Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
26-R-033 Kimley Horn Engineering Services Pecan/Schertz Parkway Project
RESOLUTION 26-R-033 A RESOLUTION BY THE CITY COUNCIL OF THE CITY OF SCHERTZ, TEXAS AUTHORIZING A TASK ORDER AGREEMENT WITH KIMLEY-HORN AND ASSOCIATES, INC., FOR PROFESSIONAL ENGINEERING -RELATED SERVICES FOR THE PECAN/SCHERTZ PARKWAY SIGNALIZATION PROJECT WHEREAS, the City Council of Schertz Texas has determined the need for signalization of the intersection of Pecan Drive and Schertz Parkway; and WHEREAS, on February 5, 2026, the Transportation Safety Advisory Commission made a recommendation to City Council to authorize the signalization project; and WHEREAS, the City staff of the City of Schertz (the "City") has detennined that the City requires professional services relating to engineering and design for the Pecan/Schertz Parkway Signalization project; 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 attached hereto as Exhibit A (the "Agreement") up to a maximum total aggregate amount of $100,000.00. 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 $94,471.22 and authorize the City Manager to execute and deliver the Task Order in a not to exceed total aggregate amount of $100,000.00. 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 ADOPTED, this t I — day of D&WAA 2026. CITY OF SCHERTZ, TEXAS #R4hodriguez, M or `� JE : Sheila Edmonoson, City Secretary 50234811.1 EXHIBIT A TASK ORDER NO.8 SERVICES AGREEMENT TASK ORDER NO. [ 8 ] This is Task Order No. [ 8 ], consisting of 21 pages. In accordance with Paragraph 1.01, Main Agreement, of the Agreement Between Owner and Engineer for Professional Services —Task Order Edition dated [date], 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. Schertz Parkway and Pecan Drive Traffic Signal d. I Specific Project (title) Specific Project e. Construct traffic signal and associated ramp and (description): crosswalk improvements at the intersection of Schertz Pkwy and Pecan Dr f. Related Task Orders Primary task order for this project Supplemented by this Task N/A Order: Superseded by this Task N/A Order: 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: Type and Size of Facility: Description of Improvements Schertz Parkway and Pecan Drive Traffic Signal Arterial (Schertz Pkwy) Construct traffic signal and associated ramp and crosswalk improvements at the intersection of Schertz Pkwy and Pecan Dr Task Order. EJCDC® E-505, Agreement between Owner and Engineer for Professional Services —Task Order Edition. Copyrightm 2020 National Society of Professional Engineers, American Council of Engineering Companies, and American Society of Civil Engineers. All rights reserved. Page 1 of 6 Expected Construction Start: May 2026 (estimated) Prior Studies, Reports, Plans: N/A Facility Location(s): Schertz Pkwy at Pecan Drive Current Specific Project Budget: N/A Funding Sources: N/A Known Design Standards: TxDOT and City of Schertz Known Specific Project Reference scope and fee proposal dated November 21, 2025 for Limitations: additional information Specific Project Assumptions: Reference scope and fee proposal dated November 21, 2025 for additional information Other Pertinent Information: Reference scope and fee proposal dated November 21, 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 proposal dated November 21, 2025 for detailed scope of work] B. All the services included above comprise Basic Services for purposes of Engineer's compensation under this Task Order, with the exception of Resident Project Representative Services, if any, which are compensated separately. C. Resident Project Representative (RPR) Services: [RPR services excluded from scope of work] 1. If the Scope established in Paragraph 2.A above includes RPR services, then Exhibit D to Task Order is expressly incorporated in this Task Order by reference. D. Additional Services: Services not expressly set forth as Basic Services in Paragraph 3.A above, and necessary services listed as not requiring Owner's written authorization, or requiring additional effort in an immediate, expeditious, or accelerated manner as a result of unanticipated construction events or Specific Project conditions, are Additional Services, and will be compensated by the method indicated for Additional Services in this Task Order. All otherAdditional 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. 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 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 November 21, 20251 6. TASK ORDER SCHEDULE A. In addition to any schedule provisions provided in Exhibit B or elsewhere, the parties shall meet the following schedule: [Reference scope and fee proposal dated November 21, 2025] The following schedule is an estimate of service timelines to commence upon receipt of signed task order from Owner: - Data Collection (30 days) - Develop preliminary design drawings (30 days) - Complete necessary SUE services identified during preliminary design phase (30 days) - Finalize design drawings and contract documents (30 days) - Bid Phase (60 days, to include contract award) - 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 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 Task Description of Service Amount Basis of Compensation Schertz Parkway & Pecan Drive Traffic Signal BASIC SERVICES 1 Project Management (LS) $ 5,595.00 [ Lump Sum ] 2 Topographic Survey Services (Sub -Consultant) $ 11,730.70 [ Lump Sum j Topographic Survey Services (Kimley-Horn) $ 1,820.00 [ Lump Sum ] 3 SU E Services (Sub -Consultant) $ 15,280.00 [ T&M i SUE Services (Kimley-Horn) $ 2,720.00 [ Lump Sum ] 4 Preliminary Design (LS) $ 12,675.00 ( Lump Sum ] 5 Final Design (LS) $ 14,645.00 [ Lump Sum ] 6 Contract Documents and Bid Phase Services (LS) $ 6,855.00 [ Lump Sum ] 7 Construction Phase Services (HRLY NTE) $ 6,715.00 ( HRLY NTE ] 8 Record Drawings (LS) $ 1,210.00 [ Lump Sum ] 9 Signal Timing Plan Development (LS) $ 4,840.00 [ Lump Sum ] 10 Signal Timing Plan Implementation (LS) $ 2,120.00 [ Lump Sum ] 11 Reimbursable Project Expenses (LS) $ 350.00 [ Lump Sum ] Total (Basic Services) $ 86,555.70 TOTAL COMPENSATION $ 86,555.70 *Based on a [6]-month continuous design 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. McGray and McGray Land Surveyors —Topographic Survey B. SoftDig dba Underground Services, Inc. - SUE 9. EXHIBITS AND ATTACHMENTS: A. Exhibit A to Task Order— Engineer's scope and fee proposals dated November 21, 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 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: By: Print Name: Print Name: Nick Holscher, PE Title: Title: Vice President Engineer's License or Firm's Certificate No. (if required): 107398 State of: Texas DESIGNATED REPRESENTATIVE FOR TASK ORDER: DESIGNATED REPRESENTATIVE FOR TASK ORDER: Name: John Nowak, PE Name: Dawniele Metsker-Galarza Title: Assistant City Engineer Title: Project Manager Address: 11 Commercial Place, Schertz, TX Address: 10101 Reunion Place, Ste. 400, San 78154 Antonio, TX 78216 E-Mail E-Mail Address: jnowak@schertz.com Address: dawniele.metsker-galarza@kimley- horn.com Phone: 210-619-1825 Phone: 210-321-3403 Date: Date: November 21, 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 5 of 6 Kimley»>Horn November 21, 2025 John Nowak, PE Assistant City Engineer City of Schertz - Engineering 11 Commercial Place Schertz, Texas 78154 RE: Schertz Parkway & Pecan Drive Traffic Signal Scope and Fee Proposal Dear Mr. Nowak: Kimley-Horn is pleased to submit this scope and fee proposal for professional services for the traffic signal design at the intersection of Schertz Parkway & Pecan Drive. 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 design a traffic signal for the intersection of Schertz Parkway & Pecan Drive, provide signal timings and perform in -field traffic signal programming at the time of signal turn -on. Kimley-Horn will also provide bidding and construction phase administration services to assist the City with overall project support, and complete record drawings using information provided by the Contractor. 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, and scope and fee proposals provided by our data collection sub -consultants. Task 1: Proiect Management 1. Daily project management/design team coordination 2. Monthly financials and project invoicing 3. Internal project kickoff meeting 4. General coordination with City Project Manager Task 2: Topographical Survev Services Provide topographic survey services for the intersection of Schertz Parkway & Pecan Drive that includes the following: A. "811" request for all phases of work, B. Field measurements and mapping of existing surface features, elevations, and infrastructure. C. Curb lines, existing pavement markings, sidewalks, pavement edges, drainage structures, above- ground visible utility features, and significant landscape features Data will be compiled into base mapping to support the preparation of traffic signal design plans and help coordinate with SUE activities. The resulting topographic survey information will be integrated into the kimley-horn.com 10101 Reunion Place, Suite 400, San Antonio, TX 78216 Kim ey))) Horr Page 2 preliminary design package and used to coordinate with any utility providers and final design documentation. Task 3: SUE Services Perform the following tasks associated with SUE services for traffic signal design plans at Schertz Parkway & Pecan Drive, in accordance with the subconsultant's proposal: A. Gather background information for the intersection consisting of an "811" ticket for all phases of work, preparing and attending project meetings, permitting associated with SUE operations, designation in -field utility (Quality Level B) and located/test holes (Quality Level A) for mapping horizontal and vertical locations of existing utilities at the study intersection. B. Perform services associated with SUE Q Level B for the intersection. C. Perform services associated with SUE Q Level A to include up to four (4) test holes within the study area per utility investigation. D. Perform services associated with traffic control services.. Data for QLB findings and QLA test hole locations will be delivered in CAD format. Task 4: Preliminary Design 1. Conduct field evaluation of the subject intersection to document existing conditions and obtain field measurements 2. Meet on -site with the Client and applicable utility providers at the project intersection to discuss design considerations and potential constraints. 3. Download site visit photos & documentation 4. Develop preliminary layout for the proposed traffic signal. 5. Develop preliminary Opinion of Probable Construction Cost (OPCC) for the proposed traffic signal 6. Prepare submittal package of preliminary designs and OPCCs and submit to City. An 11" x 17" submittal package will include: a. Cover Sheet and Index b. Quantities Summary c. Existing Conditions and Removals d. Pavement Markings and Signage Layout e. Proposed Ramp Layout f. Proposed Traffic Signal Layout g. Summary Charts h. Elevation Layouts i. Applicable Standards Task 5: Final Desiqn 1. Prepare and submit an 11" x 17" signed and sealed signal design plan set with the following: a. Cover Sheet and Index b. Quantities Summary c. Existing Conditions and Removals d. Pavement Markings and Signage Layout e. Proposed Traffic Signal Layout f. Summary Charts g. Elevation Layouts h. Applicable Standards 2. Address one (1) round of comments from the City 3. Perform internal QC/QA of final submittal 10101 Reunion Place, Suite 400, San Antonio, TX 78216 Kimley>»Horn Page 3 4. Prepare and submit an engineer's opinion of probable construction cost (OPCC) to the Client. Task 6: Bid Phase Services 1. Coordinate with Purchasing Department for contract development 2. Prepare table of contents and invitation to bidders document 3. Prepare bid schedule 4. Prepare supplement conditions (includes governing specs, special specs, supplemental specs & special provisions) 5. Prepare Owner and Contractor agreement 6. Assemble contract documents & specifications 7. Assist City with project advertising 8. Prepare agenda and attend pre -bid meeting 9. Prepare pre -bid meeting notes 10. Prepare and issue addenda 11. Attend bid opening 12. Review Contractor qualifications and evaluate submitted bids 13. Prepare bid tabulation and low bid comparison with Engineer's OPCC 14. Prepare contract award recommendation letter Task 7: Construction Phase Services The scope of services listed below may be performed as part of our construction phase services. Specific tasks will depend on the individual project needs as construction progresses. The budgeted fee for this task is based upon approximately 30 hours of labor. 1. Pre -Construction Meeting. Prepare for and conduct a pre -construction meeting to discuss the project requirements. 1. Clarifications and Interpretations. Issue necessary clarifications and interpretations of the Contract Documents to the Client as appropriate to the orderly completion of Contractor's work. Such clarifications and interpretations will be consistent with the intent of and reasonably inferable from the Contract Documents. Field Orders authorizing variations from the requirements of the Contract Documents will be made by the Client. 2. Shop Drawings and Samples. Review and approve or take other appropriate action in respect to Shop Drawings and Samples and other data which Contractor is required to submit, but only for conformance with the information given in the Contract Documents and compatibility with the design concept of the completed Project as a functioning whole as indicated in the Contract Documents. Such review and approvals or other action will not extend to means, methods, techniques, equipment choice and usage, sequences, schedules, or procedures of construction or to related safety precautions and programs. 3. Substitutes and "or -equal." Evaluate and determine the acceptability of substitute or "or -equal" materials and equipment proposed by Contractor, but subject to the provisions of applicable standards of state or local government entities. 4. Substantial Completion. Promptly after notice from Contractor that Contractor considers the entire Work ready for its intended use, in company with the Client and Contractor, conduct a final punch list inspection to determine if the Work is substantially complete. Work will be considered substantially complete following satisfactory completion of all bid items in the contract to allow the facilities to function as designed. Kimley»>Horn Page 4 5. Final Notice of Acceptability of the Work. Conduct a final site visit to determine if the completed Work of Contractor is generally in accordance with the Contract Documents so that the Consultant may recommend, in writing, final payment to Contractor. Accompanying the recommendation for final payment, the Consultant shall also provide a notice that the Work is generally in accordance with the Contract Documents to the best of the Consultant's knowledge, information, and belief and based on the extent of the services provided by the Consultant under this Agreement. 6. Limitation of Responsibilities. The Consultant shall not be responsible for the acts or omissions of any Contractor, or of any of their subcontractors, suppliers, or of any other individual or entity performing or furnishing the Work. The Consultant shall not have the authority or responsibility to stop the work of any Contractor. 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. Task 8: Record Drawings Following the completion and approval of construction of the signal at the project intersection, the Consultant will prepare and submit one PDF of the record drawing plans to the City of Schertz. Record drawings will be revisions to the construction drawings that reflect changes during the construction process that are reported to the Consultant by the Contractor and are considered to be significant. No survey will be performed. The record drawings are not guaranteed to be "as -built," but are based on the information made available to the Consultant. Task 9: Traffic Signal Timing Plan Development The Consultant will perform the following services: 1. Perform clearance interval calculations and preliminary timing plan parameters. Submit to the City for approval and submittal to the Contractor for signal turn -on. 2. Utilizing Sept. 17, 2024 vehicular turning movement count data, Kimley-Horn will provide up to three (3) recommended signal timing plans to the City for implementation. Task 10: Signal Timing Plan Implementation The Consultant will coordinate with the signals Contractor and the City traffic signal vendor to implement the approved traffic signal timing plan into the traffic signal cabinet at the project location. The Consultant will work with the City and the traffic signals Contractor to ensure that the programmed timings are correctly entered and operational within the signal controller hardware and software. Task 11: Reimbursable Proiect 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. 10101 Reunion Place, Suite 400, San Antonio, TX 78216 Kimley»)Horn Page 5 ASSUMPTIONS AND EXCLUSIONS The following items list assumptions made that serve as a basis for development of the above -mentioned scope of work: ASSUMPTIONS • One round of City comments will be addressed for the preliminary design. Additional review sets and submittals may be added to this task order by amendment • TxDOT permits will not be required for this project • Contractor will utilize TxDOT traffic control plan standards or the Contractor will provide TCP design drawings, if TCP varies from what is provided in the TxDOT traffic control plan standards • Material testing and inspection services will be completed by the City • All required signal controller hardware and software will be installed by the signals Contractor, functional, and accessible at the time of timing implementation. • City staff or designated traffic signals Contractor will be present for access and oversight as required. • Any subsequent modifications to timings arising from field observations or operational reviews will be addressed through an amendment 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 project require it or the City need that service. • Vehicular and pedestrian count data • Roadway reprofiling • 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 • This scope does not include programming or setup of the traffic signal conflict monitor or associated safety features. All programming or adjustment of the conflict monitor shall be performed by others, as directed by the City or Traffic Signals Contractor. • This scope does not include hardware troubleshooting or maintenance beyond the implementation of timing parameters. • Any additional controller features or auxiliary equipment setup, outside of standard timing implementation, are excluded unless specifically authorized in writing by an amendment • Any other services not listed in the basic scope of services or project work plan SCHEDULE Upon approval by City staff, 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. FEE AND BILLING In accordance with the below fee summary table, Kimley-Horn will perform the above outlined scope of services, including project expenses, for a total fee not to exceed $86,555.70 As noted above, a project 10101 Reunion Place, Suite 400, San Antonio, TX 78216 Kimley»>Horn Page 6 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 Basis of Compensation Schertz Parkway & Pecan Drive Traffic Signal BASIC SERVICES 1 Project Management (LS) $ 5,595.00 [ Lump Sum ] 2 Topographic Survey Services (Sub -Consultant) $ 11,730.70 [ Lump Sum ] Topographic Survey Services (Kimley-Horn) $ 1,820.00 [ Lump Sum ] 3 SUE Services (Sub -Consultant) $ 15,280.00 I T&M ] SUE Services (Kimley-Horn) $ 2,720.00 [ Lump Sum ] 4 Preliminary Design (LS) $ 12,675.00 [ Lump Sum ] 5 Final Design (LS) $ 14,645.00 [ Lump Sum ] 6 Contract Documents and Bid Phase Services (LS) $ 6,855.00 $ 6,715.00 $ 1,210.00 [ Lump Sum ] [ HRLY NTE ] [ Lump Sum ] 7 Construction Phase Services (HRLY NTE) 8 Record Drawings (LS) Signal Timing Plan Development (LS) Signal Timing Plan Implementation (LS) Reimbursable Project Expenses (LS) 9 $ 4,840.00 [ Lump Sum ] 10 $ 2,120.00 [ Lump Sum J 11 $ 350.00 [ Lump Sum ] Total (Basic Services) $ 86,555.70 TOTAL COMPENSATION $ 86,555.70 Kimley-Horn will submit invoices to the City on a monthly basis for services performed. Each invoice will include a progress report and work completed for the corresponding month. We appreciate the opportunity to be of service to the City and look forward to successfully completing this project for you. Please don't hesitate to contact me at dawn iele.metsker-galarzaa-kimley-horn.com or (210) 321-3404 should you have any questions on the proposed scope and fee. Sincerely, KIMLEY-HORN AND ASSOCIATES, INC. TBPE# 928 By: Dawniele Metsker-Galarza, P.E"PTOE Stephen Aniol, PE Project Manager Contract Manager Attachments 1 - Project Work Plan 2 - Topographic Survey Services and SUE Services Proposals Cc: Stephen Aniol, PE, Amy Avery, PE, PTOE 10101 Reunion Place, Suite 400, San Antonio, TX 78216 CRY OF SCHERTZ Fa Jl . Pmposal Breakdown for Professional Services Pro:ct Name: Schertz Parkway & Pecan Drive Traffic Signal Dea'nFinn: Nimley-Hom and Associates, Inc. Date Pro I Subrrvitad: 11212025 o(Sehertz Pro' W Man Jahn Nowak. PE w Mena ar: r Dawniele Metal -Galore, PE, PTDE P..M..fP-.nnal Title QAIOC Manager Pro)eat Manager CMIE.,)... Staff Enginr 11 ee Accountant Admin Consultant Fee Total SubCcut. Itant Fee Total Fee Total Contract Approved Rates S 305.00 $ 7E0.07 S 1ip Qy S 160M S 150.00 E 115.00 taakbsaa0suiennewpheas 13,samptimOntl,din rY BASIC,. SEf1YECES 1 Pfn eM Man maM ItS) 61 1 4 1) 228 S 5 it S 5,595A0 f.t Dai 1Me mentlDes n Team Coordination 2 4 6 Mo F.-lab antl Pre:ct Invoid 4 �41 4 12 1Internal of ft Meetin 1 1 1 4 f 87590 Gen..l CoaW- ar wig, C' Pro' ct Ma 2 2 4 E f 07000 E22.2 r hical Sume Services LS 0 4 0 E 0 0 10 S 7-qp,0@ S 11,730.70 S 13.550.70 5ubm... la"t S.-e 0K.1-Horn Deliverable. OMOC and 1-1-me-lot- 4 6 10 E 1 S2000 SUE Service. B.M/LS 0 2E i 0 132 0 i 16E S 2,720.00 S 15.280.00 S 78,000.00 3.1 Subconaultant Service. iM' 0 b E 15280.00 3.2 Kmle -Ham Dalivarablea QA OC and Im l.mentation I Lump Sum' 4 12 16 $ 2720.00 A Preliminary Dee n L9 3 12 0 80 0 0 7i E 12,675.00 S S 5i.11711.00 4.1 Fta IE Evaluation 3 3 6 1 140.DD 4.2 Download Sita V ut Photos 8 Documentation 2 2 300.00 4.3 D-W PralrnmF2 L.v.ut 5 40 45 7150.00 4.4 Davala, OPCC 2 8 10 E 1660.00 4.5 OAJOC Prelimina Le Wend OPCC 2 2 4 $910.00 4.6 Prelimina Des' ns and OPCCs Submhtal b O 1 2 5 8 1,515.00 0 S 5 Final Deal n LS S ti 4 67 0 0 BB E 14845.00 S ! S i4tiA0 5.1 Prepara Final tlas n Plan Sat 8 40 48 S 7 840.00 5.2 Address One ?�11 Round of Comments 4 8 12 E 2.120.00 5.3 QA/QD Final Des' n and OPCC 2 2 10 14 S 2570.00 5.4 Fnal Plans end OPCCs Submittal to CAY 1 2 9 12 E 2115.00 a E 6 Contract Documents and Bid Phase Services LS ] 111 0 12 0 6 36 E 6,855.00 S f S.iS5A0 6.1 Pr are on Table of Contents and Invitation to Bidders Document 1 3 4 b 660.00 6.2 Pre re Bid Schedule 1 1 2 380.00 6.3 Prepare Supplement Conditions (Includes Governing Specs. Special Specs. Supp Specs 8 S cial P:whian 1 7 1 3 E 885.00 64 Prepare Dvmar antl Contactor ment reecifications 1 1 b 15D.DC fi5 Assemble Contract Decuments8 1 2 1 4 e 3 6.6 Pr a and. and ABend Pre -Bid Meetin 1 1 2 S 0 PraBid Meeti Notes 1 1 2 E375.0 6.8 Pr and Issue Addenda 1 2 1 4 S 0 6.9 Attend Bid 3 3 E 690.00 6,10 Contactor Qualification and Bid Evaluation i 1 E 230 OD 611 Ara is Bid Tabulation 1 2 3 S a6Q Ki CRY OF SCHERTZ Feel Price Pmposal B—W own for Professional Services Prc' ct Name Scheriz Parkway 8 Pecan Drive Tra10n Signal oe: n Fim,: IOndey+lom and Aaeodaba, be. Data Proopul Submifled: 1102025 Ci. o(Schenz Pro' ct Me- r John Nowak, PE Ma e: Dawnlele MetekerGalaaa, PE. PTOE PoSItlonlPersonnel Tltie QAKiC Manage .n.g Manage Chdl Englnee Staff Englneer II Accountant Admin Consultant Fee Total 8ub�onsultant Fee T0ta1 Fee Totes Contract ADpmved Rates E 305.00 s 730 co 4 19000 1 150.00 s 15000 t 11500 Taskto be mred/Phau Descd 'on includin Sub-consulbmwork oura 6t2 Pre am Lentram Awam rZx011mandaben totho 1 2 1 3 1 5000 7 Construction Phase Services HRLY MTE 5 14 S 3 0 0 30 y 6.715.00 $ $ 6715.00 7.1 Attend Pre -Construction M'e a - 2 6 i 530.D0 T2 Material Submithal Reviews 1 2 3 6 [ 1 215.00 7.3 Construction Sib Vlsit iEst 2 Months Two x Mordh 2 6 5 12 S 2.710.00 7.4 Revi—nd Res nd tc Contractor Cha a Order Pro sal 3 3 6 E 1.26D.00 8 Record Oravin c LS 0 7 0 5 0 C 7 S 1110.00 = y 1,219A0 8.1 Pre are and Submit Record Drawings to Cin 5 5 1 210.OD _ 3 9 31 Pal Timin Plan Deve ment L.S p e 0 p0 0 0 20 ; 4,840.00 y S 4A49.D0 9.1 Padorm clearance interval calcubtrons end an trmin Plan oaremeters 4 5 2,120.00 9.2 Develop u to three•31 si slbmino Pen. 12 2720.00 10 SI Pal Timi Plan lm lementatbn LS 0 4 p ! 0 0 12 y 2,120.00 S S 2.120.00 10.1 OnSiteTimi Plan Irmlemanbtron for uc to three 3 si Pal timi 4 e E .1 11 Reimbursable Pro act En enses LS 4 0 0 0 p 0 0 S MAp s i 3W.00 11.1 Field Review 8 Des NConsum Sib V. y otaI konrs a mis ServrOea . 31 15a 0 4-4 4 a 078 TotW fee tpaale servlceJ ! S 59,545.00 I S 27,010.70 'S 88,555.70 McGRAY & McGRAY LAND SURVEYORS, INC. 3301 HANCOCK DRIVE, SUITE 6 AUSTIN, TEXAS 78731 [512) 451-85J1 FAX [512) 451-8751 ATTACHMENT 2 TRANSMITTAL SUBCONSULTANT PROPOSAL TOPOGRAPHIC SURVEY TO: Kimley-Horn DATE: November 18, 2025 Attn: Dawniele Metsker-Galarza, RE, FROM: Sofia Ratinoff for Chris Conrad 10101 Reunion Place, Suite 400 RE: Revised Proposal for San Antonio, Texas 78216 Surveying Services for the Intersection of Pecan and PHONE: (210) 321-3403 Schertz Parkway Project, EMAIL: Dawniele.Metsker-Galarza@kimley-horn.com Schertz, Texas WE ARE SENDING YOU X Attached Under separate cover the following items: COPIES DESCRIPTION 1 Revised Proposal ❑ For Your Approval ❑ As Requested REMARKS: Thank you, Chris TBPELS Survey Firm #10095500 ® For Your Information ❑ For Review and Comment SENT VIA: ❑Delivery Service ❑FedEx ❑Mail ❑Fax ®Email ❑Other: Ifyou received this message incomplete or illegible, or if enclosures are not as noted, please notify us at once McGRAY & McGRAY LAND SURVEYORS, INC. November 18, 2025 Dawniele Metsker-Galarza, PE, PTOE Kimley-Horn 10101 Reunion Place, Suite 400 San Antonio, Texas 78216 (210) 321-3403 VIA EMAIL dawniele.metsker-galarza@kimley-horn.com RE: Revised Proposal for Surveying Services for the Intersection of Pecan and Schertz Parkway Project, Schertz, Texas Dear Ms. Metsker-Galarza: We appreciate the opportunity to present you with this revised proposal for the above - referenced project. The following represents our understanding of the area to survey and scope of services. Our fee proposal follows. Area to Survey: • Pecan Drive at Schertz Parkway, as highlighted in "RED" on attached Exhibit "A". Survey Control: • Horizontal Control: The survey will be provided in Texas State Plane, Central Zone, NAD 83, grid coordinates with a note defining the grid to surface scale factor. • Vertical Control: Elevations will be obtained using NAVD 88, Central Zone, EPOCH 2O10.00, Geoid 2018 and at least two (2) benchmarks will be established onsite, and descriptions will be provided on the drawing. Scope of Services: Design Surveying Services: 1. Cross sections shall be taken at 50-foot intervals along with break lines as required, to provide a digital topographic design file at 1-foot interval contours. 2. Locate and identify all above ground features within the survey limits including buildings, mailboxes, fences, visible sidewalks, driveways, handicap ramps, guardrails, signs, utilities including: manholes, water valves with top of elevations, telecom boxes, utility poles and water meters. 3. Locate and identify types of existing pavement surfaces for streets, sidewalks and driveways. 3301 HANCOCK DRIVE, SUITE 8 AUSTIN, TEXAS 78731 (S1214S1-8591 FAX (51?3 451-8791 Ms. Metsker-Galarza November 18, 2025 Page 2 of 2 4. Locate and identify existing traffic signals including base, mast arms, street signs and control boxes. 5. Invert elevations top of water valve nuts and size/type of utility and drainage pipes, and culverts shall be identified for all manholes and culverts within the project limits. 6. Trees 8-inches and larger in diameter shall be measured, identified and tagged with a point number. Deliverables: A. MicroStation V8i format. B. The units of the drawing file shall be U.S. survey feet. Fees: Design Surveying Services (Non-taxable): 2 Man Crew: Field Coordinator: Sr. Survey Technician: Survey Technician: LiDAR Terrestrial Scanner: RPLS: Project Manager: 24 hrs @ 2 hrs @ 14 hrs @ 32 hrs @ 2 hrs @ 4 hrs @ 2 hrs @ $220.00 /hr.= $ $94.20 /hr.= $ $119.14 /hr.= $ $98.36 /hr.= $ $100.00 /hr.= $ $193.95 /hr.= $ $235.51 /hr.= $ TOTAL = $ 5,280.00 188.40 1,667.96 3,147.52 200.00 775.80 471.02 11,730.70 Once we receive notice to proceed, we will visit with you to establish a schedule for this project. Thank you for including us on this project. We look forward to the opportunity to work with you. If you think we have omitted any service you require or misinterpreted your request, please let me or Joe Webber know. SincereUonra, Chris IS Vice President TBPELS Survey Firm #10095500 CIC:JDW:spr Encl. Authorized to Proceed by: Signature Print Date Name 4OW 40 gar• .��'�:; � .� �' , t .� i _.� 17 AS s s Al _. _- ' -'sit' -. ter•_ - r•Y — � _�♦r y ' �� Underground Services, Inc. S01W4 A Professional Corporation Specializing in Subsurface Utility Engineering Design Accurately, BulldConfidently Dawniele Metsker-Galarza Kimley-Horn 10101 Reunion Place, Suite 400, San Antonio, Tx, 78216 Direct: 210.321.3403 1 Mobile: 956.346.8482 1 Main: 210,541.9166 dawniele.metsker-galarza@kimley-horn.com USI Job #: 655370 RE: Sub-Surface/Surface Utility Locating (QL-A & QL-B) City of Schertz 2024 On -Call Pecan Dr & Schertz Pkwy, Schertz, TX 78154 Dear Ms. Galarza, October 1, 2025 ATTACHMENT 2 - SUBCONSULTANT PROPOSAL SUE SERVICES We are pleased to provide following information regarding the referenced project. This letter and following exhibits constitute our proposal based on the scope of work outlined in Exhibit A on page 3. This agreement is valid for 90 (ninety) calendar days. Any cost estimates stated herein are subject to equitable adjustment in the event of differing site conditions, changes in applicable laws or the scope of services, unforeseeable delays or difficulties beyond the reasonable control of Underground Services, Inc. Professional Services to be provided under this contract are as follows: Test Holes / Vacuum Excavation (Quality Level A) Utility Markouts / Designating (Quality Level B) Records, Research and Recon (Quality Level C & D) ❑� Surveying & Mapping Video Pipe Inspection (CCTV) / Hydro Jetting Concrete Slab Imaging ❑� Traffic Control Other: For a description of the above professional services, please refer to Exhibit B on page 4 and for definitions refer to Exhibit C on Page 5. UNDERGROUND SERVICES, INC. Corporate Headquarters: 24 Hagerty Blvd. I Suite 111 West Chester, PA 19382 1 P: 1-877-SOFTDIG (763-8344) 1 www,softdig.com Proudly Serving the Northeast, South & Midwest Regions SoftDlg® and Safeft@ are registered trademarks of Underground Services, Inc. Underground Services, Inc. ,�U� A Professional Corporation Specializing in Subsurface Utility Engineering Design Accurately, Build Confidently Exhibit A: Scope of Work and Fees !<ll dgrgmund Serdim IFtf,.; A. Field mark and provide field sketches of utilities detected in area(s) shown and as directed. SoftDig@ will not be liable for any claims resulting from damage to public utilities not field marked by TX-811 Utility Call Center because of non -notification by client to the Call Center subsequent to SoftDig@ markouts. B. Not able to mark water if non-conductive without a tracer wire. C. Not able to mark irrigation and is therefore excluded from the scope. D. Not able to designate utilities beneath stockpiled/stored materials/supplies or parked vehicles/trailers. E. Excavate by air/vacuum excavation at locations as directed AND provide field test hole data reports. F. Deliver in CAD format for QLB findings and QLA test hole locations. Kimley-Horn: A. Restrict parking so as not to impede SoftDig's work. B. Field direct areas of work and work activity. C. Provide site access including mechanical rooms/basements. D. Provide all available utility records and/or site facility contact. E. Provide base map showing work area(s), exact site address and site contact representative with phone number prior to SoftDig's mobilization. Fees Surface Utility Locating (QL-B) 8 Hours @ $235.00 Per Hour.............................................................................................................................................................................................$1,880.00 Sub -Surface Utility Locating (QL-A) 16 Hours @ $325.00 Per Hour............................................................................................................................................................................................$5,200.00 Traffic Control Est. 2 Days of Lane Closures @ $1,800.00 Per Day..................................................................................................................................................$3,600.00 1 Permit @ $600.00 Per Permit.................................................................................................................................................................................................$600.00 Coring & Restoration (If Required) 4 Cores @ $350.00 Per Core...............................................................................................................................................................................................$1,400.00 Survey & Mapping (Includes Post -Processing) 1 Day @ $2,600.00 Per Day................................................................................................................................................................ .$2,600.00 ................................ Underground Services, Inc.: Client Accepted: Robert Medina Texas Operations Manager Signature Printed Name Title TOTAL ........................ $15, 280.00 October 1, 2025 Date UNDERGROUND SERVICES, INC. Corporate Headquarters: 24 Hagerty Blvd. I Suite 111 West Chester, PA 193821 P: 1-877-SOFTDIG (763-8344) 1 www.softdig.com Proudly Serving the Northeast, South & Midwest Regions Date SoftDig@ and SafeDlg@ are registered trademarks of Underground Services, Inc. Underground Services, Inc. SoffDig, A Professional Corporation Specializing in Subsurface Utility Engineering Design Accurately. Build Confidently Exhibit B: Scope of Services All work in conformance with ASCE Publication Cl/ASCE 38-22, Common Ground Alliance (CGA) and American Public Works Assoc. / Utility Location and Coordination Council (APWA/ULCC) Records Research and Reconnaissance: (Quality Level D & C) -Meet with owner's Project Engineer to discuss specifics and requirements of the assignment. -Research and retrieve all available utility records. -Conduct a site reconnaissance to validate probable utilities. -Verify the existence of survey control and plan operational procedures. -Research permit and special insurance requirements with appropriate agencies. Surface Locates: (Quality Level C & B) • Designate, record and mark the approximate horizontal location (accurate within 12± in.) of existing utilities by geophysical prospecting techniques. • SoftDig® will use its best professional expertise and geophysical prospecting techniques to designate subsurface utilities. SoftDig® does not guarantee that utilities marked constitute all utilities within the project area. • SoftDig® uses electromagnetic equipment and GPR; however, there exists the possibility that due to circumstances beyond the control of the designating technicians utilities may be non -detectable, or the horizontal location mark is not directly over the center -line of the utility. The following factors may limit or exceed the capabilities, accuracy, and reliability of the geophysical equipment: composition of the utility structure (non-metallic), soil characteristics (mineral content, debris, rocks), the salinity of groundwater, depth of utility, surface covering, embedded structures (re -bar, wire mesh), confined spaces, and external interference (power lines, guard rails, traffic, rail lines). • Utility depths obtained by instrument readings (only if requested by client) are not guaranteed and are not to be used for design or basis for construction. Clients relying on instrument reading of depths do so at their own risk. True depth is only obtained by exposing the utility. • Data Management (Survey and CADD Mapping) is not included unless specifically requested and included in Exhibit A — Schedule of Fees. Subsurface Locates: (Quality Level A) • SoftDig® will provide routinely and normally carried cones and warning signs for Maintenance of Traffic. Traffic conditions, location of test holes in roadway and permit requirements may require other devices (T.M.A., arrowboards, etc.) and/or flaggers or police detail. Such costs will be invoiced as an expense, as stated in Exhibit A — Schedule of Fees. • Coordinate with utility company inspectors as required by the resultant agreement and by law. • Neatly cut and remove existing paving, with the cut area not exceeding 12 in. x 12 in. Excavate using the SoftDig® vacuum excavation system. • Excavate test holes with care as to prevent damage to utilities, however, any damage resulting from the condition of the utility due to age, burial conditions, covering, etc. is not the responsibility of SoftDig®. • Back -fill with excavated material and compact in 6 inch lifts. • Furnish, install and color -code a permanent above -ground marker (e.g. P.K. nail, peg, steel pin, or hub) directly above the center -line of the structure, as well as "down the hole" color -coded plastic ribbon. • Provide a bituminous cold patch of pavement within the limits of the original cut at the time of back -fill. Pavement restoration is guaranteed for 3 years. If the test hole is excavated in an area other than the roadway pavement, the area disturbed will be restored to the condition prior to excavation. Excluded from this provision would be any disturbance to sub soil and ground water conditions that may result in a "quick condition" or "bubbling" of water to the surface from hydro -static pressure release resulting from excavation and through no fault of SoftDig®. Also excluded is restoring pavement with hot mixed/hot laid bituminous pavement or key -holing operations. • Provide the following test hole information: • Elevation of top and/or bottom of utility tied to vertical control provided, to within 0.01 ft. If control is not provided, control will be assumed. • Locate the test hole by swing ties to 3 physical objects. • Elevation of existing grade over utility at test hole to within 0.01 ft. • Outside diameter of pipe or width of duct banks and configuration of non -encased multi -conduit systems. • Utility structure material compositions, and condition when possible. • Pavement thickness, generalized soil type and unusual conditions. • Should suspected hazardous material be encountered in the test hole, SoftDig® crews will immediately contact the client representative and our office. We will also comply with DOT Hazardous Material Regulation Procedures. • Data Management (Survey and CADD Mapping) is not included unless specifically requested and included in Exhibit A — Schedule of Fees. NOTE: Test holes shall be terminated if subsurface conditions (rock, boulders, groundwater, soil conditions, soil cave-in, trash / debris, or excessive depth) prevent advancement of excavation to expose the utility or to reach required depth. UNDERGROUND SERVICES, INC. Corporate Headquarters: 24 Hagerty Blvd. I Suite 111 West Chester, PA 193821 P: 1-877-SOFTDIG (763-8344) 1 www.softdig.com Proudly Serving the Northeast, South & Midwest Regions SoftDlg® and Safeft6 are registered trademarks of Underground Services, Inc. Underground Services, Inc. 5OWig. A Professional Corporation Specializing in Subsurface Utility Engineering Design Accurately, Build Confidently Exhibit C: Definitions Underground Services Inc. SoftDig® provides "Subsurface Utility Engineering", (SUE), that can reduce unforeseen conflicts between construction and underground utilities. It provides accurate information on the horizontal and vertical location of the underground utility facilities during the early development of projects. Through the use of this technology, designers can identify conflict points and design to accommodate and avoid delays and/or re -design during construction. The three main components of subsurface utility engineering [as defined by The Federal Highway Administration] are Designation, Location, and Data Management. Designation (QL-B): The process of using a surface geophysical method or methods such as electro-magnetics and GPR to interpret the presence of a subsurface utility. The approximate horizontal location of a designated utility is marked on the ground surface with paint or other marking devices surveyed, and CADD mapped (if requested). This phase of the process allows broad -scope engineering decisions to be made early in the project. Location (QL-A): Designation alone does not provide the high accuracy required for the detailed design of a project. Locating is the process of exposing, surveying, and recording the precise vertical and horizontal location of a subsurface utility. Factors such as utility material and condition may influence specific techniques. The typical technique for utility exposures is the use of the minimally intrusive SoftDig® air-entrainment/vacuum excavation technology, which significantly reduces the potential for damage to the structure being uncovered. This allows technicians to measure and record a utility line's precise vertical depth and horizontal position through a hole that may be no larger than 203 x 203 mm (8 x 8 in), preserving both utility and surface integrity. Vacuum excavation may also be utilized for "pilot" holes to excavate below the probable zone of underground utilities (6'± depth) for soil test borings, wells, caissons, etc. Data Management: The key phase is Data Management/Quality Assurance which involves incorporating, correlating and reviewing information on the location and quality level of utilities - integral to the process of designing a project. Depiction of utilities from subsurface utility engineering and survey sources is usually accomplished via computer -aided design and drafting onto electronic files or other appropriate documents. Written reports, test hole summary sheets, photographs, and other data may accompany and supplement plan sheets. The earlier the data is used, the better. A project's impact on underground utilities may be a critical factor in determining a cost-effective design. *Quality Levels: Work performed at a certain Quality Level is predicated on performing all lower -tiered Quality Levels. Example —for true Quality Level A work, Quality Level D through B as well as Quality Level A must be performed. QL "D" -- Information derived from existing records or oral recollections. QL "C" — Information obtained by surveying and plotting visible above -ground utility features and by using professional judgment in correlating this information to Quality Level D information. QL "B" -- Information obtained through the application of appropriate surface geophysical methods to determine the existence and approximate horizontal position of subsurface utilities. QL "A" -- Precise horizontal and vertical location of utilities obtained by the actual exposure (or verification of previously exposed and surveyed utilities) and subsequent measurement of subsurface utilities, usually at a specific point. *Source: ASCE Standard Guideline for the Collection and Depiction of Existing Subsurface Utility Data, American Society of Civil Engineers, Publication No. Cl/ASCE 38-22 UNDERGROUND SERVICES, INC. Corporate Headquarters: 24 Hagerty Blvd. I Suite 111 West Chester, PA 19382 1 P: 1-877-SOFTDIG (763-8344) 1 www.softdig.com Proudly Serving the Northeast, South & Midwest Regions SoftDigO and SafeDlg® are registered trademarks of Underground Services, Inc.