Loading...
25-R-076 Kimley-Horn Kramer Farm Subdivision Rehabilitation ProjectRESOLUTION 25-R-076 A RESOLUTION BY THE CITY COUNCIL SCHERTZ, TEXAS AUTHORIZING A AGREEMENT WITH KIMLEY-HORN AND OF THE CITY OF TASK ORDER ASSOCIATES, INC. FOR PROFESSIONAL ENGINEERING -RELATED SERVICES FOR THE DESIGN OF THE WESTERN PORTION OF THE KRAMER FARM SUBDIVISION REHABILITATION 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 Kramer Farm Subdivision Rehabilitation 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 Kramer Farm Subdivision Rehabilitation 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 $173,350, and a total not -to -exceed amount of $191,000. Section 2. The City Council hereby amends the Comprehensive Capital Improvement Plan Project Sheet for the project to reflect the increased amount for professional services and include an increased budget for construction and overall contingency. 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resolutions, or parts thereof, which are in conflict or inconsistent with any provision of this Resolution are hereby repealed to the extent of such conflict, and the provisions of this Resolution shall be and remain controlling as to the matters resolved herein.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 I day of , 2025. r ■ �Flier,4, A ST. Sheila Edmondso , City Secretary EXHIBIT A TASK ORDER AGREEMENT TASK ORDER NO. [ 05 ] This is Task Order No. [ 05 ], consisting of 20 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 Rehabilitation Project The work planned for this task order is associated e. Specific Project (description): with the City's Street Preservation & Maintenance (SPAM) Program and will include the development of the construction contract for street rehabilitation projects. In total, Kimley-Horn will assess approximately 7 streets, identify pavement and concrete flatwork repairs to improve street functionality, develop overall rehabilitation 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 Rehabilitation Project Type and Size of Facility: Existing neighborhood streets Description of Improvements: Rehabilitate existing roadways including Red Barn Run, Wagon Wheel, Tractor Pass, Planters Pass, Rooster Run, Cotton Patch, and Silo Street. Expected Construction Start: December 2025 Prior Studies, Reports, Plans: N/A Facility Location(s): Kramer Farms subdivision Current Specific Project Budget: $1.4M (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 rehabilitate most roadways within subdivision. Limitations: Rehabilitation limits 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.] 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.B.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, Initial OPCC Development, and Data Collection — 60 calendar days - Develop 70% Plans and Construction 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 Rehabilitation Projects BASIC SERVICES 1 Project Management $ 13,910.00 1 [ Lump Sum ] 2 Geotechnical Engineering Services $ 42,700.00 [ Lump Sum j 3 7ield Evaluation, and Initial OPCC Development $ 51,820.00 [ Lump Sum j 4 Street Rehabilitation Plans (70% Design) $ 24,870.00 [ Lump Sum ] 5 Final Plans and. Specifications, Bid Phase services $ 18,340.00 [ Lump Sum j 6 Construction Phase Services $ 20,960.00 [ Lump Sum j 7 Reimbursable Project Expenses $ 750.00 [ Lump Sum ] Total Basic Services $ 173,350.00 TOTAL COMPENSATION $ 173,350.00 *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. [HVJ South Central Texas M&J, Inc. —Geotechnical Engineering] 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: ENGINEER: By: Print Name: Title: DESIGNATED REPRESENTATIVE FOR TASK ORDER Name: John Nowak, PE By: Print Name: Nicholas F. Holscher, P.E. Title: Vice President Engineer's License or Firm's Certificate No. (if required): State of: Texas TBPE Firm No. 928 DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: Steohen Aniol. PE Title: Assistant City Engineer Title: Sr. Project Manager Address: 11 Commercial Place Address: 10101 Reunion Place, Suite 400 Schertz, TX 78154 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: Date: 210-619-1825 E-Mail ephen.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 Rehabilitation 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 rehabilitation projects in the Kramer Farms neighborhood associated with the Street Preservation & Maintenance (SPAM) Program. This task order will be performed consistent with the terms and conditions of the On -Call Engineering Services contract 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 rehabilitate the existing pavement section for each street using either cement or asphalt emulsion. There are currently 7 confirmed streets planned for street rehabilitation in the Kramer Farms neighborhood (listed under Task 3 of the Scope of Services), totaling over 6,600 linear feet or approximately 1.25 miles. The remaining streets in this neighborhood will be rehabilitated as part of a separate contract. 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 street rehabilitation application is utilized for streets in poor condition, beyond what base repairs, slurry seal, or microsurfacing could resolve. The existing pavement will be recycled and mixed with cement or emulsion, recompacted and graded to drain, and a new surface course installed. Soil borings and pavement cores will be obtained by a geotechnical engineer as a sub -consultant to Kimley-Horn. The soil borings will identify site specific characteristics of the existing pavement and soils and confirm subgrade suitability for rehabilitation. The pavement cores will confirm the existing pavement section depth and characteristics and that there is suitable material in place to perform the necessary mixing application. The geotechnical engineer will confirm the appropriate material to mix with the existing pavement section and the ratio of material. It is assumed that either cement or emulsion will be utilized as the mixing material. Based on previous experience with street rehabilitation projects and the current condition of streets included in this neighborhood, 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 rehabilitation, and obtain field measurements for pavement reconstruction 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. Kimley»>Horn Page 2 Improvements shown in the 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. A limited set of construction drawings will be developed to convey project limits, repair locations, quantities and proposed improvements. 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. Task 1: Proiect Management 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: Geotechnical Engineering Services 1. Geotechnical Engineering Services (HVJ) • Field exploration including boring and pavement cores. o Ten (10) geotechnical borings o Twelve (12) pavement cores • Laboratory testing • Develop geotechnical engineering report 2. Subcontract management 3. Coordinate pavement boring, coring plan, and drilling operations 4. Review boring logs and draft engineering report Task 3: Field Evaluation and Initial OPCC Development The following streets are considered for street rehabilitation: Street From I To Length (ft) Red Barn Run Tractor Pass Rooster Run 1,200 Wagon Wheel Tractor Pass Rooster Run 1,050 Tractor Pass Red Barn Run Rooster Run 1,470 Planters Pass Tractor Pass Fields Way 220 Rooster Run Red Barn Run Randolph Avenue 1 620 Cotton Patch Fields Way Hitch Road j 1,050 Silo Street Fields Way Hitch Road 1,050 *Remaining Kramer Farms streets will be rehabilitated as part of a separate contract. 1. Conduct site visits to review the existing condition of streets and identify improvements required to improve gutter line profile • 7 rehab streets for a total of 18 sheets at 50 scale • Improvements may include concrete curb, sidewalk driveway replacement, valve box and manhole adjustments, topsoil and sodding, and irrigation head adjustment 2. Download site visit photos & field work documentation 3. Prepare quantity takeoffs for each street to assist with budgeting purposes 4. Develop OPCC for each street kimle-horn.com Kim ey>>)Horn Page 5. Develop plan view aerial schematics that illustrate recommended improvements 6. QA/QC schematics and OPCC for each street 7. Prepare submittal package of draft schematics and OPCCs and submit to City 8. Conduct site visits with City Project Manager to review recommended improvements Task 4: Street Rehabilitation Plans and Contract Documents 1. Finalize schematics including addressing City comments 2. Finalize quantities and OPCC for each street 3. Develop cover sheet/index of sheets 4. Develop general and supplemental notes sheets for rehabilitation projects • Construction notes from the previous rehabilitation program will be utilized as a starting point. Kimley-Horn will review and recommend necessary edits. 5. Develop master quantity summary sheet 6. Develop street list and location sheet 7. Develop rehabilitation details and sheets 8. Incorporate relevant construction standards and details 9. QC/QA 70% submittal 10. Prepare 70% submittal package to include plans and specifications and submit to the City for review Task 5: Final Plans and Bid Phase Services 1. Finalize plans and specifications addressing the City's final comments 2. Coordination 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) 6. Prepare Owner and Contractor agreement 7. Assemble contract documents & specifications 8. Finalize contract documents package 9. Assist City with project advertising 10. Prepare agenda and attend pre -bid meeting 11. Prepare pre -bid meeting notes 12. Prepare and issue addenda 13. Attend bid opening 14. Review Contractor qualifications and evaluate submitted bids 15. Prepare bid tabulation and low bid comparison with Engineer's OPCC 16. Assist City with bid negotiations as needed 17. Prepare contract award recommendation letter Task 6: Construction Phase Services 1. Attend pre -construction meeting 2. Material submittal reviews 3. Conduct construction site visits (est. 6 months, two x monthly) 4. Review and respond to Contractor change order proposal (est. 2 proposals) Kim eyO Horn Page 4 Task 7: Reimbursable Project Expenses 1. Field review & design/construction site visits* *Mileage to be reimbursed based on the 2025 standard business mileage rate of 70 cents per mile. ASSUMPTIONS AND EXCLUSIONS 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 rehabilitation operations will be coordinated during bi-weekly site visits • Repair areas for rehabilitation 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 not including geotechnical engineering services noted in base scope of services • 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 • 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. kim ley -horn. com Kimley»>Horn SCHEDULE Page 5 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-Horn estimates the total duration for the 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 subconsultant services and project expenses, for a lump sum fee not to exceed $173,350. As noted above, a project work plan is included with this proposal, documenting the proposed tasks to be completed and planned level of effort. Task Description of Service Amount Street Rehabilitation Projects Basis of Compensation BASIC SERVICES 1 Project Management $ 13,910.00 [ Lump Sum ] 2 Geotechnical Engineering Services $ 42,700.00 [ Lump Sum ] 3 Field Evaluation and Initial OPCC Development $ 51,820.00 [ Lump Sum ] 4 Street Rehabilitation Plans (70% Design) $ 24,870.00 $ 18,340.00 $ 20,960.00 [ Lump Sum ] [ Lump Sum ] [ Lump Sum ] 5 Final Plans and Specifications, Bid Phase Services 6 Construction Phase Services 7 Reimbursable Project Expenses $ 750.00 [ Lump Sum ] Total (Basic Services). $ 173,350.00 TOTAL COMPENSATION $ 173,350.00 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. 10101 Reunion Place, Suite 400, San Antonio, TX 78216 Kimley»>Horn Page 6 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 stephviol(i)kimley-horn.coii 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. Aniol, P.E. Senior Project Manager Attachments 1 — Project Work Plan 2 — Project Location Map 3 — Geotechnical Engineering Proposal (Subconsultant) 10101 Reunion Place, Suite 400, San Antonio, TX 78216 210 541 9166 CITY OF SCHERTZ FeelPrice Pmpossl Breaktlown ror Probssionel Ssrvims rM Rsx 2025 Roadway Improvements - Street Rehabilitation Projects Kimley4lom arid Associates, Inc. ra. &rbm 5M62025 C eof Seherrz ro M John Nowak, PE Chance Dyeaa, PE ATTACHMENT PROJECT WORK PLAN Posibm onlPernne le QAIQC Manager plgJ Manager gY11 EngNeer Stan Engineer 11 Deelgn Technician Aeeounferd --aConsultanlFes Tote) SubLotuuMaW Fee TaW Pee Total Contract Approved Rates s 305.00 s moo s 1gam $ imuo s 1p600 3 16000 s 11600 a maM SOA BA.4lC SERMES, 1 mnt 8 3T 0 9 1 a Q ; 13 g10.p0 S i T] a10.tq 1.1 Dai ararc ream rdnWv^. llnvo'e" t0 4 12 MOMM Fe�rweb nnde�'ed Fat aMbrlha! 8 8 8 24 5 4240.m 1.3 IMemal ^' eeli 1 3 1 1 1 zum 1.4 General Caurdme fth CA R='ed Ma- e 4 16 49m00 2 ^---i1nlwli Pnqplrumering Sarvlcee 7 12 a 7 Q O 8 23 5 4735.00 $ 37.955.00 $ R0.T00.00 .1 Geatec i (cement _ 22 SubcoMrad Man 1 a 34 .m 2.3 Comdirute faveme:e aodm CueRRm end Milk 0 .agars 3 3 0 1. 24 Review Bonm Laus and Draft EMinasnng Re d 4 g 10 $ 26m.m S Field Evaluation and Initial OPCC 2221mment 20 55 2D 11a 105. p p 322 t 511120dIQ y S 5f 20.00 3.1 Site V its to Review Streets' Rehab Streets 18 Sheets el 50 Scale 20 rA so 32 Download SAe Vsft Photw 6 Dowmentatiw B 8 t 3.3 Q..ddy Tskeaif rtrreet 8 24 32 s 54AO.m 3.4 Develo OPCC rStr.et 1 4 16 21 3625.m 3.5 Devel Ran Kew Aedal Schematics 24 40 80 144 19920.m 3.8 QNQC Schematics end OPCC r Street 12 12 .m 3.7 I afl S-daa era ❑PCCs Submittal to C 2M24 4 1 $ 1 3.8 SR. Vita wgh CA Pro' l Marm er to Review Im -Ms 3 6 15 $ 3195.DD 4 Street Rehabilitation Plans Des n It 24 a1 6 Q 162 >< 2l.a7Q 00 i i 2 "0.OQ 4.1 Finaf .Schematic 42 Fina ize uniMes anti OPCC r eel B 32 4.3 0evel Cover Staietandex o(Sheals 2 3 350.mver and ntal Notes Stets fr ehabili�aonPr 'e ds 1 2 S 17 2 505.m4.5 Dever MasterQwn' Summa Sheet 1 2 .m 4.6 Dever 5[red LislaM Location Sheet 1 4 7 S .m4.7 Deveio Rehabilitation Derells end Sheers 1 2 10 21 3015.00 4.8 4.9 In orate Relevant Corstruction Details and Stapd.nI. QC/QA 70% Submittal 1 1 2 2 5 $ 40.00 4 4 1 .m 4.10 70%Subm Mal 1 2 a 4 11 1.785.00 5 Final Plans ands ns, Bid Phase Services a 3b a 47 12 0 10 lie S 1E,94QA0 t y 76,3/0.m 5.1 F-las Plare.M Seca 2 6 1 32 52 Caominat- wAh Pumlmsi De .a -t far Contad Dever ment 2 2 460.DD 5.3 P are Table of Caderds and InvAatlon to Bidders D..-" T 2 3 .m 5.4 P are Bid SchedU, 1 3 4 5.5 Prepare-pplement Conditions (Includes Governing Specs, Speaal Specs, Pp specs 8 5 sl Provisions 2 4 8 14 $ 730.00 1.6 P re Owrer Com ecw n�saons 1 1 s MD.m 5.7 Assemble COMred Documents S 5 7 2 6 fi 9 $ 1665.m fi-9 Aasiy Cay wkh Adana 2 CITY OF SCHERTZ FaelP— Proposal nre.Y m for Prorauionel S—, klc4.d e;2025 Roadway Improvements - Street Rehabilitation Projects :Kimley-Horn and Associates, Ir s mm 511ar2 25 a P M er. Jahn Nowak PE Charwe Dyess, PE ATTACHMENT PROJECT WORK PLAN � • ,.:, • . � �or!lra��jjjjjjjjjjjjj!l����r�� ®ram• o©�o��ilm![��� ■cam • - ��lo�o�oi���a® era - �o�00000�ra�a� Attachment 2 Project Location Map 1 04 IN April 11, 2025 Mr. Stephen Aniol, P.E. Kimley-Horn and Associates, Inc. 10101 Reunion Place, Suite 400 San Antonio, TX 78216 Re: Geotechnical Site Investigation City of Schertz 2025 SPAM Rehabilitation Schertz, Texas. Owner: City of Schertz HVJ Proposal No. SGT 241077.1 Dear Mr. Aniol, 4201 Freidrich Lane, Suite 110 Austin, Texas 78744 512 447.9081 Ph 512.443.3442 Fax www.hvj.com ATTACHMENT 3 SUBCONSULTANT PROPOSAL 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 rehabilitation (reconstruction) of various streets in Kramer Farms subdivision in Schertz, Texas. The streets are Red Barn Run, Wagon Wheel, Tractor Pass, Rooster Run, Fields Way, Planters Pass, Cotton Patch, Silo Street, Hitch Road, and Kramer Parkway. Based on the information provided by Kimley-Horn, all the streets are classified as local streets with no bus traffic, and both Full Depth Reclamation (FDR) and Partial Depth Reclamation (PDR) options are being considered. This proposal will encompass a geotechnical engineering study to aid in the development of pavement design for the above referenced streets. Pavement Design HVJSCTx will perform a geotechnical investigation. Utilizing the subsurface and laboratory information from that study, HVJSCTx will design two HMAC pavement section alternatives including subgrade stabilization (if necessary) to achieve a 20-year design life. The reconstruction HMAC cross section design alternatives to be analyzed include the following: 1) New flexible pavement section with HMAC surface, 2) A full depth reclamation recommendation using either cement or emulsion treated base. HVJSCTx will estimate the 20-year equivalent single axle wheel loads (ESALs) based on discussions with Kimley-Horn and City operations staff If City of Schertz does not have any guidelines, the ESAL and design values will be considered from Appendix 10-A City of San Antonio Pavement Design Standards based on the provided street classifications. The flexible pavement designs and HMAC overlay designs will be developed using the AASHTO 1993 Pavement Design software, DARWin — Design and Rehabilitation in Windows. Office operated by HVJ South Central Texas — M&J, Inc., a proud independently owned and operated HVJ Associates® franchisee Mr. Stephen Aniol, P.E. City of Schertz 2025 SPAM Rehabilitation April 11, 2025 SGT 24 1077.1 The pavement design report will include the following: • Flexible pavement thickness design recommendations: o Two (2) alternative sections for reconstruction ■ One (1) full depth asphalt section ■ One (1) surface hot mix with full flex, or half flex/half asphalt o Recommendations and application rate for both cement and emulsion treatment. Subgrade stabilization, if determined necessary will be recommended by the Geotechnical Engineer based on PVR calculations and lime series testing. 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. HVJSCTx proposes that the exploration will consist of 10 borings each to a depth of 10-feet below the existing grades totaling 100 lineal feet (LF). Each location will be cored prior to drilling. 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 conditions are encountered during drilling activities, the boring depths may be adjusted. 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. In addition to geotechnical borings, HVJSCTx proposes 12 pavement coring to be performed on existing pavement to determine the existing pavement sections. Falling -Weight Deflectometer (FWD) testing. The subsurface layer stiffnesses will be measured by collection of surface deflections at several distances from a standard load. The collection device is trailer -mounted and stops for approximately one minute for each point. Traffic control is not expected to be needed for FWD, as the test locations are the same as for curbside parking. • Laboratory Tests: Laboratory index tests will be performed on select soil samples recovered from the test borings. The index tests will include moisture content, Atterberg limits, minus 200 sieve, and Sulfate content determination. 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 Mr. Stephen Amol, P.E. City of Schertz 2025 SPAM Rehabilitation April 11, 2025 SGT 241077.1 from different borings/will be collected from unpaved areas near vicinity of the borings) and pH -Lime 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 Data Report. The report will be prepared by an engineer specializing in soil mechanics after reviewing available boring and laboratory data. 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, and • Pavement Design Report (prepared by specialized pavement engineer). 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. • HVJSCTx will coordinate with traffic control subcontractor to provide traffic control equipment set up during drilling and coring. • Fees for Right-of-way permits will be waived. • Kitnley-Horn will provide an electronic site plan to develop a Plan of Borings. • As -built drawings and/or underground drainage locations available to Kimley-Horn at the time of borings and will be provided to HVJSCTx prior to marking boring locations. • HVJSCTx will prepare two alternative flexible pavement reconstruction designs with HMAC surface. Additional design sections will be considered additional services. • City of Schertz standard construction specifications will be assumed and HVJSCTx is not providing nor writing any construction specifications, special specifications, or special provisions. HVJSCTx is not providing any AutoCAD drawings or cost estimates, or life cycle costs. • No travel for site meetings or conferences are included and it is assumed that all communications can be via telephone conference calls or emails. • No bid & Award Phase or Construction Phase Services are included in the estimate. Fee Based on the scope of work outlined, a Lump Sum fee of�is proposed. A breakdown of the fee is included at the end of this proposal. Should the project configuration change significantly, Mr. Stephen Aniol, P.E. City of Schertz 2025 SPAM Rehabilitation April 11, 2025 SGT 24 1077.1 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 two (2) weeks after receiving notice to proceed. Laboratory testing, evaluation of test results, engineering analyses and report preparation will take approximately five (5) to seven (7) weeks after completion of the fieldwork. Work schedule may be altered if inclement weather occurs for an extended period of time. Sample Retainage Soil samples will be retained in our laboratory for 30 days after the geotechnical investigation. Insurance Insurance certificates verifying HVJSCTx's general liability, auto, worker compensation, and errors and omissions insurance coverage will be provided upon request. Invoices Invoices will be submitted at the end of each month based on the work completed. Our credit terms are 30-day net. 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. ?Lov X�4za" Golam Kibria, Ph.D., PE Office Manager — San Antonio/Senior Geotechnical Engineer GK/mm Agreed to this day of , 20 By: Title: Firm: Date to Start Work: Mr. Stephen Aniol, P.E. City of Schertz 2025 SPAM Rehabilitation April 11, 2025 SGT 24 1077.1 Geotechnical Investigation City ofSchertz 2025 SPAM Rehabilitation xvJ South Central Texas M&J, Inc. xvJ SCTx Proposal No. SGT 241077.1 Geotechnical Field Inves ' ation - Drilling and Soil Sampli & Sampling - Soil Drilling in SSoils/Bentonite standby time Asphalt Cold Mix arance, permit Coordination Traffic Control [Sup_port Truck Laboratory Testing - Standard Moisture Content Atterberg Limits A #200 Sieve nalysis ICalifornia Bearing, Ratio (CBR) Lime -pH Series(Tex-121-E) Sulfate Geotechnical Engineering & Reporting Project Manager Professional En eer III Engineer In Training I lAdministrative Assistant III `Pavement Design Services Pro ect Mana r Professional Engineer III �En neer In Training I Administrative Assistant III iFalhng Weight Deflector eter (FWD 1 @ $600.00 1 jpermobilization _ $600.00 100 @ $30.00- per foot $3,000.00 100= [t7 $6.00 ; erp foot $600.00 2€ @ $180.00 Viper hour $360.00 40 hr -'ii $85.00 "per hour $3,400.00 1101 ;u $12.00 perinch_ _ $1,320.00� 22i @ $40.00 each $880.00 8 hr @ $85.00 per _ $6_80.00 4 @ $1,500.00 _ iper day_ $6,000.00 4 $100.00 each $400.00 Sub Total, $17,240.00 20 @ $20.00 each $400.00 201 @ $75.00 ,each $1,500.00 20` a; $55.00 each $1,100.00 1 @ $450.00 each $450_00 jl 1 @ $150.00 ;each $150.00 4j @ $70.00 each $280.00 Sub Total; $3,880.00 2 i hr @ $185 00 hr, $370.00 6; hr @ $140.00 hr $840.00 10 hr @ $115.00 'hr $1,150.0_0 r 1 hr @ _e__-_ $50.00 hr _ $50.00 Sub-Total$2,410.00 16` hr u $185.00 hr $2,960.00 38 hr $140.00 hr $5,320.00 17j ht@ $115.00 hr $1,955.00 4? hr @ $50.00 ;ihr $200.00 Sub -Total $10,435.00 i 1. @ 54,000.00 each $4,000.00 TOTAL $37,965.00 CITY OF SCH ERTZ CAPITAL IMPROVEMENT PROJECT SHEET Project Type: Transportation Project Code: Project Title: Kramer Farm subdivision rehabilitation Project Manager: Engineering Location Description: JKramerFarms Subdivision Project Summary: The streets in the subdivision will be rehabilitated. Rehabilitation is removing the existing asphalt, stabilizing the base underneath, and adding a new asphalt layer on top. Start Date: Completion Date: Project Forecast Funding Source Bonds Total Funding Source Expenditure Land Purchase Professional Services Construction Total Expenditure CITY OF SCHERTZ Jan-25 Original Project Sheet from Winter2025 FY 24-25 CIP Prior Appropriation 2023-24 2024-25 2025-26 2026-27 2027-28 2028.33 Total Cost $ $ - $ 1,395,062 $ - $ - $ - $ - $ 1,395,062 $ $ $ 1,395,062 $ $ $ $ $ 1,395,062 $ $ $ 139,500 $ $ $ $ $ 139,500 $ - $ $ 1,255,562 $ - $ $ $ _ - $ 1,255,562 $ $ $ 1,395,062 $ $ $ $ $ 1,395,062 167 CITY OF SCHERTZ CAPITAL IMPROVEMENT PROJECT SHEET Project Type: Transportation _� Project Code: Project Title: I Kramer Farm subdivision rehabilitation Location: I h,s p1p0u4911 for IIIWII ..o purposes erid mey MI ". been pp—d rW a be uftblo fW logaf, engin .g. W wrveyirg purposes. It does eol r�W-"' an ornM"—d Survey and rapreserx5 urey d,e appronmete relative I c bw of property baaldodes. 0 250 500 1,000 1,500 Feet I I 1 1 I I I 1 I I I 1 I — , " A CITY OF SCHERTZ Original Project Sheet from FY 24-25 C I P KRAMER FARM REHABILITATION Q Schertz City Limits TI Schertz ETJ SCHIERTZ COMMUNITY* SERVICE* OPPORTUNITY W. CITY OF SCHERTZ CAPITAL IMPROVEMENT PROJECT SHEET Project Type: Transportation Project Code: Project Title: I Kramer Farm subdivision rehabilitation Project Manager: Engineering Location Description: Kramer Farms Subdivision Project Summary: The streets in the subdivision will be rehabilitated. Rehabilitation is removing the existing asphalt, stabilizing the base underneath, and adding a new asphalt layer on top. Streets within subdivision to be rehabilitated include Red Barn Run, Wagon Wheel, Tractor Pass, Rooster Run between Red Barn & Randolph, and Planters Pass between Red Barn & Tractor Pass. Streets not completed with this effort will be added to a future SPAM project. Start Date: Jan-25 Summer2025 Resolution 25-R-076 Completion Date: Winter2025 Spring2026 Updated Project Sheet Project Forecast Prior Appropriation 2023-24 2024-25 2025-26 2026-27 2027-28 2028-33 Total Cost Funding Source Bonds $ $ - $ 1,446,562 $ - $ - $ - $ - $ 1,446,562 Total Funding Source $ $ $ 1,446,562 $ $ $ $ $ 1,446,562 Expenditure Land Purchase Professional Services Construction Total Expenditure CITY OF SCHERTZ 61 • ! • • i $ $ $ 191,000 $ $ $ $ $ 191,000 $ - $ $ 1,255,562 $ $ $ $ $ 1,255,562 $ $ - $ 1,446,562 $ $ $ $ $ 1,446,562 Additional funding for professional services reassigned from savings left over after 2024 SPAM resurfacing project. 167 CITY OF SCHERTZ CAPITAL IMPROVEMENT PROJECT SHEET Project Type: Transportation Project Code: 0 Project Title: I Kramer Farm subdivision rehabilitation Location: Resolution 25-R-076 Updated Project Sheet This prodoot is rW ertarrnatmml purpose$ and may nW 1 . b.. pmpered fw a bB s.101. ter WOW, engmaenng, W W WWfig purposes. h does M represent W on-The-9—d wrvey and represents only the approfdn" relative wcauon of pmparty'1"dsdes. d� 0 Schertz City Limits ri Schertz ETJ Poo A� . 0 250 500 1,000 1,500 Feet I I I I I I I I I I I I N KRAMER FARM REHABILITATION SCHIERTZ A COMMUNITY* SERVICE* OPPORTUNITY Streets removed from project will be added to a future SPAM project. CITY OF SCHERTZ w tre we ;.� fi