25-R-143 Kimley-Horn 2026 SPAM Resurfacing, Savannah Dr Resurfacing, and Crosswalk ImprovementsRESOLUTION 25-R-143
A RESOLUTION BY THE CITY COUNCIL OF THE CITY
OF SCHERTZ, TEXAS AUTHORIZING EXPEDITURES
WITH KIMLEY-HORN AND ASSOCIATES, INC., FOR
PROFESSIONAL ENGINEERING RELATED SERVICES
ON THE 2026 SPAM RESURFACING; SAVANNAH DRIVE
RESURFACING; AND CROSSWALK IMPROVEMENTS
PROJECTS.
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 2026 SPAM Resurfacing;
Savannah Drive Resurfacing; and Crosswalk Improvements projects; and
WHEREAS, City staff has determined that Kimley-Horn and Associates, Inc. is uniquely
qualified to provide such services for the City; and
WHEREAS, Kimley-Horn and Associates, Inc. is an approved On -Call Engineering Firm
for the City of Schertz; and
WHEREAS, pursuant to Section 252.022(a)(4), the City is not required to seek bids or
proposals with respect to a procurement for personal, professional, or planning purposes; and
WHEREAS, the City Council has determined that it is in the best interest of the City to
contract with Kimley-Horn and Associates, Inc. pursuant to the On -Call Task Order Agreement
for the 2026 SPAM Resurfacing, Savannah Drive Resurfacing and crosswalk improvement
projects.
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 accordance with their
approved Master Agreement in substantially the form set forth on Exhibit A in the amount
of $395,315 and authorize the City Manager to execute and deliver the Task Order in a not
to exceed total aggregate amount of $440,000.
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provision of this Resolution are hereby repealed to the extent of such conflict, and the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 day of ��—� , 2025.
ATTEST:
I �(JC)U
Sheree Courney, Deputy City Secretar, )
50234811.1
EXHIBIT A
TASK ORDER NO.7 SERVICES AGREEMENT
TASK ORDER NO. [ 7 ]
This is Task Order No. [ 7 ],
consisting of 34 pages.
In accordance with Paragraph 1.01, Main Agreement, of the Agreement Between Owner and Engineer for
Professional Services —Task Order Edition dated [ March 6, 2025 j, Owner and Engineer agree as follows:
1. TASK ORDER DATA
a.
Effective Date of Task Order:
City of Schertz, TX
b. Owner:
C.
Engineer:
Kimley-Horn and Associates, Inc.
d.
Specific Project (title)
2026 Roadway Improvements — SPAM Resurfacing
Projects (Task A)
Savannah Drive Roadway Improvements 12026
SPAM) (Task 8)
Savannah Drive and Homestead Parkway Pedestrian
Crossings {Task C)
e.
Specific Project
Reference scope and fee proposals dated September
(description):
26, 2025 for additional information
Primary task order for this project
f. Related Task Orders
Supplemented by this Task
N/A
Order:
Superseded by this Task
N/A
Order:
T
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.
Task Order.
EJCDC° E-505, Agreement between Owner and Engineer for Professional Services —Task Order Edition.
Copyright° 2020 National Sodety of Professional Engineers, American Council of Engineering Companies,
and American Sodety of Civil Engineers. All rights reserved.
Page 1 of 7
Specific Project Title: 2026 Roadway Improvements — SPAM Resurfacing Projects (Task A)
Savannah Drive Roadway Improvements (2026 SPAM) (Task B)
Savannah Drive & Homestead Parkway Pedestrian Crossings (Task C)
Type and Size of Facility: Existing neighborhood streets and collector (Savannah Drive)
Description of Improvements: Reference scope and fee proposals dated September 26, 2025 for
additional information
Expected Construction Start: March 2026
Prior Studies, Reports, Plans: N/A
Facility Location(s): Fairway Ridge, Woodland Oaks, Horseshoe Oaks, and Jonas Wood
neighborhoods; Savannah Drive; Homestead Parkway
Current Specific Project Budget: Task A: $1,780,400 (Design and Construction)
Task B: $1,460,000 (Design and Construction)
Task C: Unknown
Funding Sources: Unknown
Known Design Standards: City of Schertz, supplemented by Texas Department of
Transportation and City of San Antonio
Known Specific Project Reference scope and fee proposals dated September 26, 2025 for
Limitations: additional information
Specific Project Assumptions: Reference scope and fee proposals dated September 26, 2025 for
additional information
Other Pertinent Information: Reference scope and fee proposals dated September 26, 2025 for
additional information
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 proposals dated September 26, 2025 for detailed
scope of base 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.
Task Order.
EICDC° 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 7
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 proposals dated September 26, 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 proposals dated September
26, 2025.]
- Field Evaluation, Design, and Initial OPCC Development
- Develop 70% Plans and Contract Documents
- Finalize Construction Drawings & Contract Documents
- Bid Phase
- Construction Phase
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 A: $199,365
- Task B: $153,135
- Task C: $42,815
- Total Task Order No. 7: $395,315
Task Order.
EICDC• 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 7
Task
T_
Description of Service
Amount
Basis of
Compensatil
Task A
2026 Roadway improvements - SPAM Resurfacing Projects
BASIC SERVICES
Project Management
$ 19,210.00
[ Lump Sum
j3A
Field Evaluation and Initial OPCC Development
$ 77,990.00
[ Lump Sum
Street Preservation Plans 7 Design)
$ 46.150.00
[ Lump Sum
Final Plans, Contract Documents and Bid Phase Services
$ 23,785.00
[ LumpSum
5A
Construction Phase Services
$ 29,980.00
[ Lump Sum
6A I
Reimbursable Project Expenses
$ 2,250.00
[ Lump Sum
Total I Basic Services
$ 199,365.00
TOTAL COMPENSATION
$ 199,365.00
Task
Description of Service
--
Task B
Amount
Basis of
Corn ensation
Savannah Drive Improvements
18
BASIC SERVICES
1 Project Management
$
16,700.00
[ Lump Sum ]
2B
lGeotechnical Engineerin Services
$
29,190.00
LumpSum/T&
3B
48
56
66
Field Evaluation and Initial OPCC Development
Street Preservation Plans (70% Design)
Final Plans, Contract Documents and Bid Phase Services
Construction Phase Services
$
$
$
$
46,005.00
27,980.00
12,660.00
20,000.00
[ Lump Sum J
Lum Sum ]
[ Lump Sum ]
[ Lump Sum ]
7B
Reimbursable Project Expenses
Total I Basic Services
$
S
600.00
153,135.00
[ Lump Sum ]
TOTAL COMPENSATION
$
153,135.00
Task
Description of Service
Amount
Basis of
Compensation
Task C
Savannah Drive and Homestead Parkway Pedestrian Crossings
BASIC SERVICES
1C
Project Management
$ 4,105.OD
$ 22,110.00
$ 10,770.00
[ Lump Sum ]
[ Lump Sum ]
[ Lump Sum [
�2C
70% Design
73C
Final Design
Bid Phase Services
$ 1,020.00
[ Lump Sum ]
M6C
ion Phase Services
EReWbursable
$ 4,560.00
[ Lump Sum ]
Project Expenses
$ 250.00
[ Lump Sum ]
Total Basic Services
S 42,815.00
TOTAL COMPENSATION1
$ 42,815.00
Task Order.
EJCDC• E•505, Agreement between Owner and Engineer for Professional Servkes—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 7
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 — MSJ, Inc. (Task B — Savannah Drive Roadway Improvements,
Geotechnical Engineering Services)
9. EXHIBITS AND ATTACHMENTS:
A. Exhibit A to Task Order —Engineer's scope and fee proposals dated September 26, 2025
Task Order.
EJCDC6 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 7
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. - - — By: J
G Sept 26, 2026
Print Name: Print Name: Jeff Farnsworth, PE
Title: Title: Vice President
Engineer's License or Firm's
Certificate No. (if required): 80190
State of: Texas
DESIGNATED REPRESENTATIVE FOR TASK ORDER: DESIGNATED REPRESENTATIVE FOR TASK ORDER:
Name: John Nowak, PE
Title: Assistant City Engineer
Address: 11 Commercial Place
Schertz, TX 78154
Name: Chance Dyess, PE
Title: 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 6 of 7
E-Mail jnowak@schertz.com
Address:
.Phone: 210-619-1825
Date:
E-Mail chance.dyess@kimley-horn.com
Address:
Phone: 210-728-6947
Date: September 26, 2025
Task Order.
EICDC* 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 7 of 7
Kimley>o , r-
September 26, 2025
John Nowak, PE
Assistant City Engineer
City of Schertz - Engineering
11 Commercial Place
Schertz, Texas 78154
RE: 2026 Roadway Improvements — SPAM Resurfacing Projects (Task A)
Scope and Fee Proposal
Dear Mr. Nowak:
Kimley-Horn is pleased to submit this scope and fee proposal for professional services for the 2026
Roadway Improvements project, which consists of street resurfacing projects associated with the Street
Preservation & Maintenance (SPAM) Program in the Fairway Ridge, Woodland Oaks, Horseshoe Oaks,
and Jonas Wood neighborhoods. 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-Hom„ the goal of this project is to use slung seal to
resurface several streets within the City. There are currently 49 confirmed streets planned for slurry seal in
the Fairway Ridge, Woodland Oaks, Horseshoe Oaks neighborhoods, totaling almost 38,000 linear feet or
over 7 miles.
In addition to these 3 neighborhoods, the City intends to include the remaining streets from the Jonas Wood
neighborhood that were originally part of the 2025 SPAM Resurfacing project. The field evaluations and
plans have already been completed for this neighborhood, they will only need to be added to the plans and
contract documents for this project.
This project will be bid utilizing the lowest qualified bidder contract method. Klmley-Hom 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.
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
required level of effort for the proposed scope of services.
Task 1A: Proiect Management
1. Daily project management/design team coordination
Kim epi,) Hor r Page 2
2. Monthly financials and project invoicing, based on an estimated 10-month total project schedule
3. Internal project kickoff meeting
4. General coordination with City Project Manager
Task 2A: Field Evaluation and Initial OPCC Develo�)ment
1. Conduct field evaluation of 49 streets to document existing conditions and obtain field
measurements of needed pavement repairs.
• This task includes the preparation of schematic sheets to be used for field work and the
ultimate design drawings
2. Download site visit photos & documentation
3. Prepare quantity takeoffs for each street
4. Develop Opinion of Probable Construction Cost (OPCC) for each street to assist with budgeting
purposes
5. Develop pavement repair exhibits
• Exhibits will be aerial schematic based at 11" x 17" plan and 1" to 50' scale. Pavement repair
and proposed flatwork replacement limits and dimensions will be included
• Improvements shown on exhibits 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
6. QA/QC repair areas and OPCC for each street
7. Prepare submittal package of draft repair exhibits and OPCCs and submit to City
S. Conduct site visits with City Project Manager to review recommended pavement and flatwork
repairs
Task 3A: Street Preservation Plans 70% Deslun;
1. Conduct site visits to finalize repair areas. Will include review of City comments
2. Finalize schematic exhibits for pavement and concrete repairs
3. Update quantities and OPCC for each street
4. Develop cover sheettindex 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 and 2025 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 (3 subdivisions)
S. Develop individual subdivision quantity summary sheets (3 subdivisions)
9. Incorporate remaining sheets from 2025 SPAM Resurfacing project (schematic exhibits,
subdivision street list and location, and subdivision quantity summary)
10. Develop base repair details and sheets
11. Incorporate relevant construction details and standards
12. Internal QC/QA 70% submittal
13. Prepare 70% submittal package to include plans and specifications and submit to the City for
review
Task 4A: Final Plans and Bid Phase Services
1. Finalize plans addressing the City's final comments
Kimley)>)Horn
Page 3
• 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. Prepare bid alternatives in the instance the Engineer's OPCC exceeds the City's construction
budget
3. Coordinate with Purchasing Department for contract development
4. Prepare table of contents and invitation to bidders document
5. Prepare bid schedule
6. Prepare supplement conditions (includes governing specs, special specs, supplemental specs &
special provisions)
7. Prepare Owner and Contractor agreement
8. Assemble contract documents & specifications
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 5A: Construction Phase Services
I. Attend pre -construction meeting
2. Material submittal reviews
3. Mark pavement repairs
Kimley-Horn will complete a single site visit to each street in advance of the Contractor's
mobilization to mark proposed pavement repairs represented in the schematic exhibits
4. Conduct construction site visits (est. 6 months, two x monthly)
5. Review and respond to Contractor change order proposal (est. 2 proposals)
6. Attend substantial completion walk and issue punch list
Construction phase services proposed are based on durations identified in the Assumptions section
below. 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.
Task 6A: Reimbursable Pro'ect Expenses
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
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:
10101 Reunion Place; Suite 400, San Antonio, TX 78216
Page 4
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 4-month design schedule and
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
• One bid phase is proposed for 2026 Roadway Improvements, Savannah Drive Roadway
Improvements, and Savannah Drive and Homestead Parkway Pedestrian Crossings
• 2026 Roadway Improvements construction contract to be included with Savannah Drive Roadway
Improvements and Savannah Drive and Homestead Parkway Pedestrian Crossings
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 and coordinate a proposed solution
• 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
• 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-Hom 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-
Hom 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-Hom 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.
10101 Reunion Place, Suite 400, San Antonio, TX 78216 iW
r
Kimley
FEE AND BILLING
Page 5
In accordance with the below fee summary table, Kimley-Hom will perform the above outlined scope of
services, including project expenses, for a lump sum fee not to exceed $199,365. 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.
Task
Description of Service
Amount I Basis of
Compensation
Task A
2026 Roadway Improvements - SPAM Resurfacing Projects
BASIC SERVICES
1A
Project Management
$ 19,210.00
[ Lump Sum ]
2A
Field Evaluation and Initial OPCC Development
$ 77,990.00
[ Lump Sum ]
3A
Street Preservation Plans (70% Design)
$ 46,150.00
[ Lump Sum ]
4A
Final Plans, Contract Documents and Bid Phase Services
$ 23,785.00
[ Lump Sum ]
SA
Construction Phase Services
$ 29,980.00
[ Lump Sum ]
6A
Reimbursable Project Expenses
$ 2,250.00
[ Lump Sum ]
Total Basic Services
$ 199,365.00
TOTAL COMPENSATION
$ 199,365.00
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 us at Chance.Dyess(a7kimlev.-hom.com (210.728.6947)
or Ste hen.Aniol kimle-hom.com (210.321.3404) should you have any questions on the proposed
scope and fee.
Sincerely,
KIMLEY-HORN AND ASSOCIATES, INC.
TBPE# 928
By: Chance Dyess, P.E.
Project Manager
Attachments
1 — Project Work Plan
2 — Project Location Maps
SiEip
QC/QA Manager
p
p
o 0
0vo
0 o
o
O
o
0 o
o e
O o
O o p
p
p
SOO�pS
p
po
0 0 0 0 0 0 0
OOO�Opp OOO
~
gg
�N
�
pOp pO
l7 SOD
ppO pOpO
t7�
pOOtq
OON
00
pS yP�
�
M
m�
Ol
OafO�m�
cd
1..
N
NC9N�
'�
8E
3
F
C
O
(�
M
/AMf9
M
K19
t9N
Vf V!
V)tpp9
191a919
to Yf
W 9Vl Ili K IH f9
m
a a
A N
N' NN O
G
6
M
q 6
8o$S$$
8
$00080-01
goo 0
to r
N
mm8W8888J58{8yy8$$�
N N Ol
O
C(�IpAp
1q �
mt7rN
f0
Om u7 o0 �{
N � f� W eP-fj
p�
N
�
rr
M
w w
w w
w
w w w M w w w w w
W,w
w w
w opN
MN
IA
fD V
N�` V O t+f Qi t+1 t90NPi '
tD OfNn
01 O
O
0
L
r
w
p tl
� o
7-Eleven
Walgraens
T�
s
00
taot
QiP
Go
0
0
a %"190
4�
,SSA
is
Pe
lowp! r r
r l
Pirate's Cove
9w Car Wash
Of )
4;PgtrO .F
J
z
Lo
C•
06
Ia
•
4•ffln pu•jpodl'
lK
Cv4" (✓
'Q 400 'l•144V
•*
B r
jjodu•nap
Baldwin F"'
4
O
"004`
•
O
°
of
YjO°ab��av
i
of
•
Kimley>)� li �,,F!r
September 26, 2025
John Nowak, PE
Assistant City Engineer
City of Schertz - Engineering
11 Commercial Place
Schertz, Texas 78154
RE: savannah Drive Roadway Improvements (2026 SPAM) (Task B)
scope and Fee Proposal
Dear Mr. Nowak:
Kimley-Horn is pleased to submit this scope and fee proposal for professional services for the Savannah
Drive Improvements project, which consists of pavement repairs, street resurfacing, and restriping along
Savannah Drive from FM 3009/Roy Richard Drive to the City of Schertz/City of Selma city limits. 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 use slurry seal to
resurface Savannah Drive from FM 3009/Roy Richard Drive to the City of Schertz/City of Selma city limits.
This segment totals approximately 9,600 linear feet or just under 2 miles. This project will be bid utilizing
the lowest qualified bidder contract method. Kimley-Hom will prepare limited design drawings to included a
detailed striping plan and provide bidding and construction phase administration services to assist the City
with overall project support.
SCOPE OF SERVICES
The intent of this project is to utilize a slung seal application for street preservation including the completion
of necessary structural pavement repairs (base repairs) and/or mill and overlay in advance of placement of
the seal application. Based on previous experience with street preservation projects and the current
condition of Savannah Drive, Kimley-Horn anticipates major pavement repairs from FM 3009 to Schertz
Parkway and some flatwork (concrete curb, sidewalks, and driveways) will require replacement.. This
segment will be reviewed in depth and a determination will be made for whether a slurry seal application is
acceptable or if another maintenance method is needed.
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
required level of effort for the proposed scope of services.
Task 1 B: Proiect Management
1. Daily project management/design team coordination
2. Monthly financials and project invoicing, based on an estimated 7-month project schedule
3. Internal project kickoff meeting
4. General coordination with City Project Manager
10101 Reunion Place. Suite 400, San Antonio, TX 78216
Kim{ey>>> Hor
Page 2
Task 2113: Geotechnical Engineering Services
1. Geotechnical Engineering Services (HVJ)
• Geotechnical engineering services are limited to the FM 3009 to Schertz Parkway segment
• Field exploration including up to twenty (20) pavement cores of the full pavement section
• Falling -Weight Defiectometer (FWD) testing
• Geotechnical report
2. Subcontract management
3. Coordinate pavement coring plan and operations
4. Review pavement cores and report
Task 3B: Field Evaluation and Initial OPCC Develooment
1. Conduct Savannah Drive field evaluation to document existing conditions and obtain field
measurements of needed pavement repairs
• This task includes the preparation of schematic sheets to be used for field work and the
ultimate design drawings
2. Review geotechnical data for FM 3009 to Schertz Parkway segment and make recommendations
for proposed street application
3. Prepare Savannah Drive quantity takeoff
4. Develop Savannah Drive OPCC
5. Develop pavement repair exhibits
• Exhibits will be aerial schematic based at 11" x 17" plan and 1" to 50' scale. Pavement repair
and necessary flatwork replacement limits and dimensions will be included
• Improvements shown on exhibits 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
6. QA/QC repair areas and OPCC
7. Prepare submittal package of draft repair exhibits and OPCC and submit to City
B. Conduct site visits with City Project Manager to review recommended pavement and concrete
repairs
Task 4113: Street Preservation Plans 10% Desicnni
1. Conduct site visits to finalize repair areas. Will include review of City comments
2. Finalize schematic exhibits for pavement and concrete repairs
3. Prepare pavement details for FM 3009 to Schertz Parkway limits
4. Develop striping plans
5. Update quantities and OPCC
6. Develop cover sheet/index of sheets
7. Develop project layout sheet
8. Develop general and supplemental notes sheets for preservation projects
• The intent of this task is to utilize notes completed under the 2024 and 2025 SPAM
Resurfacing projects and make minor adjustments to fit this proposed contract.
9. Develop quantity summary sheet
10. Develop base repair details and sheets
11. Incorporate relevant construction details and standards
12. Internal QC/QA 70% submittal
13. Prepare 70% submittal package to include plans and specifications and submit to the City for
review
10101 Reunion Place, Suite 00
KimIey*> — iti
Page 3
Task 5113: 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, location sheet, striping
plans, quantity sheets and construction standards. Pavement repair schematics will be
finalized at the conclusion of the 70% design phase
2. Prepare bid schedule
3. Prepare supplement conditions (includes governing specs, special specs, supplemental specs &
special provisions)
Task 6B: Construction Phase Services
1. Attend pre -construction meeting
2. Material submittal reviews
3. Mark pavement repairs
• Kimley-Horn will complete a single site visit to each segment of Savannah Drive in advance
of the Contractor's mobilization to mark proposed pavement repairs represented in the
schematic exhibits
4. Conduct construction site visits (est. 3 months, two x monthly)
5. Review and respond to Contractor change order proposal (est. 2 proposals)
6. Attend substantial completion walk and issue punch list
Construction phase services proposed are based on durations identified in the Assumptions section
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.
Task 7B: Reimbursable Project Exf?enses
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
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 7 months is anticipated, inclusive of a 4-month design schedule and 3-
month construction schedule
• RFI responses for preservation operations will be coordinated during bi-weekly site visits
• Repair areas for schematics will be finalized during the 70% design phase
• One bid phase is proposed for Savannah Drive Roadway Improvements, 2026 Roadway
Improvements, and Savannah Drive and Homestead Parkway Pedestrian Crossings
• Savannah Drive Roadway Improvements construction contract to be included with 2026 Roadway
Improvements and Savannah Drive and Homestead Parkway Pedestrian Crossings
[ 10101 Reunion Place, Suite 400, San Antonio, TX 78216
Kimley>>-, 4 o r n
Page 4
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 other than what is specified in the geotechnical engineering task
• Soil borings
• 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 and coordinate a proposed solution
• 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
• 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-Hom 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-
Hom 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.
FEE AND BILLING
In accordance with the below fee summary table, Kimley-Hom will perform the above outlined scope of
services, including project expenses, for a lump sum fee not to exceed $153,135. 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.
Kimsey))>, .t
Page 5
Task
Description of Service
Amount
Basis of
Compensation
Task B
Savannah Drive Improvements
BASIC SERVICES
1B
Project Manage ment
$ 16,700.00
[ Lump Sum ]
2B
Geotechnical Engineering Services
$ 29,190.00
Lump Sum/T&M]
3B
Field Evaluation and Initial OPCC Development
$ 46,005.00
[ Lump Sum ]
413
Street Preservation Plans (7096 Design)
$ 27,980.00
[ Lump Sum ]
513
IFinal Plans, Contract Documents and Bid Phase Services
$ 12,660.00
[ Lump Sum ]
6B
Construction Phase Services
$ 20,000.00
[ Lump Sum ]
7B
Reimbursable Project Expenses
$ 600.00
[ Lump Sum ]
Total (Basic Services)
$ 153,135.00
TOTAL COMPENSATION
$ 153,135.00
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 us at Chance. DveSsOWimleY-hom,com (210.728.6947)
orSter)hen.Aniol(cDkimley-horn.com (210.321.3404) should you have any questions on the proposed
scope and fee.
Sincerely,
KIMLEY-HORN AND ASSOCIATES, INC.
TBPE# 928
By: Chance Dyess, P.E.
Project Manager
Attachments
1 — Project Work Plan
2 — HVJ Geotechnical Engineering Proposal
J�cv�a
Stephen Aniol, P.E.
QC/QA Manager
�
a
M
�
M N
pN
O
Qp
O
LL
m
M
N N
$FSBS
$
BoSpSpoSu4p8p$ $S8o$p$0o€
-Is -Is 8
�Q�.�{popSp
t
�
t
�
k � i
.
� ,
� � ■ k ! |t
22g
�
§
■
ar§
�
e
e
■2\
4201 Freidrich Lane, Suite 110
Austin, Texas 78744
512.447.9081 Ph
512.443.3442 Fax
www.hvj.com
September 19, 2025
Mr. Stephen Aniol, P.E.
Kimley-Horn and Associates, Inc.
10101 Reunion Place, Suite 400
San Antonio, TX 78216
Re: Pavement Coring and Engineering
City of Schertz Savannah Drive Resurfacing/Repair
From FM 3009/Roy Richard Drive to Schertz/Selma city limits
Schertz, Texas
Owner: City of Schertz
HVJ Proposal No. SGT 241077.2
Dear Mr. Aniol,
HVJ South Central Texas, M&J Inc. (HVJSCTx) is pleased to submit this proposal to provide
pavement coring and design services for the above referenced project. Our scope work, as outlined
in this proposal, provides the necessary and appropriate level of pavement engineering support
required for the design.
Project Description
The project involves Savannah Drive resurfacing from FM 3009/Roy Richard Drive to the
Schertz/Selma city limits. The total length of this segment is approximately 5,000 LF. Based on the
information provided to us, we understand that the city wants to place a micro surface on the full
limits. However, roadway segment between FM 3009 and Schertz Parkway may require base repair
contingent upon pavement investigation.
This proposal will encompass a pavement engineering study to aid in the development of pavement
design for the above referenced street.
Pavement Design
HVJSCTx will perform a geotechnical investigation. Utilizing the subsurface information from that
study, HVJSCTx will design two HMAC pavement base repair alternatives to achieve a 20-year
design life. Following the base repair at selected locations, the entire surface of the street is expected
to receive a microsurfacing treatment to rejuvenate and seal the pavement surface to extend and
preserve the pavement service life.
TxDOT flexible base repair involves removing failing, localized portions of an existing asphalt
pavement structure, including the base, and replacing them with new, specified flexible base material
to a depth and with properties conforming to the project plans and specifications, such as Item 247
(Flexible Base) or Item 351 (Flexible Pavement Structure Repair). The repair also includes shaping
the base, ensuring proper mixing if new material is combined with existing material, and achieving
the required density and moisture content before placing a new surface layer. We understand that
Office operated by H-VJ South Central Texas — M&J, Inc., a proud independently owned and operated M3 Associates® franchisee
b4r. Stephen Aniol, P.E.
City of Schertz Savannah Drive Resurfacing/Repair
September 19, 2025
SGT 24 1077.2
the city is planning to use 3 to 4 inches HMAC, Type B material for base repair, if appropriate for
the project.
For Savannah Drive the base repair of the existing cross section will consider two alternatives: 1)
new HMAC surface and new flexible crushed stone base (FLEA and 2) A new full depth HMAC
base repair HVJSCTx will estimate the 20-year equivalent single axle wheel loads (ESALs) based on
discussions with Kimley-Horn and City of Schertz . 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 functional classification of Savannah Drive. The flexible
pavement base repair designs will be developed using the AASHTO 1993 Pavement Design
software, DARWin — Design and Rehabilitation in Windows.
Scope of Work
For this project, HVJSCTx will conduct the following-
0 Pavement Coring: To investigate pavement conditions and characterize base material at the
project area, pavement coring will be performed. A total of twenty (20) pavement coring are
proposed along the roadway segment between FM 3009 and Schertz Parkway. A portable
wet rotary coring equipment will be used to core through asphalt and base layer. After
coring, asphalt and base layer thicknesses will be measured, and visual classifications will be
conducted on base material.
Please note that geotechnical drilling, subgrade sampling and laboratory testing of
any kind are not included in our scope of work.
• Falling -Weight Deflectometer (FWD) testing. The existing surface and subsurface layer
stiffnesses will be estimated by the 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. The collected deflections will be analyzed using the TxDOT
MODULUS program and the thickness values obtained from the core.
The collected field and laboratory data will be interpreted and used to develop a report for the
project. The report will include the following specific items:
• Site Vicinity/Topographic map,
• Plan of pavement coring locations,
• Photographs of asphalt cores, 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 coring and FWD testing.
• Fees for Right-of-way permits will be waived.
Mr. Stephen Aniol, P.E.
City of Schertz Savannah Drive Resurfacing/Repair
September 19, 2025
SGT 241077.2
• Kimley-Horn will provide an electronic site plan to develop a flan of coring, if needed.
• As -built drawings and/or underground drainage locations available to Kinley-Horn at the
time of borings and will be provided to HVJSCTx prior to marking coring locations.
• HVJSCTx will prepare two alternative flexible pavement base repair designs with an HMAC
surface. Additional design sections will be considered additional services.
• City of Schem 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 $24,070.00 is proposed. 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 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.
Sample Retainage
Soil samples will be retained in our laboratory for 30 days after the geotechnical investigation.
Insurance
Insurance certificates verifying HVJSCTx 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.
Mr. Stephen Aniol, P.E.
City of Schertz Savannah Drive Resurfacing/Repair
September 19, 2025
SGT 241077.2
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
Vice President of Operations
GK/fc/mm
Agreed to this day of . , 20
By:
Title:
Firm:
Date to Start Work:
Mr. Stephen Aniol, P.E.
City of Schertz Savannah Drive Resurfacing/Repair
September 19, 2025
SGT 241077.2
Geotechnical Investigation
SGT 241077.2 City of Scherm - Savannah Drive
HVJ South Central Texas M&J, Inc.
HVJ SCTx Proposal No. SGT 241077.2
Field Investigation - Pavement Coring
Mobilization/Demobilization of Coring Equipment
Standby time
Logging Coring
Pavement Coring
Core Repair/Patch Asphalt Cold Mix
Staking, Utility Clearance, permit Coordination
Traffic Control
Support Truck
Pavement Data Review & Reporting
Project Manager
Professional Engineer
Engineer In Training
Administrative Assistant
Pavement Engineering & Reporting
Senior Engineer
Professional Engineer
Engineer In Training
Non -Destructive Pavement Deflection Testing
FWD Testing with Traffic Control
No.
Rate Units
Total
1
@
$600.00 per mobilization
3600.00
2
@
$180.00 per hour
$360.00
27
@
$85.00 per hour
$2295.00
360
@
$12.00 per inch
54,320.00
20
@
$40.00 each
$800.00
8
@
$85.00 per
$680.00
4
@
11,500.00 per day
$6,000.00
3
@
$100.00 each
$300.00
Sub Total
$15,353.00
1
@
$185.00 hr
$185.00
2
@
$140.00 hr
$280.00
10
@
$115.00 hr
$1,150.00
2
@
$50.00 hr
_ $100.00
Sub -Total
$1,715.00
8
@
$185.00 hr
$1,480.00
1
@
$140.00 hr
$140.00
12
@
$115.00 hr
$1,380.00
Sub -Total
$3,000.00
1 @ $4,000.00 day $4,000.00
Sub -Total $4,000.00
TOTAL $24,070.00
September 26, 2025
John Nowak, PE
Assistant City Engineer
City of Schertz - Engineering
11 Commercial Place
Schertz, Texas 78154
RE: Savannah Drive and Homestead Parkway Pedestrian Crossings (Task C)
Scope and Fee Proposal
Dear Mr. Nowak:
Kimley-Horn is pleased to submit this scope and fee proposal for professional services for the Savannah
Drive and Homestead Parkway Pedestrian Crossings project, which consists of the installation of new
pedestrians crossings on Savannah Drive and Homestead Parkway. 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 install three new
pedestrian crossings at the locations listed below. These pedestrian crossings will utilize proposed signage,
striping, sidewalk, ramp improvements, and refuge islands.
• Savannah Drive, approximately between Willows Ranch Street and Big Horn Trail
• Homestead Parkway, approximately between Hockley Hill and Somervell (Two)
This project will be bid utilizing the lowest qualified bidder contract method. Kimley-Horn will provide bidding
and construction phase administration services to assist the City with overall project support, This project
will be included in the overall construction documents and contract package for 2026 SPAM and Savannah
Drive Roadway Improvements.
SCOPE OF SERVICES
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 1C: Project Management
1. Daily project management/design team coordination
2. Monthly financials and project invoicing, based on an estimated 4-month project schedule
Task 2C: 70% Desir; n
1. Conduct site visits to document existing conditions and obtain field measurements
2. Download site visit photos & documentation
3. Develop layout for pedestrian crossings at each crossing (3) within the existing right-of-way.
Measures can include signing, striping, barrier -free ramps, sidewalks, and refuge islands
4. Update construction package cover sheet/index of sheetTX s
• 11014119 0
Kimsey>)i,; P k r-,
5. Develop quantity summary sheet per location
6. Develop removal plan sheets for each crossing
7. Develop paving plan sheets for each crossing
8. Develop signing and striping plan sheets for each crossing
9. Incorporate relevant construction details and standards
10. Develop Opinion of Probable Construction Cost (OPCC) for each crossing
11. QA/QC design, plans, and OPCC for each crossing
12. Prepare submittal package of plans and OPCCs and submit to City
13. Conduct site visits with City Project Manager to review recommended layouts
Task 3C: Final Design
1. Conduct site visits to finalize layouts. Will include review of City comments.
2. Finalize layouts for pedestrian crossings
3. Finalize plans
4. Finalize quantities and OPCC for each crossing
5. Internal QC/QA final submittal
6. Prepare final submittal package to include plans and specifications and submit to the City
Task 4C: Bid Phase Services
1. Bid phase support with master construction contract
Task 5C: Construction Phase Services
1. Conduct construction site visits (est. 2 per site)
2. Attend final walk and distribute punch list
Page 2
Construction phase services proposed are based on durations identified in the Assumptions section
below. Per previous coordination with the City, daily coordination with the Contractor will be handled
internally by City staff, so the expected services Kimley-Hom 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.
Task 6C: 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
• Design to be based off aerial images. Quantities and dimensions to be based off approximate
measurements obtained by Kimley-Horn during site visits.
• One round of combined City comments will be addressed for the 70% design phase. Additional
review sets and submittals may be added to this task order by amendment
• TxDOT permits will not be required for this project
so MAW 10101 Place,f0
Kim ey>> !4,f-�rn
Page 3
• 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 4 months is anticipated, inclusive of a 2-month construction schedule
• Savannah Drive and Homestead Parkway Pedestrian Crossings construction contract to be
included with 2026 Roadway Improvements and Savannah Drive Roadway Improvements. A
single bid phase will encompass all three projects.
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
• Drainage and utility relocation design
• Design milestones in addition to what is proposed for this project
• Additional round of comments to what is specified
• Public outreach
• Monthly project meetings during construction phase
• 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-Hom 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-Horn estimates the total duration of the design phase to be
approximately 2 months.
FEE AND BILLINR
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 $42,815. 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.
Kim ley*.,,
Page 4
Task Description of Service
Amount
Basis of
Compensation
Task C
Savannah Drive and Homestead Parkway Pedestrian Crossings
BASIC SERVICES
1C
Project Management
$ 4,105.00
[ Lump Sum ]
2C
70% Design
$ 22,110.00
[ Lump Sum ]
3C
Final Design
$ 10,770.00
[ Lump Sum ]
4C
Bid Phase Services
$ 1,020.00
[ Lump Sum ]
SC
Construction Phase Services
$ 4.560.00
[ Lump Sum ]
6C
Reimbursable Project Expenses
$ 250.00
[ Lump Sum ]
Total Basic Services
$ 42,815.00
TOTAL COMPENSATION
$ 42,815.00
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 us at chance.dvess(fkimley-hom.com, (210) 728-6947
or phen.aniol(Z�kimlev-horns , (210) 321-3404 should you have any questions on the proposed
scope and fee.
Sincerely,
KIMLEY-HORN AND ASSOCIATES, INC.
TBPE# 928
C-,Q roc s _—
By; Chance Dyess, P.E.
Project Manager
Attachments
1 — Project Work Plan
Cc: Dawniele Metsker-Galarza, PE, PTOE
Stephen Aniol, P.E.
QC/QA Manager
10101 Reunion Place, Suite 400, San Antonio, TX 78216
C•]
$Blgl $S$$88S
SIB S$888
$SSSSS8
$$ 88$
t
8
H vio ci (op
� �n
poopoppp
v1 e0 Ndf
y1uO�6y-� ci 6�p6c;
OlO� W nOnh�
ioo
�
mmo �o�OO
t�N
{{cam� 0C;6� 0 0 ppo
I�NR� e O �j OYNI
o6 - � c4
C
(�
N N;aA N
N N
N f9 H N M iN
IA 4*
wo
N
N M
M dI V) M p N M H IH
IH m�N b
W N�PI
I`�N�N1�M��D
W IN
Iv w -I-u
lxl,
p
P
16
C
N
o e
o
o e
a 8
'E
JL
m
E
O O
c
�+
lil Sm
O
m c
ao
m
v c o V��Umo
Ufjc m
r
UUUr a m
E
E i C ie 6 N� E
o M
C y p❑ C
cKUa O LL. C m tg0 p c
z
LL
41
m$ o
o U� O'mmmmay r� 2�
xa> m�—
d i
maw �>-d�.da_
aAf3�
V r%- 0. O f�'t=ir
EI0 Min inI((ILLL� ME m m V UQ.
1
]00
[O3. (0
NlV NNNtV
NNfV fV
(�O]](uJ,LL
l0
N
N
9