Loading...
25-R-075 Kimley-Horn 2025 SPAM Resurfacing ProjectRESOLUTION 25-R-075 A RESOLUTION BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS AUTHORIZING A TASK ORDER AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC. FOR PROFESSIONAL ENGINEERING -RELATED SERVICES FOR THE DESIGN OF THE 2025 SPAM RESURFACING PROJECT, AND UPDATING THE ASSOCIATED CAPITAL IMPROVEMENT PLAN PROJECT SHEETS WHEREAS, the City of Schertz has determined that it requires professional engineering - related services for the design of the 2025 SPAM Resurfacing Project; and WHEREAS, Kimley-Horn and Associates, Inc. is an approved on -call engineering firm for the City of Schertz; and WHEREAS, City staff has determined that Kimley-Horn and Associates, Inc. is uniquely qualified to provide such services for the City; 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 Kimley-Horn and Associates, Inc. for professional engineering -related services for the design of the 2025 SPAM Resurfacing Project. NOW THEREFORE, 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 Kimley-Horn and Associates, Inc. in substantially the form set forth as Exhibit A in the amount of $179,180, and a total not -to -exceed amount of $197,000. Section 2. The City Council hereby amends the Comprehensive Capital Improvement Plan Project Sheet for the project to reflect updated funding sources, an increased amount for professional services, and an update of the budget for construction. Section 3. 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 4. 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resolutions, or parts thereof, which are in conflict or inconsistent with any provision of this Resolution are hereby repealed to the extent of such conflict, and the provisions of this Resolution shall be and remain controlling as to the matters resolved herein.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 5. This Resolution shall be construed and enforced in accordance with the laws of the State of Texas and the United States of America. Section 6. 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 7. 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 8. This Resolution shall be in force and effect from and after its final passage, and it is so resolved. PASSED AND APPROVED on the qA— dayo �i , 2025. CITY OF SCHERTZ, TEXAS — 264?�L Ra uti z, Mayor AT Shei a Edmondson, City Secretary EXHIBIT A TASK ORDER AGREEMENT TASK ORDER NO. [ 06 ] This is Task Order No. [ 06 ], consisting of 17 pages. In accordance with Paragraph 1.01, Main Agreement, of the Agreement Between Owner and Engineer for Professional Services —Task Order Edition dated [ ], Owner and Engineer agree as follows: 1. TASK ORDER DATA a. Effective Date of Task Order: b. Owner: City of Schertz, TX C. Engineer: Kimley-Horn and Associates, Inc. d. Specific Project (title) 2025 SPAM Resurfacing Project e. Specific Project The work planned for this task order is associated (description): with the City's Street Preservation & Maintenance (SPAM) Program and will include the development of the construction contract for proposed slurry seal improvements for several neighborhood streets. In total, Kimley-Horn will assess approximately 33 streets, identify pavement and concrete flatwork repairs to improve street functionality, develop overall slurry seal quantities and construction cost estimates per street, prepare limited construction drawings and contract documents, assist the City with project advertisement and Contractor selection, and provide construction phase services. f. Related Task Orders Primary task order for this project Supplemented by this Task N/A Order: Superseded by this Task N/A Order: Task Order. EJCDC® E-505, Agreement between Owner and Engineer for Professional Services —Task Order Edition. Copyright° 2020 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 6 2. BASELINE INFORMATION Baseline Information. Owner has furnished the following Specific Project information to Engineer as of the Effective Date of the Task Order. Engineer's scope of services has been developed based on this information. As the Specific Project moves forward, some of the information may change or be refined, and additional information will become known, resulting in the possible need to change, refine, or supplement the scope of services. Specific Project Title: 2025 SPAM Resurfacing Project Type and Size of Facility: Existing neighborhood streets Description of Improvements: Apply slurry seal to existing roadways. Reference scope and fee proposal dated May 16, 2025 for additional improvement information Expected Construction Start: October 2025 Prior Studies, Reports, Plans: N/A Facility Location(s): Rio Vista, Woodbridge, Jonas Wood, and The Village neighborhoods Current Specific Project Budget: $943K (Design and Construction) Funding Sources: Unknown Known Design Standards: City of Schertz, supplemented by Texas Department of Transportation and City of San Antonio Known Specific Project Intent is to apply slurry seal to roadways within neighborhoods listed Limitations: above. Pavement and flatwork improvements will include limited horizontal and no vertical design. Reference scope and fee proposal dated May 16, 2025 for additional items Specific Project Assumptions: Reference scope and fee proposal dated May 16, 2025 for additional items Other Pertinent Information: Reference scope and fee proposal dated May 16, 2025 for additional items Task Order. EJCDC® E-505, Agreement between Owner and Engineer for Professional Services —Task Order Edition. Copyright° 2020 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 2 of 6 3. SERVICES OF ENGINEER ("SCOPE") A. The specific Basic Services to be provided or furnished by Engineer under this Task Order are: ❑ Exhibit A to Task Order, "Engineer's Services for Task Order," as attached to this specific Task Order. [Reference scope and fee proposal dated May 16, 2025 for detailed scope of base and supplemental services.] B. All the services included above comprise Basic Services for purposes of Engineer's compensation under this Task Order, with the exception of Resident Project Representative Services, if any, which are compensated separately. C. Resident Project Representative (RPR) Services: [RPR services excluded from scope of work] 1. If the Scope established in Paragraph 2.A above includes RPR services, then Exhibit D to Task Order is expressly incorporated in this Task Order by reference. D. Additional Services: Services not expressly set forth as Basic Services in Paragraph 3.A above, and necessary services listed as not requiring Owner's written authorization, or requiring additional effort in an immediate, expeditious, or accelerated manner as a result of unanticipated construction events or Specific Project conditions, are Additional Services, and will be compensated by the method indicated for Additional Services in this Task Order. All other Additional Services require mutual agreement and may be authorized by amending the Task Order as set forth in Paragraph 8.05.13.2 of the Main Agreement, with compensation for such other Additional Services as set forth in the amending instrument. 4. DELIVERABLES SCHEDULE A. In submitting required Documents and taking other related actions, Engineer and Owner will comply with Exhibit B to Task Order, attached to this specific Task Order. S. ADDITIONS TO OWNER'S RESPONSIBILITIES A. Owner shall have those responsibilities set forth in Article 2 of the Main Agreement, and the following supplemental responsibilities that are specific to this Task Order: [Reference scope and fee proposal dated May 16, 2025.] 6. TASK ORDER SCHEDULE A. In addition to any schedule provisions provided in Exhibit B or elsewhere; the parties shall meet the following schedule: [Also, Reference scope and fee proposal dated May 16, 2025.] - Field Evaluation and Initial OPCC Development — 60 calendar days - Develop 70% Preservation Plans and Contract Documents — 30 calendar days - Finalize Construction Drawings & Contract Documents —15 calendar days - Bid Phase and Contract Award — 60 calendar days - Construction Phase — Estimated 6 months Task Order. EJCDC® E-505, Agreement between Owner and Engineer for Professional Services —Task Order Edition. Copyright° 2020 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 3 of 6 7. ENGINEER'S COMPENSATION A. The terms of payment are set forth in Article 4 of the Main Agreement. B. Owner shall pay Engineer for services rendered under this Task Order as follows: Task Description of Service Amount Basis of Compensation Street Preservation Projects BASIC SERVICES 1 Project Management $ 17,070.00 [ Lump Sum ] 2 Field Evaluation and Initial OPCC Development $ 72,720.00 [ Lump Sum ] 3 Street Preservation Plans (70% Design) $ 39,350.00 [ Lump Sum ] 4 Final Plans, Contract Documents and Bid Phase Services $ 20,640.00 [ Lump Sum ] 5 Construction Phase Services $ 27,400.00 [ Lump Sum ] 6 Reimbursable Project Expenses $ 2,000.00 [ Lump Sum ] Total Basic Services $ 179,180.00 TOTAL COMPENSATION $ 179,180.00 *Based on a [10]-month continuous design and construction period. C. 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 Subconsultants' 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. 8. ENGINEER'S PRIMARY SUBCONSULTANTS FOR TASK ORDER, AS OF THE EFFECTIVE DATE OF THE TASK ORDER: A. [None] 9. EXHIBITS AND ATTACHMENTS: A. Exhibit A to Task Order —Engineer's scope and fee proposal dated May 16, 2025 Task Order. EJCDC® E-505, Agreement between Owner and Engineer for Professional Services —Task Order Edition. Copyright° 2020 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 4 of 6 Execution of this Task Order by Owner and Engineer makes it subject to the terms and conditions of the Main Agreement and its exhibits and appendices, which Main Agreement, exhibits, and appendices are incorporated by this reference. OWNER- FNGINFFR- By: Print Name: Title: DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: John Nowak, PE Title: Assistant City Eneineer Address: 11 Commercial Place Schertz, TX 78154 By: Print Name: Nicholas F. Holscher, P.E. Title: Vice President Engineer's License or Firm's Certificate No. (if required): State of: Tw-n TBPE Firm No. 928 DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Stephen Aniol, PE Title: Sr. Project Manager Address: 10101 Reunion Place, Suite 400 San Antonio, TX 78216 Task Order. EJCDC® E-505, Agreement between Owner and Engineer for Professional Services —Task Order Edition. Copyright° 2020 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 5 of 6 E-Mail jnowak@schertz.com Address: Phone: 210-619-1825 Date: E-Mail Stephen.aniol@kimley-horn.com Address: Phone: 210-321-3404 Date: May 23, 2025 Task Order. EJCDC® E-505, Agreement between Owner and Engineer for Professional services —Task Order Edition. Copyright° 2020 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 6 of 6 Kimley»>Horn May 16, 2025 John Nowak, PE Assistant City Engineer City of Schertz - Engineering 11 Commercial Place Schertz, Texas 78154 RE: 2025 Roadway Improvements — SPAM Resurfacing Projects Scope and Fee Proposal Dear Mr. Nowak: Kimley-Horn is pleased to submit this scope and fee proposal for professional services for the 2025 Roadway Improvements project, which consists of street resurfacing projects associated with the Street Preservation & Maintenance (SPAM) Program in Rio Vista, Woodbridge, Jonas Wood and The Village neighborhoods. This task order will be performed consistent with the terms and conditions of the On -Call Engineering Services fully executed on March 6, 2025. Our project understanding, scope of services, schedule and fee are presented below. PROJECT UNDERSTANDING Per correspondence between the City and Kimley-Horn, the goal of this project is to use slurry seal to resurface several streets within the City. There are currently 33 confirmed streets planned for slurry seal in the Rio Vista, Woodbridge, The Village, and Jonas Wood neighborhoods, totaling almost 30,000 linear feet or over 5.5 miles. This project will be bid utilizing the Request for Competitive Sealed Proposal (RFCSP) contract method. Kimley-Horn will provide bidding and construction phase administration services to assist the City with overall project support. SCOPE OF SERVICES The slurry seal application will be utilized for street preservation and will include the completion of necessary structural pavement repairs (base repairs) in advance of placement of the seal application. Based on previous experience with street preservation projects and the current condition of streets included in this program, Kimley-Horn anticipates some flatwork (concrete curb, sidewalks, and driveways) will require replacement. Kimley-Horn will complete site visits for all streets to document existing conditions, verify suitability for the use of slurry seal, and obtain field measurements for pavement repairs and flatwork removal/replacement limits. These measurements will be utilized to populate approximate construction cost estimates and develop aerial based schematic drawings to illustrate proposed improvements. Improvements shown on schematics will be approximate with dimensions listed and will provide a general idea of the proposed location. The contractor will be responsible for confirming actual locations with Engineer and City PM prior to construction. The following tasks outline the detailed scope of services to be completed by Kimley-Horn for this project. Also attached to this proposal is a project work plan that details the tasks to be performed and the expected level of effort. kirnley-hom .com Kim epMorn Page 2 Task 1: Project Mana emt�ent 1. Daily project management/design team coordination 2. Monthly financials and project invoicing, based on an estimated 10-month project schedule 3. Internal project kickoff meeting 4. General coordination with City Project Manager Task 2: Field Evaluation and Initial OPCC Development 1. Conduct field evaluation of 33 streets to document existing conditions and obtain field measurements of needed pavement repairs 2. Download site visit photos & documentation 3. Prepare quantity takeoffs for each street to assist with budgeting purposes 4. Develop Opinion of Probable Construction Cost (OPCC) for each street 5. Develop pavement repair exhibits • Exhibits will be aerial schematic based at 11" x 17" plan and V to 50' scale. Pavement repair and necessary flatwork replacement limits and dimensions will be included. 6. QA/QC repair areas and OPCC for each street 7. Prepare submittal package of draft repair exhibits and OPCCs and submit to City 8. Conduct site visits with City Project Manager to review recommended pavement and concrete repairs Task 3: Street Preservation Plans (70% Desicin). 1. Conduct site visits to finalize repair areas. Will include review of City comments. 2. Finalize schematic exhibits for pavement and concrete repairs 3. Finalize quantities and OPCC for each street 4. Develop cover sheet/index of sheets 5. Develop general and supplemental notes sheets for preservation projects • The intent of this task is to utilize notes completed under the 2024 SPAM Resurfacing Projects and make minor adjustments to fit this proposed contract. 6. Develop master quantity summary sheet 7. Develop subdivision street list and location sheets (4 subdivisions) 8. Develop individual subdivision quantity summary sheets (4 subdivisions) 9. Develop base repair details and sheets 10. Incorporate relevant construction details and standards 11. Internal QC/QA 70% submittal 12. Prepare 70% submittal package to include plans and specifications and submit to the City for review Task 4: Final Plans and Bid Phase Services 1. Finalize plans and specifications addressing the City's final comments • It is assumed that comments will be limited to the general notes, subdivision maps, quantity sheets and construction standards. Pavement repair schematics and quantities will be finalized at the conclusion of the 70% design phase 2. Coordinate with Purchasing Department for contract development 3. Prepare table of contents and invitation to bidders document 4. Prepare bid schedule 5. Prepare supplement conditions (includes governing specs, special specs, supplemental specs & special provisions) Kimley»>Horn 6. Prepare Owner and Contractor agreement 7. Assemble contract documents & specifications 8. Assist City with project advertising 9. Prepare agenda and attend pre -bid meeting 10. Prepare pre -bid meeting notes 11. Prepare and issue addenda 12. Attend bid opening 13. Review Contractor qualifications and evaluate submitted bids 14. Prepare bid tabulation and low bid comparison with Engineer's OPCC 15. Assist City with bid negotiations as needed 16. Prepare contract award recommendation letter Task 5: Construction Phase Services_ 1. Attend pre -construction meeting 2. Material submittal reviews 3. Mark pavement repairs 4. Conduct construction site visits (est. 6 months, two x monthly) 5. Review and respond to Contractor change order proposal (est. 2 proposals) Task 6: Reimbursable Protect Exnens_es 1. Field review & design/construction site visits* 2. Marking paint and measuring equipment (design phase) *Mileage to be reimbursed based on the 2025 standard business mileage rate of 70 cents per mile. ASSUMPTIONS AND EXCLUSIONS Page 3 The following items list assumptions made and exclusions that serve as a basis for development of the above -mentioned scope of work and proposed fee included in the attached project work plan: ASSUMPTIONS • TxDOT permits will not be required for this project. • Contractor will provide necessary SWPPP and TCP design drawings, if required by a permitting agency • Material testing and inspection services will be completed by the City. • A total project schedule of 10 months is anticipated, inclusive of a 6-month construction schedule. • RFI responses for preservation operations will be coordinated during bi-weekly site visits. • Repair areas for preservation schematics will be finalized during the 70% design phase. EXCLUSIONS The following tasks have been excluded from the basic scope of services and requested design fee but can be completed by Kimley-Horn as an additional service should the City need that service. • Data collection • Detailed design drawings. It is assumed that any necessary repairs will be coordinated with the City and the Contractor during construction. In the event substantial repairs are required, Kimley- Horn will notify the City for further direction. • Design milestones in addition to what is proposed for this project • Additional round of comments to what is specified. Kimley>>> Horn Page 4 • 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) • Any other services not listed in the basic scope of services or project work plan. Relating to construction phase services, Kimley-Horn will make site visits in accordance with proposed basic scope of work 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. 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 or 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 with an emphasis on the City's desirable construction period. Kimley-Horn will also coordinate with the City to determine an approximate bid date. Kimley-Hom estimates the total duration for field effort and completion of design phase to be approximately 4 months. Construction phase services proposed are based on durations identified in the Assumptions section above. Per previous coordination with the City, daily coordination with the Contractor will be handled internally by City staff, so the expected services Kimley-Horn will provide during the construction phase are limited to the scope outlined above. Should construction exceed the identified durations due to conditions beyond our control, Kimley-Horn will coordinate with the City to develop a path forward and submit any necessary additional service proposals to continue to support the City during the construction phase. FEE AND BILLING In accordance with the below fee summary table, Kimley-Horn will perform the above outlined scope of services, including project expenses, for a lump sum fee not to exceed $179,180. As noted above, a project work plan is included with this proposal, documenting the proposed tasks to be completed and the planned level of effort. Kimley»>Horn Page 5 Task Description of Service Amount Basis of Compensation Street Preservation Projects BASIC SERVICES 1 Project Management $ 17,070.00 [ Lump Sum ] 2 Field Evaluation and Initial OPCC Development $ 72,720.00 [ Lump Sum ] 3 Street Preservation Plans (70% Design) $ 39,350.00 [ Lump Sum ] 4 Final Plans, Contract Documents and Bid Phase Services $ 20,640.00 [ Lump Sum ] 5 Construction Phase Services $ 27,400.00 [ Lump Sum ] 6 Reimbursable Project Expenses $ 2,000.00 [ Lump Sum ] Total (Basic Services) $ 179,180.00 _ TOTAL COMPENSATION $ 179,180.00 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. We appreciate the opportunity to be of service to the City and look forward to successfully completing this project for you. Please don't hesitate to contact me at or (210) 321-3404 should you have any questions on the proposed scope and fee. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. TBPE# 928 By: Step en J. ini, P.E. Senior Project Manager Attachments 1 — Project Work Plan 2 — Project Location Maps Cc: Chance Dyess, PE m m w ATTACHMENT 2 PROJECT LOCATION MAP Rio Vista �.40 � L Woodbridge I 7517 =A A Awl At 40 ft •IF -MIS r The Village wn ATTACHMENT 2 PROJECT LOCATION MAP CITY OF SCHERTZ CAPITAL IMPROVEMENT PROJECT SHEET Project Type: ITransportation Project COde:O Project Title: 2025 SPAM Projects Project Manager: Engineering Location Description: lVarious subdivisions and streets in the City Project Summary: Start Date: Completion Date: Project Forecast Some of the streets in the project area will be resurfaced, while others will be rehabiliatated. The streets getting resurfaced will receive either a slurry seal or a mill and overlay, depending on the usage of the street. Lower volume local streets will get a slurry seal, while higher volume streets (collectors and arterials) like Bell North and Wiederstein Rd between Schertz Parkway and FM 3009, will receive a mill and overlay. A slurry seal is a thick layer of sand/oil mixture spread onto the surface of the street. This is to preserve the streets and increase the street's Pavement Condition Index to a high score. A mill and overlay involves grinding off part of the apshalt surface and adding a new layer of asphalt to the surface. Some of the local streets in the project are in poorer conditon and require more work than just a slurry seal. Those streets will be rehabiliatated. Rehabilitation is removing the existing asphalt, stabilizing the base underneath, and adding a new asphalt layer on top. Areas include: Rio Vists, The Village, Jonas Woods, Woodbridge, adn Woodland Oaks subdivisions; Verde Enterprise Parkway, Mid Cities Parkway, Corridor Loop Road, Bell North, Baugh Lane, Four Oaks Lane, and Wiederstein Road !Schertz Parkway to FM Spring 2025 Falt 2025 Original Project Sheet from FY 24-25 CIP Prior Appropriation 2023-24 2024-25 2025-26 2026-27 2027-28 2028-33 Total Cost Funding Source Bonds $ $ - $ 3,962,000 $ - $ - $ - $ - $ 3,962,000 Total Funding Source $ $ $ 3,962,000 $ $ $ $ $ 3,962,000 Expenditure Land Purchase $ $ $ - $ $ $ $ $ - Professional Services $ $ $ 396,200 $ $ - $ $ $ 396,200 Construction $ $ $ 3,565,800 $ $ $ $ $ 3,565,800 Total Expenditure $ $ $ 3,962,000 $ $ $ $ $ 3,962,000 CITY OF SCHERTZ 162 CITY OF SCHERTZ CAPITAL IMPROVEMENT PROJECT SHEET Project Type: ITransportation Project Code: Project Title: Project Manager: Location Description: Project Summary: 2025 SPAM Projects Resurfacing Engineering Various subdivisions and streets in the City Application of a slurry seal to the surface of various streets. A slurry seal is a thick layer of sand/oil mixture spread onto the surface of the street. This is to preserve the streets and increase the street's Pavement Condition Index to a high score. Areas include Rio Vista, The Village, and Woodbridge Subdivisions. Jonas Woods is also in the project and will have prep work done and possibly some slurry seal as the budget allows (to be determined after bidding). Start Date: 1Spr1n92025 Summer 2025 Completion Date: JFaU2025 Spring 2026 Project Forecast Funding Source Street Bonds General Fund Total Funding Source Expenditure Land Purchase Professional Services Construction Total Expenditure CITY OF SCFIERTZ Resolution 25-R-072 Updated Project Sheet Prior Appropriation 2023-24 2024-25 2025-26 2026-27 2027-28 2028-33 Total Cost $ $ $ 632,231 $ $ $ $ $ 632,231 $ $ $ 650,000 $ $ $ $ $ 650,000 $ $ $ 1,282,231 $ $ $ $ $ 1,282,231 $ $ $ 197,000 $ $ $ $ $ 197,000 $ $ $ 1,085,231 $ $ _ $ $ $ 1,085,231 $ $ $ 1,282,231 $ $ $ $ $ 1,282,231 The remainder of original funding for this 2025 SPAM project was previously reallocated to other projects. i • 0 0 a 0 162 CITY OF SCHERTZ CAPITAL IMPROVEMENT PROJECT SHEET Project Type: Transportation Project Code: l� Project Title: 2025 SPAM Projects Location: Original Project Sheet from FY 24-25 CIP I In, pn d.1 Is ra nlanatinnel purposes aM may W have hmn pmpand I., nr ba —1.ua fnr legal, engmeenng. ar survsyng pugi.>x+ 11 dues rot represent an an-tne-grand survey and repr—nls only 0. oppraxinete relative 1QGM n ul property boundaries. o Schertz City Limits SCherta ETJ .x ` �. F �" R'l {;����''+F-•�`�.. �� "1 �5rw � , is{= k{{jj� j�. �� f r.L "iaq!s � a-z:�.i Gn ♦.t Z L � J` ���..1 �'•�J" •. yY r �:. as a[`- -' v •1 w y 4' s I'M 78 W �l i+ w yp c YAiJr, r !" is ti 0 1,000 2,000 4,000 6,000 Feet I I 1 I I 1 I I I I I I I f A CITY OF SCHERTZ REST OF SPAM 2025 SCHIERTZ COMMUNITY* SERVICE* OPPORTUNITY n � 166 CITY OF SCHERTZ CAPITAL IMPROVEMENT PROJECT SHEET 4� Project Type: ITransportation I Project Code: 01 Project Title., 12025 SPAM Projects I Location: li,is pndu ,h, fa nUnrtnntinnal pulp— and may not rw-n.m p,.p.,,,d k,, or Ni— ON. ft. 1,W1, engineering w surveying pirpt—s- It does not represent on on -me -ground —y and nipr—only die .pp—iniat. teliotm. 1—iton of Property bi,.nd.— t � 1. �V Resolution 25-R-072 Updated Project Sheet ❑ Schertz City Limits Q C'I Schertz ETJ � . . . . . . . . ... 0 or4 6 j It F=Q Olt A 4: L 4 4 C, 0 1,000 2,000 4,000 6,000 Feel I I I I I I I I I I I I I N A CITY OF SCHERTZ REST OF SPAM 2025 SUCH IERTL COMMUNITY* SERVICE* OPPORTUNITY Streets removed from project will be added to a future SPAM project. 166