quantities, Supplemental General Notes 1 4 04.050. Street Cross Sections 04.060. Develop Plan and Profile sheets for 1" = 40' lens 1 1 4 4 16 16 21 $1.910.00 21 $1,910.00 04.080. Driveway Summary Sheet 08.010. Construction Phasing Typical Sections _ 08.020. Construction Phasing and Sequence of Work 1 4 4 9 $890.00 1 4 5 $440.00 1 4 5 $440.00 08.030. Construction Phasirg Layouts 1 4 5 $440.00 09.010. Intersection Layouts 1 8 9 $780.00 09.060. SW3P Plan _ 09.060.010. SW3P Narrative 1 4 5 $440.00 $440.00 1 4 5 24 5 09.090.030. Bid Documents 8 16 $2,800.00 $550.00 11.010. 95% Plans Cost Estimate 1 4 Bid Phase 13 12 12 0 37 15,475.0 _ 12.010. Submit 100% Plans With All Joint -Bid Utilities 12.020. Final Project Specifications Book 4 a 12 1 400.00 2 2 2 8 10 2 2 $1,530.OD $330.00 $330.00 _ _ _ 12.060. Attend 100% Review Meeting 12.070. Assist the City in Preparing Advertising Documents 12.090. Participate in Pre -Bid Meeting _ 12.100. Respond to Contractor Questions 12.110. Prepare and Distribute Necesm Addenda _ 12.120. Prepare Bid Tabulation and Letter of Recommendation 2 2 2 2 2 $330.00 $330.00 $330.00 $565.00 2 1 2 4 5 12.130, Participate in Pre -Can meeting 2 $330.00 Construction Phase 16 72 0 0 88 $13.440.00 13.020. Review Contractor Pay Estimates 12 12 2 2 24 3 780,00 13.030. Review/Negotiate Change Orders 2 $300.00 _ 13.040. Review Shop Drawivrrnos 2 2 $300.00 $300.00 13.050. Respond to RFrs _ 13.060. Project Site Visits and Reports Minimum Two Per Month 13.070. Participate in Construction Progress Meetings and Prepare Meeting Minutes (Coincide With 13.6 When 13,080. Final Walkthrough and Punchlist Review 4 2 48 2 _ 4 48 2 8 $7,200.00 $300.00 $1,260.00 [Project Closeout 0 2 4 16 22 52,060.00 14.010. Prepare Record Drawinas 2 4 16 22 $2,060.00 rS-ubconsuiting Services $48.401.00 1 Topographic Survey 2 Geotechnical Samoino and Report $26,450.00 $21,951.00 TOTAL BASE FEE WITH HOUR BREAKDOWN 88 160 244 440 932 $149,051.00 City of San Antonio -Capital Improvements ManagementServices Department Project Work Plan and Fee Proposal lireakdovm Page 1 of 2 Revised 03/11/13 City of Schertz PROJECT WORK PLAN AND FEE PROPOSAL BREAKDOWN Project: Buffalo Valley South -Street Reconstruction Prime Consuaant: UNINTECH CONSULTING ENGINEERS, INC. Subconsultant: Proposal Date: 12/2012023 Prepared By: Mark B Hill, PE Project Manger Project Engineer EIT CAD Tech $165.00 $150.00 $100.00 $85.00 TASK CODE AND DESCRIPTION HOURS I HOURS HOURS HOURS TASK HOURS TASKIPHASE FEE 40% Design 45 165 250 490 509 98 825.00 Project initiatio cirdination, and setup, _ Conduct field reconnaissance to become familiar with project sites. 4 4 8 16 $1 060.00 _ $2,000.00 _ $2,080.00 $1,080.00 4 _ moo rate utility 4 _ 4 4 8 information int_ 4 4 _ Review record drawings and block maps provided 8 20 12 Obtain all available ma in ofunde round oroverhead utilities in theprclect area and 8 Conduct preliminary coordination wit outside a4enciesand utilities forperinittingpurposes and potentia Develop a digital base mapofthe project area incorporating ownership, ROWS, photogra hy. topo.graph' Prepare 40% Plans - Cover Sheet, Index, Gen Notes _ Prepare 40% Plans - Quantities Prepare 40% Plans - Plan/Plan and Profile and Details 16 Prepare 40% Plans - Tree Protection Plan and Details _ _ Insert Quantity Table Per Sheet 4 4 1 1 60 1 2 16 20 $2,200.00 8 24 8 36 9 $3,440.00 $830.00 4 4 9 $890.00 80 180 336 $34,940.00 8 _ 9 $830.00 16 18 $1,660.00 40% OPCC Estimate - Class 2 8 11 _ 16 $1,880.00 Pro ect initiation, coordination, and setup, Prepare 40% Plans - Cover Sheet, Index, Gen Notes 4 $660.00 $880.00 2 8 Prepare 40% Plans - Quantities 1 4 _ $490.00 Prepare40% Plans - Plan/Plan and Profile and Details 16 60 80 150 $32.390.00 Prepare 40% Plans -Lateral Sections _ Insert Quantity Table Per Sheet 4 24 48 _ $7.080.00 $940.00 4 8 8 4 8 _ _ _ 40% OPCC Estimate - Class 2 Prepare Draft TCEQ Variance & Transmittal 1 $950.00 4 $600.00 $1,945.00 03 Prepare Submittal to City 1 2 70% Design 23 77 190 224 239 $53,715.00 Design Review Meetings 70% 2 2 $330.00 QA/QC [processes, communication, and deliverablesy Prepare 70% Plans - Cover Sheet, Index, Gen Notes Prepare 70% Plans - Quantities _ 4 4 $660.00 $490.06 $890.00 $19,440.00 1 4 5 8 1 32 4 72 4 72 9 184 Prepare 70% Plans - Plan/Plan and Profile and Details Prepare 70% Plans - Tree Protection Plan and Details 1 8 9 _ $830.00 _ Insert Quantity Table Per Sheet 2 _ 16 18 $1,660.00 70% OPCC Estimate - Class 2 2 8 10 _ $1,530.00 Prepare 70% Plans - Cover Sheet, Index, Gen Notes 2 8 $880.00 Prepare 70% Plans - Quantities Prepare 70% Plans - Plan/Plan and Profile and Details Pre are 70% Plans - Lateral Sections 1 4 $490.00 $17,040.00 _ $5,040.00 $940.00 _ $950.00 $600.00 8 16 72 72 1 4 4 1 4 2 24 j 8 24 4 Insert Quantity Table Per Sheet 70% OPCC Estimate - Class 2 _ _ _ _ Prepare Draft TCEQ Vadance & Transmittal 04 Prepare Submittal to City 8 - 8 $1.945.00 95% Design 24 48 64 160730 $31,160.00Design Review Meetings t95%} ( recesses, communication, and deliverables} Fina e a & Profile sheets for 1"=40' H 1"= 5' 2 330.00QA/QC _ _ $660.00 $9,100.00 4 4 4 24 64 FinalizeQuantity Table PerSheet 8 16 $2660.00 Finalize 95% OPCC Estimate -Class 1 8 $1200.00 Perform intemalQA/QC. 4 1 _ _ _ _ _ $660.00 $165.00 $9 100.00 Pr reD ft P r Finalize Plan & Profile sheets for 1" = 40' H 1"= 5' V 4 4 24 64 Finalize QuantltV Table ParSheet 4 1 8 8 B 16 16 $2,560.00 $1,200.00 Finalize 95% OF CC Estimato - Class 1 PerfamintemalQAAQC. 5660.00 Prepare DraftMP Letter 24 $165.00 $2,800.00 Bid Documents Bid Phase 13 12 12 0 37 5,475.00 12.010. Submit 100% Plans With All Joint -Bid Utilities 2 4 8 8 _ 12 $1 400.00 12.020. Final Project S cifications Book 10 $1,530.00 12.060. Attend 100% Review Meeting, 2 2 $330.00 $330.00 12.070. Assist the City. in Preparing Advertisin Documents 2 2 12.090. Participate in Pre -Bid Meeting 2 2 2 2 $330.00 $330.00 12.100. Re * and to Contractor Questions 12.110. Prepare and Distribute Necessar Addenda 2 2 $330.00 12.120. Prepare Bid Tabulation and Letter of Recommendation 1 4 _ 5 $565.00 12.130. Participate in Pre -Con meeting 2 2 _ $330.00 Construction Phase 16 72 0 0 88 $15,440.00 13.020. Review Contractor Pay Estimates 12 12 24 $3,780.00 13.030. Review Negotiate Change Orders 2 2 $300.00 _ 13.040. Review Shop Drawings 2 2 2 2 48 2 8 $300.00 $300.00 $7,200.00 13.050. Respond to RFI's 13.060. Project Site Visits and Reports {Minimum Two Per Month} 48 13.070. Participate in ConstructionProgress Meetings and Prepare Meeti!12 Minutes lGoincideWith 13.6 When 2 13.080. Final Walkthrough and Punchlist Review 4 4 _ $300.00 $1,260.00 Project Closeout 0 2 16 24 42 53,940.➢0 14.010. Prepare Record Drawings 2 16 24 42 $3,940.00 SubconsuKi Services $16,800.00 1 Sewer Main CCTV 1 $16,800.00 TOTAL BASE FEE WITH HOUR BREAKDOWN 121 376 532 E 945 1 $223,355.00 City of San Antonio - Capital l nprovements Management Services Department Project Work Plan and Fee Proposal Breakdown Page 2 of 2 Revised 03/11/13 4201 Freidrich Lane, Suite 110 Austin, Texas 78744 512.447.9081 Ph 512.443.3442 Fax www.hvj.com November 27, 2023 Mr. Mark B. Hill, PE Unintech Consulting Engineers, Inc. 2431 E. Evans Road San Antonio, Texas 78259 Re: Geotechnical Site Investigation Buffalo Valley South Street Reconstruction, Water & Sewer Replacement Schertz, Texas. Owner: City of Schertz HVJ Proposal No. SG 23 10478 Dear Mr. Hill HVJ South Central Texas, M&J Inc. (HVJSCTx) is pleased to submit this proposal to provide geotechnical investigation services for the above referenced project. Our scope work, as outlined in this proposal, provides the necessary and appropriate level of geotechnical engineering support required for the design. Project Description The project involves street reconstruction, water and sewer replacements along 1s` Street, 2nd Street, Mill Street, Zuehl, Dowman, Mill Street and Wuest Street in Schertz, Texas. Based on the information provided by Unintech, we understand that invert depth of the proposed water and sewer is about 8 feet or less, and will be replaced by open cut installation method. All the streets are classified as local streets with no bus traffic. Pavement reconstruction will possibly include: 1) reclaiming the pavement with cement stabilization or asphalt emulsion stabilization of the base, treatment of the subgrade, and 2" HMAC surface.; (2) street excavation, subgrade stabilization, and 2" of HMAC surface, and 5" of HMAC base. Pavement Design HVJSCTx will retain specialized pavement engineer from HVJ Associates, Inc. (HVJ) to perform pavement engineering for this project. Scope of Work For this project, HVJSCTx will conduct the following: • Subsurface Exploration: To investigate subsurface conditions and characterize soil at the project area, geotechnical borings will be drilled. As suggested by Unintech, the exploration will consist of seven (7) borings. Each boring will be drilled to a depth of 10 feet each, and therefore the total drilling footage for the project is 70 feet. Based on the project location and its expected geology, we anticipate encountering clay/sand deposits to the explored depth of 10 feet. However, if different soil and rock conditions are encountered during drilling activities, the boring depths may be adjusted. Office operated by HVJ South Central Texas — M&J, Inc., a proud independently owned and operated HVJ Associates® franchisee Mr. Mark B. Hill, PE Buffalo Valley South November 27, 2023 SG 23 10478 The borings will be completed with a truck -mounted rig, equipped with flight augers and sampling tools. Soil samples will be collected using Shelby tubes and/or split -spoon samplers. Soil sampling will be performed continuously to a depth of 10 feet. Field-testing of soil samples will include pocket penetrometer readings in the cohesive soils and Standard Penetration Tests (SPT) in cohesionless soils. Rock coring will not be performed for this project. Groundwater data will be obtained during and immediately after drilling, if encountered. Upon completion of drilling and groundwater readings, all completed borings will be backfilled with bentonite chips and will topped with a single lift of asphalt to match existing grade where applicable HVJSCTx will perform Dynamic Cone Penetration (DCP) tests to evaluate subgrade conditions for this project. A total of two (2) DCP tests will be performed on the subgrade. Laboratory Tests: Laboratory index tests will be performed on select soil samples recovered from the test borings. The index tests will include Atterberg limits, minus 200 sieve, moisture content, and unconfined compressive strength tests. In addition, auger cuttings will be collected from each boring to perform California Bearing Ratio (CBR) on one (1) composite sample (i.e., composite sample will be prepared by combining auger cuttings of similar soils obtained from different borings/will be collected from unpaved areas near vicinity of the borings) and lime -pH series. The collected field and laboratory data will be interpreted and used to develop geotechnical investigation report for the project. The result of field and laboratory investigation will be presented in a detailed Geotechnical Investigation Report. The report will include the following specific items: • Site Vicinity/Topographic map, • Geology map, • Soils map, • Plan of borings, • Boring logs, • Laboratory test results summary, • Potential Vertical Rise (PVR), • Groundwater conditions, • Generalized subsurface conditions, • Recommendations for open -cut installation of the utility lines, • Trench safety recommendations, • Pipe bedding and backfill recommendations, • General discussion on construction and excavation recommendations, • Pavement Design Report (by HVJ Associates Inc., detailed scopes are presented subsequently). Mr. Mark B. Hill, PE Buffalo Valley South November 27, 2023 SG 23 10478 The above -described report will be prepared by an engineer specializing in soil mechanics after reviewing available boring and laboratory data. Pavement Design HVJSCTx will be completing all the required geotechnical field investigation and lab testing results, which HVJ will use in the pavement evaluation and design work. Task 1 Receive and Review HVJSCTx Field Investigations HVJ will review the background data provided by HVJSCTx, Unintech, and City to evaluate site existing conditions. HVJ will produce a USDA Soils map of the project area with a brief description of each type of soil located within the project area. HVJ will rely on HVJSCTx for all other geotechnical information needed for pavement design including soil classification and Atterberg limits, California Bearing Ratio (CBR) tests, Dynamic Cone Penetrometer PCP) tests for subgrade stiffness, sulphate and lime series testing for assumed lime stabilization of the subgrade and recommend percentage of lime based on pH requirements, and Potential Vertical Rise (PVR) estimates based on a 10' column of soil. HVJ will also need from HVJSCTx a recommendation for percent lime stabilization of high PI subgrades to meet the required pH. Task 2 Estimate Pavement Design Traffic HVJ will use street classification based minimum values as provided in the following table if no additional data are provided by HVJSCTx, Unintech, or the City of Schertz: Flexible Roadway Functional Classification Pavement 18-kipESALs Local TyRe A street with bus traffic 1 000 000 Local T4 e A street without bus traffic 100 000 Task 3 Develop Pavement Designs HVJ will use the geotechnical recommendations from HVJSCTx (Task 1) and traffic design input data (Task 2) to prepare pavement designs for the following pavement options: (1) reclaiming the pavement with cement stabilization or asphalt emulsion stabilization of the base, treatment of the subgrade, and 2" HMAC surface.; (2) street excavation, subgrade stabilization, and 2" of HMAC surface, and 5" of HMAC base. HVJ Associates will prepare the pavement design according to AASHTO Guide for Design of Pavement Structures 1993 Edition based design program, DARWin. The full depth reconstruction designs will be designed for 20-year design life criteria., using the minimum acceptable design traffic based on the functional classification of each street. Task 4 Reporting and Reviews HVJ will prepare one draft and one final pavement design report which include the following: 1. Document design input values and assumptions including traffic loads, assumed new pavement material strengths, environmental conditions, and pavement designlife. Mr. Mark B. Hill, PE Buffalo Valley South November 27, 2023 SG 23 10478 2. Proposed typical pavement designs for each alternative from pavement design software outputs (e.g., AASHTO DARWin based on AASHTO 1993) 3. Recommended pavement construction material specifications (Assuming standard City specifications) 4. Upon receipt of combined comments from HVJ-SCTx, Unintech, and City of Schertz, HVJ will prepare a final sealed pavement design report. HVJ will submit a draft pavement design report for review. After resolution of comments, HVJ will prepare a final pavement design report. All submittals will be electronic. Additional revisions and/or supplements to the report following submittal of final report may be considered additional services. Assumptions The following assumptions were made in developing the scope and fee estimate for this project: • HVJSCTx will coordinate with One -Call to locate underground utilities. • City of Schertz will provide Right of Entry Permits, • HVJSCTx will coordinate with the city for traffic control. • Fees for Right-of-way permits will be waived. • Unintech will provide an electronic site plan to develop a Plan ofBorings. • If needed, the elevations, and locations of the borings (in latitude/longitude or state plane northing/ eas ting) will be surveyed in by others. HVJSCTx will include elevation and location information on the boring logs. • As -built drawings and/or underground drainage locations will be provided to HVJSCTx prior to marking boring locations. • No full depth reclamation, overlay, widening, or other design alternatives are included. All designs are assumed be full reconstruction. • The geotechnical boring logs, material test results, PVR estimates, and subgrade stabilization recommendations are assumed to be provided by HVJ South Central Texas — M&J, Inc. • Two pavement reconstruction design alternatives will be prepared. Any additional alternative designs will require additional fees. • One draft and one final pavement design report will be prepared. Fee Based on the scope of work outlined, a Lump Sum flee of $21,951.00 is proposed for the project as presented in the following table. Scope of Work Performing Firm Lump Sum Fee Geotechnical Investigation HVJSCTx $16,525.00 Pavement Design HVJA (Specialized Pavement Engineer) $5,426.00 TOTAL LUMP SUM 21,951.00 Mr. Mark B. Hill, PE Buffalo Valley South November 27, 2023 SG 23 10478 A breakdown of the fee is included at the end of this proposal. Should the project configuration change significantly, additional work may be required. HVJSCTx will recommend such additional work when and if it is deemed necessary. Schedule We propose to initiate project scheduling and coordination, immediately upon receiving notice -to - proceed. We subsequently expect to complete the test borings approximately one (1) week after receiving notice to proceed. Laboratory testing, evaluation of test results, engineering analyses and report preparation will take approximately four (4) to six (6) weeks after completion of the fieldwork. Sample Retainage Soil samples will be retained in our laboratory for 30 days after the geotechnical investigation. Invoices Invoices will be submitted at the end of each month based on the time spent on the work and items completed by the last Saturday of each month, or based on an invoice schedule. HVJSCTx understands that payment will be within 10 days of submission of the data report. If this proposal meets with your approval, please sign and complete the indicated spaces below and forward a copy of the proposal to us. Thank you for this opportunity. We appreciate your business. Sincerely, HVJ SOUTH CENTRAL TEXAS — M&J INC. Golam Kibria, Ph.D., PE Office Manager — San Antonio/Senior Geotechnical Engineer GK/mm Agreed to this day Title: Firm: Date to Start Work: 20 Mr. Mark B. Hill, PH Buffalo Valley South November 27, 2023 SG 23 10478 Geotechnical Investigation Buffalo Valley South - Street recon/water and sewer replacement project HVJ South Central Texas M&J, Inc. HVJ SCTx Proposal No. SG 2310478 Geotechnical Field Investigation - Drilling and Soil Sampling Mobilization/Demobilization Drilling & Sampling - Soil Drilling Backfilling Soils/Bentonite Driller Standby time Logging Staking, Utility Clearance, permit Coordination 'Traffic Control DCP _ Support Truck Laboratory Testing - Standard Moisture Content Atterberg Limits #200 Sieve Analysis Unconfined Compressive Strength Tests -Soil California Bearing Ratio (CBR) Lime pH Series (Tex-121-E) Sulfate Geotechnical Engineering & Reporting Project Manager Professional Engineer III Engineer In Training I Administrative Assistant III L Pavement Design Services 1 @ $600.00 per mobilization ' $600.00 70 @ $30.00 per foot $2,100.00 70 @ $6.00 per foot $420.00 2 @ $180.00 per hour $360.00 12 hr @ 585.00 per hour $1,020.00 4 hr @ $85.00 per $340.00 2 @ $1,500.00 per day $3,000.00 2 @ $400.00.each $800.00 2 $125.00 each $250.00 Sub Total $8,890.00 14 @ $25.00 each $350.00 14 @ $80.00:each ! $1,120.00 14 @ $55.00 each $770.00 2 @ $65.00 each $130.00 1 @ $550.00 550 'each 5550.00 1 _ @ $.00 each $175.00 1 4 @ $70.00 each $280.00 Sub Total $3,375.00 4 hr @ $185.00 'hr 5740.00 8 hr @ $140.00 .hr $1,120.00 20 hr @ $115.00 hr $2,300.00 2 hr @ $50.00 hr 3100.00 Sub -Total ' $4,260.00 @ $5,426.00 I + 0°/a cost $5,426.00 I TOTAL' $21,951.00 ' Mr. Mark B. Hill, PE Buffalo Valley South November 27, 2023 SG 23 10478