HomeMy WebLinkAboutR2026-025 20260209Docusign Envelope ID: 61A497BD-9D13-46E0-8E13-O71D923DD1C6
MAYOR
RESOLUTION NO. R2026-25
A Resolution of the City Council of the City of Pearland, Texas, authorizing an
expenditure of the PEDC, for engineering and design services associated with
the reconstruction of Shank Road, in the estimated amount of $871,708.00.
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS:
Section 1. That certain contract for professional services associated with the
reconstruction of Shank Road, a copy of which is attached hereto as Exhibit "A" and made a part
hereof for all purposes, is hereby authorized and approved.
PASSED, APPROVED and ADOPTED this the 9th day of February, A.D., 2026.
DocuSigned by:
ATTEST:
cDocuSigned by:
Freuas (1,y,46(
FR%X l rrA5GUILAR, TRMC, MMC
CITY SECRETARY
APPROVED AS TO FORM:
Signed by:
�Gvt9�P1�C� ✓J. I ti \
OVt4ffiqttb. PROVINS
CITY ATTORNEY
CONTRACT FOR PROFESSIONAL SERVICES
THIS CONTRACT is entered into upon final execution by and between the Pearland Economic
Development Corporation ("PEDC") and Consor North America, Inc. ("CONSULTANT").
The PEDC engages the CONSULTANT to perform professional services for a project known and
described as Shank Road Reconstruction Engineering and Design ("PROJECT").
SECTION I - SERVICES OF THE CONSULTANT
The CONSULTANT shall perform the following professional services to PEDC standards and in
accordance with the degree of care and skill that a professional in Texas would exercise under the
same or similar circumstances:
A. The CONSULTANT shall provide engineering and design services, additional
services, and construction phase services for the Shank Road Reconstruction
project. See Exhibit A, attached, for a detailed SCOPE OF WORK and PROJECT
schedule. The PROJECT schedule shall be submitted in digital and hard copy form
in the Microsoft Project for Windows format.
B. The CONSULTANT shall prepare and submit a detailed opinion of estimated cost
of the PROJECT.
C. The CONSULTANT acknowledges that the PEDC (through the City of Pearland
employee handbook) considers the following to be misconduct that is grounds for
termination of a PEDC or PEDC employee: Any fraud, forgery, misappropriation
of funds, receiving payment for services not performed or for hours not worked,
mishandling or untruthful reporting of money transactions, destruction of assets,
embezzlement, accepting materials of value from vendors, or consultants, and/or
collecting reimbursement of expenses made for the benefit of the PEDC. The
CONSULTANT agrees that it will not, directly or indirectly; encourage a PEDC
employee to engage in such misconduct.
D. The CONSULTANT shall submit all final construction documents in both hard
copy and electronic format. Plans shall be AutoCAD compatible and all other
documents shall be Microsoft Office compatible. The software version used shall
be compatible to current CITY standards. Other support documents, for example,
structural calculations, drainage reports and geotechnical reports, shall be
submitted in hard copy only. All Record Drawings electronic files shall be
submitted to the CITY in TIF format.
E. The CONSULTANT recognizes that all drawings, special provisions, field survey
notes, reports, estimates and any and all other documents or work product generated
by the CONSULTANT under the CONTRACT shall be delivered to the PEDC
upon request, shall become subject to the Open Records Laws of this State.
Design
1 of 6 Dl. Revised 2018
F. The CONSULTANT shall procure and maintain for the duration of this Agreement,
insurance against claims for injuries to persons, damages to property, or any errors
and omissions relating to the performance of any work by the CONSULTANT, its
agents, employees or subcontractors under this Agreement, as follows:
(1) Workers' Compensation as required by law.
(2) Professional Liability Insurance in an amount not less than $1,000,000 in
the aggregate.
(3)
Comprehensive General Liability and Property Damage Insurance with
minimum limits of $1,000,000 for injury or death of any one person,
$1,000,000 for each occurrence, and $1,000,000 for each occurrence of
damage to or destruction of property.
(4) Comprehensive Automobile and Truck Liability Insurance covering owned,
hired, and non -owned vehicles, with minimum limits of $1,000,000 for
injury or death of any one person, $1,000,000 for each occurrence, and
$1,000,000 for property damage.
The CONSULTANT shall include the PEDC as an additional insured under the
policies, with the exception of the Professional Liability Insurance and Workers'
Compensation. Certificates of Insurance and endorsements shall be furnished to
the PEDC before work commences. Each insurance policy shall be endorsed to
state that coverage shall not be suspended, voided, canceled, and/or reduced in
coverage or in limits ("Change in Coverage") except with prior written consent of
the PEDC and only after the PEDC has been provided with written notice of such
Change in Coverage, such notice to be sent to the PEDC either by hand delivery to
the PEDC President or by certified mail, return receipt requested, and received by
the PEDC no fewer than thirty (30) days prior to the effective date of such Change
in Coverage. Prior to commencing services under this CONTRACT,
CONSULTANT shall furnish PEDC with Certificates of Insurance, or formal
endorsements as required by this CONTRACT, issued by CONSULTANT'S
insurer(s), as evidence that policies providing the required coverage, conditions,
and limits required by this CONTRACT are in full force and effect.
G. The CONSULTANT shall indemnify and hold the PEDC, its officers, agents, and
employees, harmless from any claim, loss, damage, suit, and liability of every kind
for which CONSULTANT is legally liable, including all expenses of litigation,
court costs, and attorney's fees, for injury to or death of any person, for damage to
any property, or errors in design, any of which are caused by the negligent act or
omission of the CONSULTANT, his officers, employees, agents, or subcontractors
under this CONTRACT.
H. All parties intend that the CONSULTANT, in performing services pursuant to this
CONTRACT, shall act as an independent contractor and shall have control of its
Design
2 of 6 Dl. Revised 2026
own work and the manner in which it is performed. The CONSULTANT is not to
be considered an agent or employee of the PEDC.
SECTION II - PERIOD OF SERVICE
This CONTRACT will be binding upon execution and end upon successful completion of
approved deliverables as outlined on the attached SCOPE OF WORK and PROJECT schedule.
SECTION III - CONSULTANT'S COMPENSATION
A. The total compensation for the services performed shall not exceed the total noted
in Section B.
B. The PEDC shall pay the CONSULTANT in installments based upon monthly
progress reports and detailed invoices submitted by the CONSULTANT based
upon the following:
1. Basic Services (Lump Sum) $651,349
2. Additional Services: Survey, ROW Mapping, Geotechnical Services,
Environmental Services, (Lump Sum):
3. Bid Phase Services (Hourly Not to Exceed)
4. Construction Phase Services (Hourly Not to Exceed)
5. Total:
$149,455
$7,454
$63,450
$871,708.00
C. The PEDC shall make payments to the CONSULTANT within thirty (30) days after
receipt and approval of a detailed invoice. Invoices shall be submitted on a monthly
basis.
SECTION IV - THE PEDC'S RESPONSIBILITIES
A. The PEDC shall designate a project manager during the term of this CONTRACT
who may be a staff member of the PEDC. The project manager has the authority to
administer this CONTRACT and shall monitor compliance with all terms and
conditions stated herein. All requests for information from or a decision by the
PEDC on any aspect of the work shall be directed to the project manager.
B. The PEDC shall review submittals by the CONSULTANT and provide prompt
response to questions and rendering of decisions pertaining thereto, to minimize
delay in the progress of the CONSULTANT'S work. The PEDC will keep the
CONSULTANT advised concerning the progress of the PEDC'S review of the
work. The CONSULTANT agrees that the PEDC'S inspection, review, acceptance
or approval of CONSULTANT'S work shall not relieve CONSULTANT'S
responsibility for errors or omissions of the CONSULTANT or its sub-
consultant(s) or in any way affect the CONSULTANT'S status as an independent
contractor of the PEDC.
Design
3 of 6 Dl. Revised 2026
SECTION V - TERMINATION
A. The PEDC, at its sole discretion, may terminate this CONTRACT for any reason -
- with or without cause -- by delivering written notice to CONSULTANT
personally or by certified mail at 1080 Eldridge Parkway, Ste. 800, Houston, Texas
77077. Immediately after receiving such written notice, the CONSULTANT shall
discontinue providing the services under this CONTRACT.
B. If this CONTRACT is terminated, CONSULTANT shall deliver to the PEDC all
drawings, special provisions, field survey notes, reports, estimates and any and all
other documents or work product generated by the CONSULTANT under the
CONTRACT, entirely or partially completed, together with all unused materials
supplied by the PEDC on or before the 15th day following termination of the
CONTRACT.
C. In the event of such termination, the CONSULTANT shall be paid for services
performed prior to receipt of the written notice of termination. The PEDC shall
make final payment within sixty (60) days after the CONSULTANT has delivered
to the PEDC a detailed invoice for services rendered and the documents or work
product generated by the CONSULTANT under the CONTRACT.
D. If the remuneration scheduled under this contract is based upon a fixed fee or
definitely ascertainable sum, the portion of such sum payable shall be proportionate
to the percentage of services completed by the CONSULTANT based upon the
scope of work.
E. In the event this CONTRACT is terminated, the PEDC shall have the option of
completing the work, or entering into a CONTRACT with another party for the
completion of the work.
F. If the PEDC terminates this CONTRACT for cause and/or if the CONSULTANT
breaches any provision of this CONTRACT, then the PEDC shall have all rights
and remedies in law and/or equity against CONSULTANT. Venue for any action
or dispute arising out of or relating to this CONTRACT shall be in Brazoria County,
Texas. The laws of the State of Texas shall govern the terms of this CONTRACT.
The prevailing party in the action shall be entitled to recover its actual damages
with interest, attorney's fees, costs and expenses incurred in connection with the
dispute and/or action. CONSULTANT and PEDC desire an expeditious means to
resolve any disputes that may arise between under this CONTRACT. To
accomplish this, the parties agree to mediation as follows: If a dispute arises out of
or relates to this CONTRACT, or the breach thereof, and if the dispute cannot be
settled through negotiation, then the parties agree first to try in good faith, and
before pursuing any legal remedies, to settle the dispute by mediation of a third
party who will be selected by agreement of the parties.
Design
4 of 6 Dl. Revised 2026
SECTION VI - ENTIRE AGREEMENT
This CONTRACT represents the entire agreement between the PEDC and the CONSULTANT
and supersedes all prior negotiations, representations, or contracts, either written or oral. This
CONTRACT may be amended only by written instrument signed by both parties.
SECTION VII - COVENANT AGAINST CONTINGENT FEES
The CONSULTANT affirms that he has not employed or retained any company or person, other
than a bona fide employee working for the CONSULTANT to solicit or secure this CONTRACT,
and that he has not paid or agreed to pay any company or person, other than a bona fide employee,
any fee, commission, percentage brokerage fee, gift, or any other consideration, contingent upon
or resulting from the award or making of the CONTRACT. For breach or violation of this clause,
the PEDC may terminate this CONTRACT without liability, and in its discretion, may deduct from
the CONTRACT price or consideration, or otherwise recover, the full amount of such fee,
commission, percentage brokerage fee, gift, or contingent fee that has been paid.
SECTION VIII- SUCCESSORS AND ASSIGNS
This CONTRACT shall not be assignable except upon the written consent of the parties hereto.
SECTION IX - SPECIAL STATUTORY CONDITIONS
A. Texas Government Code - Chapter 2271. Prohibition on Contracts with Companies that
Boycott Israel. By signing this Agreement, the CONSULTANT certifies that, if it is a
company with at least 10 full-time employees and has a value of at least $100,000 that is
paid wholly or partly from public funds, that it:
1) does not boycott Israel; and
2) will not boycott Israel during the term of the contract.
B. Texas Government Code - Chapter 2274. Prohibition on Contracts with Companies that
Discriminate Against Firearm and Ammunition Industries. By signing this Agreement, the
CONSULTANT certifies that, if it is a company with at least 10 full-time employees and
has a value of at least $100,000 that is paid wholly or partly from public funds, that it:
1) does not have a practice, policy, guidance, or directive that discriminates against a
firearm entity or firearm trade association; and
2) will not discriminate during the term of the contract against a firearm entity or
firearm trade association.
C. Texas Government Code - Chapter 2276. Prohibition on Contracts with Companies
Boycotting Certain Energy Companies. By signing this Agreement, the CONSULTANT
certifies that, if it is a company with at least 10 full-time employees and has a value of at
least $100,000 that is paid wholly or partly from public funds, that it:
1) does not boycott energy companies; and
Design
5 of 6 Dl. Revised 2026
D. will not boycott energy companies during the term of the contract.
13/02/2026
The parties have executed this CONTRACT this day of , 2026.
Matthew Buchanan (Feb 13, 202618:21:04 CST)
PEARLAND ECONOMIC
DEVELOPMENT CORPORATION
Sviknchha ?eaprilly
Srikrishna Peapully (Feb 13, 202616:26:42 CST)
CONSOR NORTH AMERICA, INC.
Design
6 of 6 Dl. Revised 2026
n consor
1080 Eldridge Parkway, Ste. 800
Houston, Texas 77077
Telephone (281) 493-4140
E -Mail: slewis@consoreng.com
December 8, 2025
Valerie Marvin
Pearland Economic Development Corporation
3519 Liberty Drive, Suite 350
Pearland, TX 77581
Re: City of Pearland — Shank Rd. & Woody Rd. Reconstruction
Professional Civil Engineering Services Proposal
Dear Ms. Marvin:
CONSOR Engineers is pleased to submit our proposal for providing Design services for
the reconstruction of Shank Rd. & Woody Rd. in the City of Pearland. The Consor team
will consist of the following subconsultants:
• Kuo & Associates — Survey
• Associated Testing Laboratories — Geotechnical
The total cost for design for the project will be $871,708.
The attached Scope of Work and Level of Effort provides additional details. If you have
any questions, please let me know. We appreciate the opportunity to provide these
services for the City of Pearland.
Sincerely,
Steven E. Lewis, P.E.
Project Manager
Attachments:
Exhibit A — Scope of Services
Exhibit B — Summary of Project Cost
Exhibit C — Consor Level of Effort
Exhibit A-1, A-2, A-3, A-4 — Subconsultants Scope & Fee (Kuo, ATL)
EXHIBIT A
TRANSPORTATION SCOPE OF SERVICES
FOR
Shank Rd. & Woody Rd. Reconstruction
Shank Rd & Woody Rd.
Exhibit A - Scope
PROJECT SCOPE OF WORK
Existing Facility
Shank Road
Shank Road is a 20' to 24' wide asphalt roadway with open ditch and reinforced
concrete pipe culverts. The existing right-of-way is typically 60' wide. City has acquired
additional ROW at the east end at Mykawa to provide for future realignment. The project
limits extend from the western dead end to the intersection with Mykawa Rd. on the east
end, a distance of approximately 2,070 linear feet. The existing ditches drain toward
Mykawa Rd. A portion of the project is located within the effective floodplain of Hickory
Slough.
Woody Road
Woody Road ROW contains a is a 18' to 20' wide asphalt driveway with shallow open
ditches. The paved driveway extends from W. Orange St. at the south end, to
approximately 600' north. The remaining project limits are undeveloped, and extend
approximately 960' to the intersection with Shank Rd. The existing right-of-way varies
from 50' wide to 60' wide. A portion of the project is located within the effective
floodplain of Hickory Slough.
Untitled Map
Write a description for your map.
Shank Rd.
2,070 LF
Woody Rd.
1,560 LF
Shank Rd.
Proposed Realignment
1000 ft.
2
cOnsOr
Shank Rd & Woody Rd.
Exhibit A - Scope
Proposed Facility
Shank Road
The proposed facility will be 2 -lane, 36' wide (inside face of curb) concrete curb and
gutter section per the City's Design Manual, designated as `Minor Collector'. The
proposed facility will include reconstruction of the existing streets and driveways, and
installation of 6' sidewalk on one side of the street, and ADA curb ramps where
applicable. Proposed storm sewer will be installed including inlets and leads, which will
likely outfall into the existing channel located to the northwest of the project limits
(depending on results of the Drainage Study). Detention will be provided based on the
results of the drainage study. The existing water main and sanitary sewer will be
replaced.
The roadway alignment will match the existing alignment within the existing 60' right-of-
way, except at the east end at Mykawa Rd., where it will shift approximately 50' to the
north to align with existing Shank Rd. located to the east of Mykawa. A dedicated left
turn lane will be provided at the intersection with Mykawa.
Woody Road
The proposed facility will be a 2 -lane, 36' wide concrete curb and gutter section with
storm sewer, located within a 60' total right-of-way. Proposed storm sewer will be
installed including inlets and leads, which will likely outfall into the existing channel
located to the northwest of the project limits (depending on results of the Drainage
Study). Detention will be provided based on the results of the drainage study. The
existing water main will be replaced, and sanitary sewer will be added.
PROJECT SCOPE OF SERVICES
BASIC SERVICES: Consor Engineers, LLC (CONSOR) team will provide the
engineering design services to the City of Pearland (City) necessary for reconstructing
the streets to the Proposed Facility. The overall scope of services will conform to City
procedures and requirements to provide a PS&E package suitable for construction
bidding.
The design process for this project has been divided into the following phases:
PHASE I -
PHASE II -
PHASE III -
PHASE IV -
PHASE IB -
Preliminary Design Services
Final Design Services
Bid Phase Services
Construction Phase Services
Feasibility Study (Woody Rd. North Extension)
The preliminary design services, final design services, and bid & phase services
deliverables will be in accordance with all adopted City guidelines and specifications
and will be included in the following tasks.
3
cOnsOr
Shank Rd & Woody Rd.
Exhibit A - Scope
PHASE I - Preliminary Design Services
The primary goals are to (1) establish a typical cross section (2) proposed roadway alignment,
(3) positively determine proposed right-of-way needs, (4) determine drainage system needs
(drainage report), (5) determine potential conflicts with existing facilities, and (6) prepare a
reasonable construction cost estimate. A "30 percent" plan set will be prepared, consisting of all
existing features (seen and unseen) shown in plan and profile, and proposed improvements in
plan only with minor annotation. A schematic level Traffic Control Plan exhibit will also be
prepared. These plans, along with a typical section sheet, are the only drawings that are
necessary at this point. Preliminary Design Services will include both Shank Rd. and Woody Rd
project limits.
1. Preliminary Phase Services
A. Project Management
1. Attend meetings (primarily via Teams or similar) with City, stakeholders, and
external agencies including County, State & Federal entities, as required, to
identify & solicit necessary information. Prepare Meeting minutes.
2. Management of subconsultants (survey & geotechnical).
B. Data Collection
1. Gather City's existing information (studies, reports, record drawings, GIS
maps, etc.)
2. Collect public and private utility information
3. Conduct site visits
C. Topographic & ROW boundary survey as described in Surveyor's Scope of Services
Exhibit A-1.
D. Geotechnical Investigation as described in Geotechnical Scope of Services Exhibit
A-3.
1. Field exploration for nine (9) boring logs.
2. Engineering analysis including pavement design, utility construction, and
construction considerations, etc.
2. Prepare Preliminary Engineering Report (PER)
A. Conduct Drainage Study
1. Data collection - Obtain, review and evaluate available hydrologic and
hydraulic (H&H) data for the study area including as built or recent field
survey for storm sewer systems and reference standards and criteria.
4
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
2. Coordination with Brazoria Drainage District 4 (BDD4) - Coordinate with
BDD4 about the proposed project. Obtain pertinent information as it relates to
project including latest H&H/HEC-RAS models, current or future plans for
receiving channel improvements, high water marks/history of flooding, etc.
3. Drainage area map boundaries - Identify existing storm sewer systems
associated within the study areas and determine the existing and proposed
drainage area boundaries for the project based on available drainage study,
contour data and site visits. Drainage area peak flows will be calculated for 2-
yr and 100-yr events using Atlas 14 rainfall data.
4. Existing Conditions Analysis - Prepare an existing SWMM model of the
drainage systems. Consor will calculate the existing hydraulic grade line for
the 2 -year and 100 -year storm events. Consor will identify existing drainage
problems based on the existing analysis, LiDAR data, record drawings, and
site visits. All flows draining to the project limits will be included in H&H
modeling. Overland flow analysis will be performed for the extreme event
(100 -year event).
5. Proposed Conditions Analysis - Prepare a preliminary proposed storm sewer
design based on a 2-yr and 100-yr storm analysis for the project area using
SWMM to keep proposed 2-yr HGL below the gutter line and the 100-yr HGL
no more than 9 inches above the top of curb. OpenRoads DU will be used to
size inlets to meet ponding width and capacity design. Storm sewer leads will
be 18 inch pipe or larger with 24 inch minimum for leads carrying 5 cfs or
more.
6. Preliminary Detention Analysis —
a. Perform a detention analysis following the City of Pearland and BDD4
criteria. Calculate the required detention volume. Analyze the outflow to
ensure no increase in peak flows during the 2-yr and 100-yr storm event.
Provide appropriate outfall and erosion protection measures.
b. Perform Cut/Fill balance check for areas within the effective 500-yr
floodplain and provide additional detention as needed.
7. Preliminary Drainage Layouts - Prepare preliminary layouts for the proposed
storm system and detention basin. Assess potential locations for on -site and
off -site detention.
8. Drainage Impact Analysis Report - Prepare a drainage impact analysis report
documenting the results of the preliminary H&H analyses. Report exhibits will
include the vicinity map, existing and proposed drainage area maps, and
SWMM model outputs for the 2-yr, and 100-yr events. The study and analysis
will be performed in accordance with City of Pearland and BDD4 criteria.
B. Detention Comparison
1. Analyze and compare in -line detention vs. off -site detention, include cost
comparison and recommendation
5
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
C. Perform Utility Coordination & Conflict Services:
1. Perform records research and field visits to determine the presence of
underground or overhead private or public utilities during the Preliminary
Design phase.
2. Send records requests to utility companies and obtain I.D. numbers
(CenterPoint and AT&T).
3. Depict utilities to a reasonable degree of accuracy on the plan and profile
drawings.
4. Perform subsurface utility engineering (SUE) Level A & Level B on an as -
needed basis to identify depths of pipelines, gas lines, telecom, etc. in the
field. (See Optional Additional Services)
5. Prepare a conflict table during the Preliminary Design phase to highlight
conflicts between existing utilities and proposed improvements, to be updated
during the Final Design phase as required.
6. Submit milestone -level drawings to applicable utility companies for their
review.
7. Coordinate directly with utility companies to facilitate utility adjustments
required by the proposed improvements.
8. Obtain utility signatures for the contract plans per City requirements (Final
Design).
D. Submit Draft report containing:
1. Executive Summary & Design Recommendation & review of Design
Alternatives
2. Alignment & Topographic Surveys in accordance with City Standards
3. Draft Geotechnical report with bore location logs & pavement design
recommendations (see Exhibit A-3).
4. Draft Drainage Report
5. Draft Environmental Study
6. Prepare 30% construction drawings
1. Existing & Proposed Typical Sections
2. Preliminary Horizontal & Vertical Alignment in Plan & Profile format
(22"x 34" plan sheets at 1 "=20' scale)
3. Preliminary Traffic Control Plan Exhibit (22"x 34" Exhibit at 1"=50'
scale, double banked)
4. Preliminary Water & Wastewater Layout in Plan View format (22"x 34"
plan sheets at 1"=20' scale)
5. ROW coordination exhibits
7. Preliminary parcel map per Surveyor Services (per Exhibit A-2):
1. existing easements & right of way
6
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
2. proposed easements & right of way
3. requirements with owner's information
4. parcel owner's information
5. existing improvements
6. existing permanent improvements within 25' of proposed ROW
8. Prepare a preliminary Engineer's estimate
E. Submit Final Report
1. Prepare written response to City's review comments
2. Make revisions to report & resubmit for final approval
3. Submit final report when all comments are addressed
PHASE II - Final Design Services (Shank Rd)
The goal is to prepare construction drawings and specifications accurately and efficiently.
Interim submittals will be made at 60 percent and 90 percent should include drawings, a
specification table of contents (and/or special specifications, as applicable), and a construction
cost estimate.
Shank Rd. will be included in Final Design Services.
3. Final Design Phase Services
A. Project Management
1. Attend meetings (primarily via Teams or similar) with City, stakeholders, and
external agencies including County, State & Federal entities, as required, to
identify & solicit necessary information. Prepare Meeting minutes.
2. Coordinate with private developments & other public entity engineer's for
adjoining work/projects.
3. Management of subconsultants (survey & geotechnical).
B. Perform Utility Coordination & Conflict Services (continued from Preliminary Phase)
C. Prepare all plans details specifications and cost estimate in accordance with City of
Pearland's Design Criteria Manual (DCM).
1. Prepare detailed construction drawings, specifications and construction bid
packages for the proposed Projects
2. Prepare submittals for 60%, 90%, and Final. All plans will be submitted
electronically
7
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
3. Coordinate submittals for review & acquire approvals of all permits including
and not limited to: TxDOT, Railroads, USACE, Nationwide or Individual
permits (if required) & County Drainage Districts
4. Prepare bid sets for distribution via the City's e -bid system; including Plans,
Specifications, Bid Proposal, (utilizing City Standard Details + Specs; for
details & specification sections the City does not have, submit proposed
supplement specs) Submit to City for signatures
5. prepare Engineer's estimate
D. 60% Design Phase Submittal will include:
1. Cover sheet
2. Existing & Proposed Typical Sections
3. Overall project layout
4. Survey control map (by Kuo Associates)
5. Drainage area maps with hydraulic calculations
6. Plan and profile sheets, Removal Layouts (22"x 34" plan sheets at 1"=20'
scale; all existing and proposed facilities correctly shown in plan and profile;
separate drawings for roadway and storm sewer are not necessary)
7. Proposed Waterline & Sanitary Sewer Line plan and profile (22"x 34" plan
sheets at 1"=20' scale)
8. Signage and pavement marking plans (22"x 34" plan sheets at 1"=50' scale;
double banked)
9. Traffic control plan - It is assumed there will be three (3) traffic control phases
for this project; maintain 2 -lane, 2 -way traffic during construction. TCP layouts
will be prepared on double -banked 22"x34" plan sheets at 1" = 20' scale.
10. Storm Water Pollution Prevention Plan (drawings and text; drawings may
consist of a layout and details). SWPPP layouts will be prepared on double -
banked 22"x34" plan sheets at 1" = 50' scale and details will be included in
the construction drawings.
11. Construction Cost Estimate
E. 90% Design Phase Submittal will include:
1. All items from 60% Submittal
2. General Notes
3. Standard construction details
8
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
4. Project manual (bid form, specification table of contents, any special
specifications or conditions; contract documents excluded)
5. Responses to 60% comments
6. Parcel Maps for proposed ROW acquisition (per Exhibit A-1)
F. Prepare Final plans details specifications and cost estimate in accordance with City
of Pearland's Design Criteria Manual (DCM)
1. All items from 90% submittal
2. Responses to 90% comments
4. Bid Phase Services (Phase III) (Shank Rd)
A. Provide Notice to Bidders (NTB) to the Project Manager in an electronic form
appropriate for the City's e -bid system format. City is responsible for advertising.
B. Chair pre -bid meeting and attend the Bid Opening
C. Respond in writing to questions from bidders and prepare addendum as necessary.
A single addendum will be developed at the end of the question period.
D. Prepare Engineer's Recommendation of Award Letter that includes the following
required content:
1. Check for math errors and reconcile any mathematical discrepancies
2. Review for unbalance bid items
3. Certified Bid Tabulation including Engineer's estimate
4. Review of contractor's financial standing and references provided
5. Explanation of discrepancies between the Engineer's estimate and bids
6. Recommendation to award
5. Construction Phase Services (CPS) (Phase IV) — CPS will be provided on a Time &
Materials basis. For the basis of estimating, it is anticipated that construction duration will be
approximately 12 months.
A. Provide bound hard copies of the plans (11"x17") and executed Project Manual (4
sets)
B. Construction Administration
1. Attend pre -construction meeting to provide information & answer questions
2. Attend monthly progress meetings with Construction Manager, Contractor &
City of Pearland as needed
9
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
3. Review/approve & comment on Contractor's submittals, RFIs, Contractor
Proposals, Request for Change Orders (RCO) including coordination with
Construction Manager on Proposals & Change Orders using the City of
Pearland's Pro-Trak system.
4. Provide interpretive guidance for Contractor, Construction Manager in
resolution of problems
5. Conduct Substantial Completion Inspection with CM or PM to:
1. review progress of work for Substantial Completion walk through
2. generate a punch list of items for correction
3. substantiate items that are completed
4. issue both Certificate of Substantial Completion (signed/sealed from
Design Engineer) & Final Acceptance or 2nd walk through
6. Issue Final Completion & Acceptance letter to City recommending
acceptance & release of final payment
7. Coordinate contractors, CM/CI to provide complete record of As-Builts
Drawing
8. Within thirty (30) days after receipt of As-Builts from the contractor to the CM,
the project engineer shall provide to the City one (1) set of full size
reproducible record drawings, an electronic file copy (PDF format), AutoCAD
file (.dwg), and GIS compatible file (such as .dxf).
9. All Record Drawings must meet City Standards through the most current
Engineering Design Criteria Manual (EDCM). Chapter 11 of the EDMC states
the graphic and drawing standards and requirements that must be met. It is
the responsibility of the Consultant to ensure these standards are met and
the newest EDCM requirements are being used. Please refer to the City's
website, for the most current Engineering standards:
https://www.pearlandtx.gov/departments/engineering-and-capital-
projects/engineering-division.
10
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
PHASE IB - Feasibility Study - Woody Rd. North Extension
The purpose of this portion of the project is to perform Feasibility Study to analyze extending
Woody Rd. approximately 2,000' north from Shank Rd. to connect with the existing segment of
Woody Rd. located north of Hickory Slough (per exhibit below). The following will be included as
part of this Study:
Chevrolet
WOODY
PROP
EXTENSION
SHANK RD
r = =ii
Fearland,
.zi:
.R �,'y'f.'A'3In.t
Ill
McNardRI
STUDY
AREA
'Killen's Barbecue -
1-47:x. v_
A. Perform Feasibility Study concurrently with Phase I Preliminary Design
1. Review of up to three potential alignments for the road extension. Consider
stream crossing at Hickory Slough, ROW needs & impacts to adjacent
properties, impact to existing drainage facilities, and other associated impacts.
2. Traffic Analysis for Study Area bound by McHard Rd., Mykawa, Hatfield, and
Broadway:
a. Based on HGAC map, no major land use change proposed in the study area
till year 2050. This will be verified with the City of Pearland.
b. We will evaluate the traffic which will be diverted from the neighboring streets
(Hatfield Rd and Mykawa Rd) to this proposed connection using TxDOT
TCDS counts (actual traffic counts will not be performed). Assumptions will
be made regarding revised traffic patterns.
c. Calculate travel time and network delay with and without the proposed
roadway extension.
11
censor
Shank Rd & Woody Rd.
Exhibit A - Scope
d. For the benefit cost analysis, we will assume the cost of ROW Cost of ROW
acquisition, road construction and maintenance cost for 20 years. We will
also calculate delay cost using value of time from TxDOT data.
3. Perform cost/benefit analysis of extending the road vs. improvements to traffic
flows in the study area. We will assume the cost of ROW acquisition, road
construction, and maintenance cost for 20 years.
B. Submit Draft Memo report containing:
1. Executive Summary & Review of Design Alternatives, Cost Comparisons
2. Exhibit level layout drawings (11"x17) of each potential alignment, depicting
proposed ROW needs, stream crossing, drainage impacts
3. Traffic Study data
C. Submit Final Report
1. Prepare written response to City's review comments
2. Make revisions to report & resubmit for final approval
3. Submit final signed & sealed report when all comments are addressed
Deliverables
1. Phase I — Preliminary Design Services
a. Topographic Survey
b. Geotechnical Report
c. Drainage Report
d. 30% Design Plans
e. Preliminary Engineering Memo
f. Utility Conflict Matrix
g. Preliminary Cost Estimate
2. Phase II — Final Design (60%)
a. 60% Design Plans
b. Utility Conflict Matrix updated
c. 60% Cost Estimate
3. Phase II — Final Design (90%)
a. 90% Design Plans
b. Project Manual & Bid Form
c. Utility Conflict Matrix updated
d. Responses to City 60% comments
e. 90% Cost Estimate
f. Proposed ROW Parcel Maps
4. Phase II — Final Design (Final Submittal, Signed & Sealed)
a. Final Design Plans
b. Project Manual
c. Bidding Documents
12
consor
Shank Rd & Woody Rd.
Exhibit A - Scope
5. Phase III - Bid Phase
a. Attend pre -bid meeting.
b. Answer bidder questions, prepare clarifications and addenda as needed.
c. Bid Tabs & Recommendation Letter
6. Phase IB — Feasibility Study
a. Study Memo
b. Alignment Exhibits
c. Traffic Study
Optional Additional Services
1. Survey (per Exhibit A-1 & Exhibit A-2)
a. Topo survey strip of land north of Shank to channel.
b. Sub Subsurface Utility Engineering Level A & B (SUE)
c. Establish City monument
2. Detention Pond Design (PS&E Phase); approximately 1.5 acres
3. Geotechnical - Detention pond boring and analysis (per Exhibit A-4)
Compensation
Payment and compensation for the above Scope of Services for Phases I, II, III, & IB is to be on
a lump sum basis. Phase IV — Construction Phase Services will be paid on a Time & Materials
basis. A budget in the amount of $871,708.00 is established for this agreement and will not be
exceeded without prior authorization by City.
Items Not In Scope of Services
1. Woody Rd — Phase II Final Design
2. Woody Rd — Phase III Bid Phase
3. Environmental Study
4. Stormwater Quality
5. Public Involvement
6. Tree protection / Landscaping design (will be provided by City)
7. Woody Rd. North Extension Design
13
consor
Project Name: Shank Rd. / Woody Rd. Reconstruction
Consultant: CONSOR Engineers, LLC
Project Number: D251194TX.01
Date: 12/08/2025
EXHIBIT - B - FEE SUMMARY
TASKS DESCRIPTION
Consor Engineers
LLC
Kuo & Associates
(Survey)
Associated Testing
Labs (Geotech)
TOTAL
PHASE I - PRELIMINARY DESIGN SERVICES
PROJECT MANAGEMENT & PRELIM ENGINEERING
$ 23,484.00
$23,484.00
PRELIMINARY ENGINEERING
$ 96,407.00
$96,407.00
TOPO & BOUNDARY SURVEY
$ 82,970.00
$82,970.00
GEOTECHNICAL STUDY
$42,324.00
$42,324.00
DRAINAGE STUDY
$ 97,466.00
$97,466.00
SUBTOTAL PRELIMINARY DESIGN
$ 217,357.00
$ 82,970.00
$ 42,324.00
$ 342,651.00
PHASE II - FINAL DESIGN SERVICES
PROJECT MANAGEMENT
$ 27,951.00
$27,951.00
PS&E SHANK RD (PACKAGE 1)
$ 239,422.00
$239,422.00
SUBTOTAL FINAL DESIGN
$ 267,373.00
$ -
$
$ 267,373.00
PHASE III - BID PHASE SERVICES
BID PHASE PACKAGE 1
$ 7,454.00
$ 7,454.00
SUBTOTAL BID PHASE SERVICES
$ 7,454.00
$ -
$
$ 7,454.00
PROJECT TOTAL DESIGN FEE
$ 492,184.00
$ 82,970.00
$ 42,324.00
$ 617,478.00
PHASE IV - CONSTRUCTION PHASE SHANK RD (T&M)
$ 63,450.00
$ 63,450.00
PHASE IB - FEASIBILITY STUDY - WOODY RD NORTH EXTENSION NORTH
$ 34,327.00
$ 34,327.00
OPTIONAL ADDITIONAL SERVICES
DETENTION POND (SHANK RD PS&E)
$ 17,370.00
$17,370.00
SURVEY SERVICES (SUE)
$ 41,325.00
$41,325.00
SURVEY SERVICES (TOPO & BOUNDARY)
$ 79,180.00
$79,180.00
GEOTECH - DETENTION POND
$18,578.00
$18,578.00
SUBTOTAL OPTIONAL ADDITIONAL SERVICES
$ 184,037.00
$ 120,505.00
$18,578.00
$156,453.00
PROJECT TOTAL WITH FEASIBILITY STUDY
$ 773,998.00
$ 203,475.00
$ 60,902.00
$ 871,708.00
Shank / Woody Rd. Reconstruction
Consor Engineers, LLC
EXHIBIT C
Project Name:
Shank Rd. / Woody Rd. Reconstruction
Consultant:
CONSOR Engineers, LLC
Project Number:
D251194TX.01
Date:
2025-12-08
SCOPE OF SERVICES - GENERAL
PHASE I - PRELIMINARY DESIGN SERVICES
TASK DESCRIPTION
Project Manager
Senior Engineer
Project Engineer
Engineer In
Training
Senior Cadd
Operator
Cadd Operator
Admin/Clerical
TOTAL
LABOR HRS.
TOTAL
TASK
COST
NO OF
DWGS
LABOR HRS
PER SHEET
PROJECT MANAGEMENT (6 Month)
A. Project Management and Administration
4
8
8
20
$ 3,980.00
N/A
B. Project Coordination (City, Stakeholders)
4
12
16
$ 3,740.00
N/A
C. Project Coordination (Mykawa Project by others)
4
12
16
$ 3,740.00
N/A
D. Project Coordination with Subconsultants
0
$
N/A
1. Coordination & Review with Kuo & Associates for Surveying
4
4
12
20
$ 3,680.00
N/A
2. Coordination & Review with ATL for Geotechnical
4
4
4
12
$ 2,600.00
N/A
E. Progress Meetings / Prepare Minutes (6 meetings)
6
6
6
18
$ 3,900.00
N/A
F. Schedule / Progress Reports / Invoicing
4
8
12
$ 1,844.00
N/A
SUBTOTAL PROJECT MANAGEMENT
30
0
46
30
0
0
8
114
$ 23,484.00
PRELIMINARY ENGINEERING REPORT
Data Collection
N/A
A. Collect Existing Project Data (Studies, Design, Reports, As -Built Drawings,
GIS Maps, and Exhibits)
4
12
20
36
$ 6,440.00
N/A
B. Request and Evaluate Public and Private Utilities and Survey Information
$
N/A
1. As -built Investigation for Utilities
2
4
12
24
12
54
$ 9,190.00
N/A
C. General Site Evaluation for Roadways
$
N/A
1. Field Reconnaisance / Site Photographs
8
16
24
$ 3,840.00
N/A
Design
$
D. Identification of Recommended Alternatives & ROW Establishment
$
N/A
1. Prepare Existing and Proposed Typical Sections
1
4
16
8
8
37
$ 5,265.00
N/A
2. Prepare & Evaluate Alternatives of Horizontal and Vertical Alignment
4
4
36
60
4
4
112
$ 19,000.00
N/A
3. Evaluate existing Waterline & Wastewater system
4
4
8
16
$ 3,060.00
N/A
4. Evaluate Detention Options
2
4
4
8
18
$ 3,670.00
N/A
E. Prepare Preliminary Engineering Plans, Exhibits
$
N/A
1. Prepare Preliminary Plan & Profile Exhibit
4
4
8 _
24
20
20
80
$ 12,180.00
N/A
2. Prepare Preliminary Traffic Control Exhibit
2
4
16
8
16
46
$ 6,410.00
N/A
3. Prepare Preliminary Waterline & Wastewater Exhibit
2
4
12
24
8
20
70
$ 10,730.00
N/A
4. Prepare Preliminary ROW coordination exhibits (4 EA)
2
2
8
8
8
28
$ 4,070.00
N/A
F. Evaluate existing utilities and Utility Conflict Matrix
1
8 _
16
_
_
25
$ 4,145.00
N/A
G. Prepare Preliminary Cost Estimate
1
4
16
21
$ 3,305.00
N/A
H. Prepare Executive Summary Memo
4
2
4
16
4
30
$ 5,102.00
N/A
SUBTOTAL PRELIMINARY ENGINEERING
29
26
122
272
III
76
4
597
$ 96,407.00
DRAINAGE STUDY
1. Data Collection
2
2
8
8
20
$ 3,940.00
N/A
2. Coordination with Brazoria Drainage District 4 (BDD4)
2
8
16
4
30
$ 6,790.00
N/A
3. Drainage Area Map
1
8
12
8
29
$ 4,725.00
N/A
4. Existing Storm System Conditions Analysis
2
12
40
64
118
$ 21,070.00
N/A
5. Proposed Storm System Conditions Anaylsis
2
16
48
72
138
$ 24,970.00
N/A
6. Preliminary Detention Analysis
2
8
40
48
98
$ 17,770.00
N/A
7. Preliminary Drainage Layouts
1
8
24
16
24
73
$ 9,985.00
N/A
8. Drainage Impact Analysis Report
2
2
8
24
8
8
2
54
$ 8,216.00
N/A
SUBTOTAL DRAINAGE STUDY
14
48
176
256
32
32
2
560
$ 97,466.00
,
HOURS SUB -TOTALS
73
74
344
558
100
108
14
1271
$ 217,357.00
CONTRACT RATE PER HOUR
$ 305.00
$ 285.00
$ 210.00
$ 135.00
$ 140.00
$ 105.00
$ 78.00
TOTAL LABOR COSTS
$ 22,265.00
$ 21,090.00
$ 72,240.00
$ 75,330.00
$ 14,000.00
$ 11,340.00
$ 1,092.00
$ 217,357.00
DISTRIBUTION OF STAFFING
10.24%
9.70%
33.24%
34.66%
6.44%
5.22%
0.50%
100%
DIRECT EXPENSES
QTY
UNIT
RATE
COST
Mileage
400
miles
$ 0.700
$ 280.00
Parking
day
$ 15.00
$ -
Toll Charges
each
$ 16.00
$ -
Standard Postage
letter
$ 17.00
$ -
Certified Letter Return Receipt
each
$ 18.00
$
Courier Services
each
$ 45.00
$
DIRECT EXPENSES SUBTOTAL
$ 280.00
PHASE I - PRELIMINARY DESIGN SERVICES
$ 217,637.00
Page 1 of 7
Shank / Woody Rd. Reconstruction
Consor Engineers, LLC
EXHIBIT C
Project Name:
Shank Rd. / Woody Rd. Reconstruction
CONSOR Engineers, LLC
D251194TX.01
2025-12-08
Consultant:
Project Number:
Date:
SCOPE OF SERVICES - GENERAL
PHASE II - FINAL DESIGN SERVICES
TASK DESCRIPTION Project Manager
Senior Engineer
Project Engineer
Engineer In
Training
Senior Cadd
Operator
Cadd Operator
Adm in/Clerical
TOTAL
LABOR HRS.
& COSTS
PROJECT COORDINATION/ MANAGEMENT
A. Project Management and Administration 4
B. Project Coordination (City, Stakeholders) 4
C. Project Coordination (Mykawa Project by others) 2
D. Project Coordination With Sub -Consultants 4
E. Utility Coordination 2
F. Progress Meetings / Prepare Minutes (6) 6
G. Milestone Review Meeting / Prepare Minutes (3) 3
H. Schedule / Progress Reports / Invoicing 6
8
8
4
4
8
6
3
16
8
16
12
6
8
12
12
SUBTOTAL PROJECT MANAGEMENT
a
0
41
58
8
0
28
12
6
24
26
24
12
18
150
NO OF
DWGS
LABOR HRS
PER SHEET
$ 5,060.00
$ 2,900.00
$ 1,450.00
$ 4,260.00
$ 4,450.00
$ 4,710.00
$ 2,355.00
$ 2,766.00
$ 27,951.00
N/A
N/A
N/A
N/A
N/A
N/A
N/A
PS&E - SHANK RD (PACKAGE 1)
Cover Sheet 1
Index Sheet 1
General Notes 1
Typical Sections
Project Layout Sheets
Roadway
L
1
1
4
8
1
4
4
12
16
4
L
8
12
8
8
8
14
18
25
43
21
$ 1,895.00
$ 2,315.00
$ 3,605.00
$ 6,675.00
$ 3,085.00
•
1
1
3
2
1
•
14.0
18.0
8.3
21.5
21.0
2
8
4
Horiz Alignment Data 1
Removal Layout (40 scale, double bank) 3
Roadway P&P Sheets (includes Storm Sewer) (40 scale) 5
Table of Proposed Driveways 1
5
12
20
Drainage
Drainage Area Maps 1
Design Calculations & Drainage Output Sheets 1
Storm Sewer Laterals 1
Outfall Details
2
4
2
4
8
8
8
8
Proposed Utilities
1
Waterline & Wastewater Layouts 5
Utilities Miscellaneous Details
Traffic Control Plan (3 Phases)
2
12
6
24
12
TCP Typical Sections & Narrative
TCP Layout Sheets (40 scale, double banked)
Project Approach Signing
TCP Details
1
3
1
1
1
1
1
2
2
6
1
1
2
8
12
8
4
8
21
$ 2,785.00
1
21.0
4
36
120
8
8
12
16
12
40
24
24
36
24
40
4
8
4
8
4
20
8
8
24
8
24
60
4
8
4
8
8
80
16
12
60
13
99
250
17
35
33
43
37
181
68
53
135
$ 14,175.00 I 3
$ 1,685.00 1
$ 35,250.00 5
$ 2,365.00 1
$ 5,595.00 j 1
$ 5,725.00 j 1
$ 6,675.00 j 2
$ 6,145.00 j 1
$ 26,585.00I 5
$ 10,880.00 4
$ 7,605.00
$ 17,955.00
2
6
13.0
33.0
50.0
17.0
35.0
33.0
21.5
37.0
36.2
17.0
26.5
22.5
Signing & Pavement Marking Layout (100 scale, double banked)
SWPPP Layout (100 scale, double banked)
SWPPP Notes
Standard Details
Miscellaneous Details
QC Reviews (60, 90, Final)
Utility Conflict Matrix
Utility Relocation Plan Review & Coordination
Engineer's Cost Estimate & Bid Table
Prepare Project Manual & Specifications
4
4
16
40
4
68
$ 11,432.00
SUBTOTAL PS&E SHANK RD (PACKAGE 1)
#
69
2=
'
216
416
4 M
1594
$ 239,422.00
HOURS SUB -TOTALS
84
69
261
674
224
416
16
1744
$ 267,373.00
CONTRACT RATE PER HOUR
$
305.00
$ 285.00
$ 210.00
$ 135.00
$ 140.00
$ 105.00
$ 78.00
TOTAL LABOR COSTS
$
25,620.00
$ 19,665.00
$ 54,810.00
$ 90,990.00
$ 31,360.00
$ 43,680.00
$ 1,248.00
$ 267,373.00
$ 267,373.00
DISTRIBUTION OF STAFFING
9.58%
7.35%
20.50%
34.03%
11.73%
16.34%
0.47%
4
4
4
2
4
4
24
4
4
12
24
16
12
4
12
16
16
8
4
4
8
8
8
8
12
4
24
16
53
37
35
17
50
46
54
29
45
54
$ 7,465.00
$ 5,265.00
$ 5,155.00
$ 2,815.00
$ 6,710.00
$ 6,410.00
$ 13,710.00
$ 4,385.00
$ 6,545.00
$ 8,530.00
2
1
1
1
12
2
26.5
37.0
35.0
17.0
4.2
23.0
2
2
24
24
40
40
PHASE II - FINAL DESIGN SERVICES
$ 267,373.00
Page 2 of 7
Shank / Woody Rd. Reconstruction
Consor Engineers, LLC
EXHIBIT C
Project Name:
Shank Rd. / Woody Rd. Reconstruction
CONSOR Engineers, LLC
D251194TX.01
2025-12-08
Consultant:
Project Number:
Date:
SCOPE OF SERVICES - GENERAL
Page 3 of 7
Shank / Woody Rd. Reconstruction
Consor Engineers, LLC
EXHIBIT C
Project Name:
Shank Rd. / Woody Rd. Reconstruction
Consultant:
CONSOR Engineers, LLC
Project Number:
D251194TX.01
Date:
2025-12-08
SCOPE OF SERVICES - GENERAL
PHASE III - BID PHASE SERVICES
Engineer In
Senior Cadd
TOTAL
TASK DESCRIPTION
Project Manager
Senior Engineer
Project Engineer
Training
Operator
Cadd Operator
Admin/Clerical
LABOR HRS.
& COSTS
BID PHASE (PACKAGE 1)
Prepare and Upload Bid Set to Civcast
1
4
5
Attend Pre -Bid Meeting
4
4
Respond to RFIs & Prepare Addendum
2
2
4
8
16
Evaluate Bids, Prepare Bid Tabulations & Recommend Award of Contract
2
2
6
10
SUBTOTAL BID PHASE (PACKAGE 1)
2
6
18
0
0
0
35
HOURS SUB -TOTALS
9
2
6
18
0
0
0
35
CONTRACT RATE PER HOUR
$ 305.00
$ 285.00
$ 210.00
$ 135.00
$ 140.00
$ 105.00
$ 78.00
TOTAL LABOR COSTS
$ 2,745.00
$ 570.00
$ 1,260.00
$ 2,430.00
$ -
$ -
$
$ 7,005.00
DISTRIBUTION OF STAFFING
39.19%
8.14%
17.99%
34.69%
0.00%
0.00%
0.00%
NO OF
DWGS
LABOR HRS
PER SHEET
$ 845.00
$ 1,220.00
$ 3,100.00
$ 1,840.00
N/A
N/A
N/A
7,005.00
7,005.00
#REF!
DIRECT EXPENSES
QTY
UNIT
RATE
COST
Upload Bid Sets to Civcast
2
EA
$ 200.000
$ 400.00
Mileage
70
miles
$ 0.700
$ 49.00
Parking
day
$ 15.00
$ -
Toll Charges
each
$ 16.00
$ -
Standard Postage
letter
$ 17.00
$ -
Certified Letter Return Receipt
each
$ 18.00
$ -
Courier Services
each
$ 45.00
$
DIRECT EXPENSES SUBTOTAL
$ 449.00
PHASE III - BID PHASE SERVICES
7,454.00
Page 4 of 7
Shank / Woody Rd. Reconstruction
Consor Engineers, LLC
EXHIBIT C
Project Name:
Shank Rd. / Woody Rd. Reconstruction
CONSOR Engineers, LLC
D251194TX.01
2025-12-08
Consultant:
Project Number:
Date:
SCOPE OF SERVICES - GENERAL
PHASE IV - CONSTRUCTION PHASE SERVICES - SHANK ROAD
TASK DESCRIPTION
Project Manager
Senior Engineer
Project Engineer
Engineer In
Training
Senior Cadd
Operator
Cadd Operator
Admin/Clerical
TOTAL
LABOR HRS.
& COSTS
NO OF
DWGS
LABOR HRS
PER SHEET
CONSTRUCTION PHASE (12 MONTH PROJECT)
Pre -Construction Meeting
Progress Meetings
Site Visits & Reports
Review Submittals
Respond to RFIs
Review Change Orders
Substantial Completeion Walk-thru Meeting / Punch List / Cert of Substantial
Completion
Final Walk-thru Meeting / Punch List / Cert of of Final Completion
Prepare Record Drawings (Shank Rd)
•
4
12
4
24
40
36
12
12
4
4
4
40
36
24
12
4
6
4
2
6
16
4
40
8
36
80
76
40
28
$ 1,760.00
$ 8,700.00
$ 13,800.00
$ 13,640.00
$ 6,980.00
$ 5,360.00
N/A
N/A
N/A
N/A
N/A
N/A
10
$ 2,030.00
N/A
10
62
$ 2,030.00
$ 7,810.00
N/A
N/A
HOURS SUB -TOTALS
38
0
128
144
0
40
0
350
$ 62,110.00
CONTRACT RATE PER HOUR
$ 305.00
$ 285.00
$ 210.00
$ 135.00
$ 140.00
$ 105.00
$ 78.00
TOTAL LABOR COSTS
$ 11,590.00
$ -
$ 26,880.00
$ 19,440.00
$
$ 4,200.00
$
$ 62,110.00
$ 62,110.00
DISTRIBUTION OF STAFFING
18.66%
0.00%
43.28%
31.30%
0.00%
6.76%
0.00%
OTHER DIRECT EXPENSES
QTY
UNIT
RATE
COST
Mileage
1000
miles
$ 0.700
$ 700.00
Photocopies B&W (8.5x11)
1600
sheet
$ 0.15
$ 240.00
Photocopies B&W (11x17)
1600
sheet
$ 0.25
$ 400.00
Photocopies Color (8.5x11)
sheet
$ 1.00
$ -
Photocopies Color (11x17)
_
sheet
$ 1.25
$ -
Parking
day
$ 15.00
$ -
Toll Charges
each
$ 16.00
$ -
Standard Postage
letter
$ 17.00
$
Certified Letter Return Receipt
each
$ 18.00
$ -
Courier Services
each
$ 45.00
$ -
DIRECT EXPENSES SUBTOTAL
$ 1,340.00
PHASE IV - CONSTRUCTION PHASE SERVICES (Time & Materials)
$ 63,450.00
Page 5 of 7
Shank / Woody Rd. Reconstruction
Consor Engineers, LLC
EXHIBIT C
Project Name:
Shank Rd. / Woody Rd. Reconstruction
Consultant:
CONSOR Engineers, LLC
Project Number:
D251194TX.01
Date:
2025-12-08
SCOPE OF SERVICES - GENERAL
OPTIONAL ADDITIONAL SERVICES
TASK DESCRIPTION
Project Manager
Senior Engineer
Project Engineer
Engineer In
Training
Senior Cadd
Operator
Cadd Operator
Admin/Clerical
TOTAL
LABOR HRS.
& COSTS
NO OF
DWGS
LABOR HRS
PER SHEET
DETENTION POND DESIGN (SHANK RD PS&E)
Drainage
0
$ -
N/A
Detention Pond Layout & Cross Sections
2
16
24
24
16
16
98
$ 17,370.00
N/A
SUBTOTAL DETENTION POND
2
16
24
24
16
16
0
98
$ 17,370.00
HOURS SUB -TOTALS
2
16
24
24
16
16
0
98
$ 17,370.00
CONTRACT RATE PER HOUR
$ 305.00
$ 285.00
$ 210.00
$ 135.00
$ 140.00
$ 105.00
$ 78.00
TOTAL LABOR COSTS
$ 610.00
$ 4,560.00
$ 5,040.00
$ 3,240.00
$ 2,240.00
$ 1,680.00
$
$ 17,370.00
#REF!
% DISTRIBUTION OF STAFFING
3.51%
26.25%
29.02%
18.65%
12.90%
9.67%
0.00%
OPTIONAL ADDITIONAL SERVICES
$ 17,370.00
Page 6 of 7
Shank / Woody Rd. Reconstruction
Consor Engineers, LLC
EXHIBIT C
Project Name:
Shank Rd. / Woody Rd. Reconstruction
Consultant:
CONSOR Engineers, LLC
Project Number:
D251194TX.01
Date:
2025-12-08
SCOPE OF SERVICES - GENERAL
PHASE 1B - FEASIBILITY STUDY - WOODY RD NORTH EXTENSION
TASK DESCRIPTION
Project Manager
Senior Engineer
Project Engineer
Engineer In
Training
Senior Cadd
Operator
Cadd Operator
Admin/Clerical
TOTAL
LABOR HRS.
TOTAL
TASK
COST
NO OF
DWGS
LABOR HRS
PER SHEET
FEASIBILITY STUDY
Traffic Study
N/A
A. Collect existing geometry, counts and proposed major developments
1
2
8
11
$ 1,805.00
N/A
B. Estimate existing traffic patterns and diversions
1
6
20
27
$ 4,265.00
N/A
C. Estimate travel time and delay
1
6
20
27
$ 4,265.00
N/A
D. Develop Road User Cost / Benefit
1
3
16
20
$ 3,095.00
N/A
Roadway Design - Alignment Alternatives
$
A. Prepare Preliminary Plan Layout Exhibits (3)
4
12
24
24
12
76
$ 11,600.00
N/A
B. Preliminary Cost Estimates
1
4
16
21
$ 3,305.00
N/A
Prepare Executive Summary Memo
2
2
6
24
4
38
$ 5,992.00
N/A
SUBTOTAL PRELIMINARY ENGINEERING
1
2
39
128
24
12
4
220
$ 34,327.00
HOURS SUB -TOTALS
11
2
39
128
24
12
4
220
$ 34,327.00
CONTRACT RATE PER HOUR
$ 305.00
$ 285.00
$ 210.00
$ 135.00
$ 140.00
$ 105.00
$ 78.00
TOTAL LABOR COSTS
$ 3,355.00
$ 570.00
$ 8,190.00
$ 17,280.00
$ 3,360.00
$ 1,260.00
$ 312.00
$ 34,327.00
DISTRIBUTION OF STAFFING
9.77%
1.66%
23.86%
50.34%
9.79%
3.67%
0.91%
100%
DIRECT EXPENSES
QTY
UNIT
RATE
COST
Mileage
miles
$ 0.700
$
Parking
day
$ 15.00
$ -
Toll Charges
each
$ 16.00
$ -
Standard Postage
letter
$ 17.00
$ -
Certified Letter Return Receipt
each
$ 18.00
$ -
Courier Services
each
$ 45.00
$ -
DIRECT EXPENSES SUBTOTAL
$
PHASE IB - PRELIMINARY DESIGN SERVICES
$ 34,327.00
Page 7 of 7
KUO
& ASSOCIATES
ENGINEERING + SURVEYING
November 17, 2025
Steve Lewis, PE
Senior Project Manager
Consor
Houston, Texas
RE: Shank Road and Woody Road - City of Pearland
Topographic and Boundary Surveying Services
Dear Mr. Lewis:
Kuo & Associates is pleased to submit this proposal to perform surveying services for the above -
mentioned project.
Scope of work and fee will be as follows:
SCOPE OF WORK
Kuo & Associates, Inc. is pleased to submit this proposal to perform the following services for the above
referenced project.
Basic Service:
Items
Services
Item 1
Perform topographic survey along project route including 50 feet on side
streets at intersections and Drainage Channel cross sections (Total -
4,100 LF)
Item 2
Perform topographic survey along the strip leading from Shank Road to
Drainage channel as shown in the attached map (About 460 LF)
Item 3
Boundary survey for preparing existing ROW maps for Shank and Woody
Roads
Item 4
Prepare Survey control map
Item 5
Borehole survey
Item 6
Prepare ROE Package
10300WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
2 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
Additional/Optional Services (if needed):
Items
Services
Item 1
Prepare ROW taking parcel map for Woody Road (Assumed 3 Parcels)
Item 2
SUE Survey - Level A: Say 5 Test holes and Level B: Say 2,000 LF
Item 3
Establish City monument
Item 4
Topographic survey for Detention Pond site ("'1.5 acres)
Item 5
Boundary survey for Detention Pond site ("'1.5 acres)
The project site location is shown in the attached exhibit.
Scope of work and fee will be as follows:
Basic Services:
Item 1: Topographic Survey along Shank Road, Woody Road and cross sections at Drainage Channel
The Topographic Survey shall conform to all requirements of City of Pearland and Category 6, Condition
2 survey of TSPS Manual as applicable. In general, the following tasks will be performed:
• Horizontal and vertical controls will be established and tied to the Texas State Plane Coordinate
System, South Central Zone NAD 83 (CORS 96) and datum NAVD 88, 2001 adj.
• Tie survey controls to the City benchmark.
• Surveying cross sections to obtain elevations along the said segment of road at a spacing not to
exceed 100' c -c. Cross sections will be surveyed to delineate shape of the road and obtain
elevations at curb, gutter, center of the street, ROW line, high bank and flow line of ditch, etc.
Adequate elevations will be obtained at the potential locations for paving and grading changes
(such as at the locations of ramps, turn lanes, etc.) to facilitate design works.
• Topographic surveying for the project limit including but not limited to edge of road, sidewalk,
ramp, landscape, trees (4" and larger trees on developed streets, 8" and larger trees in wooded
areas/undeveloped streets), signs, loop detectors, inlets, manholes, ditch, poles, valves, etc. In
general, survey width of topo surveying will be 20' beyond the ROW line, if accessible.
• Inverting all manholes and inlets to obtain flow line and pipe size information on existing utility
lines. However, in compliance with the safety requirements, electric and communication
manholes will not be opened under the scope of this project. The information on electric and
communication cable/conduit lines are typically shown based on the available record drawings.
• Perform limited brush clearing along the grid line of elevation survey within wooded areas. Grid
lines to be staked first in the field for surveying grid elevation along the cleared lines.
• Searching and surveying monuments for establishing existing ROW.
• Utility research includes contacting One Call (811), private utility companies and obtaining
record drawings.
• Following the City CADD guidelines, a plan view drawing will be prepared containing all surveyed
information along with delineation of estimated ROW lines, above and underground utility lines
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
3 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
(based on inverts and available record drawings) in AutoCAD/MicroStation DGN format for plan
view only.
• A profile view drawing with ground lines and underground utilities will be prepared. The profile
view will be provided in electronic format.
Item 2: Topographic Survey along the Strip leading from Shank Road to Drainage Channel
• Horizontal and vertical controls will be established and tied to the Texas State Plane Coordinate
System, South Central Zone NAD 83 (CORS 96) and datum NAVD 88, 2001 adj.
• Tie survey controls to the city benchmark.
• Surveying cross sections to obtain elevations along the said segment at a spacing not to exceed
100' c -c.
• Topographic surveying for the project limit including but not limited to edge of road, sidewalk,
ramp, landscape, trees (4" and larger trees in developed areas, 8" and larger trees in wooded
areas/undeveloped areas), inlets, manholes, ditch, poles, valves, etc. In general, survey width of
topo surveying will be a 60 feet corridor.
• Inverting all manholes and inlets to obtain flow line and pipe size information on existing utility
lines. However, in compliance with the safety requirements, electric and communication
manholes will not be opened under the scope of this project. The information on electric and
communication cable/conduit lines are typically shown based on the available record drawings.
• Perform limited brush clearing along the grid line of elevation survey within wooded areas. Grid
lines to be staked first in the field for surveying grid elevation along the cleared lines.
• Searching and surveying monuments for establishing existing property lines.
• Utility research includes contacting One Call (811), private utility companies and obtaining
record drawings.
• Following the City CADD guidelines, a plan view drawing will be prepared containing all surveyed
information along with delineation of estimated ROW lines, above and underground utility lines
(based on inverts and available record drawings) in AutoCAD/MicroStation DGN format for plan
view only.
• A profile view drawing with ground lines and underground utilities will be prepared. The profile
view will be provided in electronic format.
Item -3: Boundary Survey for Existing Road ROW
Boundary Survey will be done to delineate Right of way (ROW) lines of Shank Road and Woody Road.
Survey will comply with City of Pearland and Category 1B, Condition 2 survey of the latest TSPS Manual
and County survey requirements as applicable/feasible. Horizontal and vertical controls will be
established and tied to the Texas State Plane Coordinate System, South Central Zone NAD 83 (CORS 96)
and datum NAVD 88.
Scope of work for boundary survey will include the following:
• Searching and surveying monuments for establishing existing ROW
• Abstracting and deed research
• Preparing a Right of Way map for each street
• Submission of signed and sealed Category 1B, Condition 2 ROW map for eachstreet
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
4 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
Item -4: Survey Control Map
• A survey control map will be prepared per the city standards showing swing ties to traverse and
baseline points as well as TBM's. The survey control map will be signed and sealed by a
Registered Professional Land Surveyor in charge of the project.
Item -5: Borehole Survey
• Geotechnical boreholes will be surveyed in the field, included in the drawings, and a spreadsheet
with borehole information will be developed for Geotechnical consultant use.
Item -6: Prepare ROE package
• Prepare Right of Entry (ROE) package for surveying the private properties within the project
limits. The ROE package will be submitted to the city. It is our understanding that the TOE
coordination will be handled by the City.
Exclusion:
The following and any items not mentioned above are excluded from the scope of work:
• Level A & B SUE works for Woody Road
• Surveying 6" and smaller trees within wooded area.
• Surveying interior of the buildings/structures
• Preparing pipeline network for underground utility lines
• Establishing Design Baseline in field
Deliverables:
The following are the deliverables
• Topo and utility plan and profile drawing in AutoCAD Civil 3D
• DTM/TIN model
• ASCII file of survey data
Additional/Optional Services:
Item -1: Prepare parcel map for ROW and Water/Sewer Easement Acquisition on Shank and Woody
Road
Preparing a Parcel Map, metes and bounds description for acquiring ROW and 10 feet Water/Sewer
Easements along Shank and Woody Road. Currently 3 ROW parcels and 12 Water/Sewer Easement
parcels (total 15) are estimated to be acquired along said Road. In general, the following tasks will be
performed under the scope of this proposal:
• Prepare a parcel map for ROW and Water/Sewer Easement acquisition
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
5 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
• Prepare a metes and bounds description
• Prepare map closure
• Stake the proposed parcel in the field
• Submission of a signed and sealed parcel map and metes and bounds
Item 2: SUE Survey
• SUE survey will be performed along Shank Road. Level B SUE will be performed for an
approximate length of 2,000 LF and 10 Level A SUE test holes will be performed. Refer to
attached SUE survey proposal for additional information.
• Pick up Level A and B SUE survey marks from field.
• Update topographic survey drawing using Level A and Level B SUE information.
Item 3: Establish City Monument
Establish a new City Monument or update and existing one to new standards as per City criteria. Prepare
a data sheet in the City format and obtain approval. The monument will be used as benchmark for the
project if City does not waive this requirement.
Item 4: Topographic Survey for Detention Pond site (Assumed site area " 1.5 acres)
The Topographic Survey shall conform to all requirements of City of Pearland and Category 6, Condition
2 survey of TSPS Manual as applicable. In general, the following tasks will be performed:
• Survey site area at approximately 50'x50' grid for elevations in paved areas and 100"x100' grid
for green/undeveloped areas.
• Survey all above ground visible utility and topo features including but not limited to any
structures, foundations, fences, paving, etc. within the limit of survey
• Limited brush clearing, if any.
• Invert all manholes and inlets within the limit of survey.
• Perform utility research including contacting One Call and public and private utility entities, as
applicable.
• Prepare a DTM/TIN for site contours.
• Prepare a plan drawing of the site containing all existing topographic information, and
underground and overhead utility lines. All utility lines will be shown based on field verified
information and available record drawing (QL-C & D SUE).
Exclusion:
The following and any items not mentioned above are excluded from the scope of work:
• Level A & B SUE works
• Surveying 6" and smaller trees within wooded area.
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
6 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
• Surveying interior of the buildings/structures, if any.
• Preparing pipeline network for underground utility lines
Item 5: Boundary Survey for Detention Pond Site (Assumed "'1.5 acres):
A boundary survey will be performed to prepare a map and metes & bounds description for the above
referenced project area.
The survey will comply with Category 1B, Condition 2 survey of the latest TSPS Manual. In conformance,
the scope of work will include the following:
• Searching and surveying monuments related to parent tract of the subject area.
• Abstracting and deed research
• Preparing boundary map drawing
• Preparing metes and bound description for the subject area
• Map check closure for the area
• Setting the property corners on the ground as appropriate
Exclusion:
The following and any items not mentioned above are excluded from the scope of work:
• Preparing ALTA Survey
• Preparing any subdivision replat/plat
Deliverables:
The following are the deliverables.
• Signed and sealed PDF of boundary survey
• Boundary survey drawing in AutoCAD Civil 3D.
• Signed and sealed metes and bounds description.
• Map check closure report
FEE AND SCHEDULE:
We estimate the following lump sum fees for each item of work described above:
Service
Item
No.
Scope
Location and/or
other
information
Fee
Basic
Services
1
Topographic Survey
Road + Channel
$ 53,165.00
2
Topographic survey
Along strip of land
$ 11,225.00
3
Boundary Survey
2 streets
$ 10,840.00
4
Survey Control map
Road + Channel
$ 3,890.00
5
Borehole survey
Road + Channel
$ 2,235.00
6
ROE Package
2 streets
$ 1,615.00
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
7 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
Additional
Services
1
Parcel map for ROW and Easement
Acquisition on Shank and Woody
Road (Assumed 15 Parcels)
1 Parcel at
$3,955.00
$ 59,325.00*
2
SUE survey (Refer to attached fee
proposal from SUE surveyor for
details
Shank Road
$ 36,335.00
Pick up Level A and B SUE marks
$ 4,990.00
3
Establish City Monument with Data
Sheet
1 monument
$ 2,235.00
4
Topographic survey for detention
pond site (Assumed —1.5 acres)
To be determined
$ 11,950.00
5
Boundary survey for detention pond
site (Assumed -1.5 acres)
To be determined
$ 5,670.00
*Fee for parcels will be determined later based on the actual number of parcels
Details on the level of efforts are shown in the attached tables.
We appreciate the opportunity to submit this proposal. If you need further information, please do not
hesitate to contact me.
Sincerely,
Kiran V. Punyamanthula, PE, SIT
Sr. Project Manager
LEVEL OF EFFORTS:
Accepted:
Name:
Title:
Firm:
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
8 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
BASIC SERVICES
Level of Efforts - Topographic Survey- Streets and Drainage Channel
Survey Tasks
RPLS
sub tasks
$175.00
SIT
$120.00
CADD
$105.00
Crew
$160.00
Hrs
Cost
Total
Survey
Controls
Tie to Benchmark
2.00
2.00
4.00
$560.00
$5,335.00
Tie to TSARP Monument
1.00
1.00
2.00
$280.00
Set Survey controls
2.00
6.00
8.00
$1,200.00
Horizontal control work (GPS)
1.00
6.00
7.00
$1,080.00
Vertical control work (Level loop)
1.00
12.00
13.00
$2,040.00
QC/QA
1.00
1.00
$175.00
Survey Field
Work (Togo)
Topo survey - Drainage Channel
3.00
3.00
$480.00
$24,310.00
Topo Survey - streets
4.00
72.00
76.00
$12,000.00
Limited Brush Clearing
2.00
40.00
42.00
$6,640.00
Tree Survey
1.00
16.00
17.00
$2,680.00
Manhole/inlet inverts
1.00
4.00
5.00
$760.00
Search and survey iron rods
1.00
8.00
9.00
$1,400.00
QC/QA
2.00
2.00
$350.00
CAD- Topo
CAD -Utilities
Prepare topo plan drawing (no
utilities)
3.00
56.00
59.00
$6,240.00
$12,820.00
$10,000.00
Limited abstracting
4.00
4.00
$480.00
Delineate estimate ROW/Property
lines
8.00
8.00
16.00
$1,800.00
Prepare DTM/Contours
8.00
8.00
16.00
$1,800.00
Prepare walkthru sheets
2.00
2.00
$210.00
Address review comments
2.00
4.00
8.00
14.00
$1,940.00
QC/QA - Topo plan
2.00
2.00
$350.00
Utility coordination (one call/map
request, C0H records...)
4.00
6.00
20.00
20.00
20.00
16.00
6.00
$720.00
Delineate utilities (plan view, SUE
Level C & D)
40.00
$4,500.00
Profile drawing
36.00
$4,080.00
QC/QA - Utility plan
4.00
$700.00
Proj
Management
Survey, CAD & Misc. Project
management
4.00
4.00
$700.00
$700.00
Total
$53,165.00
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
9 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
Level of Efforts - Topographic Survey -Strip of Land
Survey Tasks
RPLS
sub tasks
$175.00
SIT
$120.00
CADD
$105.00
Crew
$160.00
Hrs
Cost
Total
Survey
Controls
Tie to Benchmark
0.00
$0.00
$880.00
Tie to TSARP Monument
0.00
$0.00
Set Survey controls
1.00
1.00
2.00
$280.00
Horizontal control work (GPS)
1.00
1.00
2.00
$280.00
Vertical control work (Level loop)
2.00
2.00
$320.00
QC/QA
0.00
$0.00
Survey Field
Work (Togo)
Topo survey - Strip to Drainage
Channel
8.00
8.00
$1,280.00
$4,375.00
Limited Brush Clearing
1.00
8.00
9.00
$1,400.00
Tree Survey
1.00
4.00
5.00
$760.00
Search and survey iron rods
1.00
4.00
5.00
$760.00
QC/QA
1.00
1.00
$175.00
CAD-Topo
CAD -Utilities
Prepare topo plan drawing (no
utilities)
1.00
8.00
9.00
$960.00
$3,460.00
$2,335.00
Limited abstracting
0.00
$300.00
Delineate estimate ROW/Property
lines
2.00
4.00
6.00
$660.00
Prepare DTM/Contours
2.00
4.00
6.00
$660.00
Address review comments
1.00
1.00
3.00
5.00
$705.00
QC/QA - Topo plan
1.00
1.00
$175.00
Utility coordination (one call/map
request, C0H records...)
1.00
3.00
4.00
4.00
4.00
4.00
3.00
$360.00
Delineate utilities (plan view, SUE
Level C & D)
8.00
$900.00
Profile Drawing
8.00
$900.00
QC/CA - Utility plan
1.00
$175.00
Proj
Management
Survey, CAD & Misc. Project
management
1.00
1.00
$175.00
$175.00
Total
$11,225.00
Level of Efforts for ROW Mapping
Tasks
Principal
$220.00
RPLS
$175.00
SIT
$120.00
CADD
$105.00
Survey Crew
$160.00
Hrs
Cost
Searching and surveying
monuments
1
12
13
$2,040.00
Abstracting
0
$2,000.00
Deed research
4
12
16
$2,140.00
ROW Map
12
24
36
$3,960.00
QC/QA
2
2
$350.00
Proj. Management
2
2
$350.00
Total Cost
$10,840.00
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
10 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
Level of Efforts: Survey Control Map
Task
Scope
RPLS
SIT
CADD
Total Hrs
Total Cost
FEE
$175.00
$120.00
$105.00
Prepare
Survey
Control Map
CAD -Prepare
Survey
control map
3.0
16.0
19.0
$2,040.00
$3,890.00
Prepare swing
tie sheets
2.0
12.0
14.0
$1,500.00
QC/QA
2.0
2.0
$350.00
Total $3,890.00
Level of Efforts: Borehole Survey
Task
Scope
RPLS
SIT
CADD
Crew
Total Hrs
Total Cost
FEE
$175.00
$120.00
$105.00
$160.00
Borehole
Survey
Survey -
boreholes
1.0
8.0
9.0
$1,400.00
$2,235.00
Prepare BH
table and
update topo
drawing
2.0
4.0
6.0
$660.00
QC/QA
1.0
1.0
$175.00
Total $2,235.00
Level of Efforts - Right of Entry
Survey Tasks
RPLS
sub tasks
$175.00
SIT
$120.00
CADD
$105.00
Crew
$160.00
Hrs
Cost
Total
Right of Entry
(ROE)
Prepare ROE Package
1.00
8.00
9.00
$1,135.00
$1,615.00
Coordination for ROE
4.00
4.00
$480.00
Total
$1,615.00
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
11 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
ADDITIONAL/OPTIONAL SERVICE:
Level of Efforts: Boundary Survey for Parcel Map & Metes -bounds for Shank and Woody Road (Each Parcel)
Tasks
Subtasks
RPLS
SIT
CADD
Crew
Total Hrs
Total Cost
FEE
$175.00
$120.00
$105.00
$160.00
Survey Field Work
Search and
survey iron rods
1
3
4.00
$600.00
$1,140.00
Set property
corners
0.5
3
3.50
$540.00
Boundary
Boundary level
abstracting
0.00
$500.00
$2,815.00
Boundary
research and
analysis
1
6
7.00
$895.00
Prepare
Parcel/site
boundary map
4
5
9.00
$1,005.00
Prepare metes
and bounds
QC/QA
Boundary
1
2
2.00
1.00
$240.00
$175.00
Project
Management
1
1.00
$175.00
TOTAL $3,955.00
Level of Efforts: SUE Survey for Shank Road
Task
Scope
RPLS
SIT
CADD
Crew
Total Hrs
Total Cost
FEE
$175.00
$120.00
$105.00
$160.00
SUE Survey
Pick up Level
A & B SUE
marks
1.0
20.0
21.0
$3,320.00
$4,990.00
Update topo
utility plan
with Level A
& B SUE
4.0
8.0
12.0
$1,320.00
QC/QA
2.0
2.0
$350.00
Total $4,990.00
Level of Efforts: Establish City Monument
Tasks
Subtasks
RPLS
SIT
CADD
Crew
Total Hrs
Total Cost
FEE
$175.00
$120.00
$105.00
$160.00
City Monument
Establish City
Monument
1
3
4
8
16.00
$2,235.00
$2,235.00
TOTAL $2,235.00
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
12 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
Level of Efforts - Topographic Survey - Detention Pond
Survey Tasks
RPLS
sub tasks
$175.00
SIT
$120.00
CADD
$105.00
Crew
$160.00
Hrs
Cost
Total
Survey
Controls
Tie to Benchmark
1.00
2.00
3.00
$440.00
$2,135.00
Tie to TSARP Monument
0.00
$0.00
Set Survey controls
1.00
2.00
3.00
$440.00
Horizontal control work (GPS)
1.00
2.00
3.00
$440.00
Vertical control work (Level loop)
4.00
4.00
$640.00
QC/QA
1.00
1.00
$175.00
Survey Field
Work (Topo)
Topo survey - ^'1.5 Ac.
8.00
8.00
$1,280.00
$4,375.00
Limited Brush Clearing
1.00
8.00
9.00
$1,400.00
Tree Survey
1.00
4.00
5.00
$760.00
Search and survey iron rods
1.00
4.00
5.00
$760.00
QC/QA
1.00
1.00
$175.00
CAD-Topo
CAD -Utilities
Prepare topo plan drawing (no
utilities)
1.00
8.00
9.00
$960.00
$1,435.00
Limited abstracting
0.00
$300.00
Delineate estimate ROW/Property
lines$3,830.00
2.00
4.00
6.00
$660.00
Prepare DTM/Contours
2.00
6.00
8.00
$870.00
Address review comments
1.00
1.00
4.00
6.00
$865.00
QC/QA - Topo plan
1.00
1.00
$175.00
Utility coordination (one call/map
request, C0H records...)
1.00
3.00
4.00
4.00
3.00
$360.00
Delineate utilities (plan view, SUE
Level C & D)
8.00
$900.00
QC/QA - Utility plan
1.00
$175.00
Proj
Management
Survey, CAD & Misc. Project
management
1.00
1.00
$175.00
$175.00
Total
$11,950.00
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
13 I Proposal for Surveying -Shank and Woody Roads — November 17, 2025
Level of Efforts: Boundary Survey for Detention Pond Site
Tasks
Subtasks
RPLS
SIT
CADD
Crew
Total Hrs
Total Cost
FEE
$175.00
$120.00
$105.00
$160.00
Survey Field Work
Search and
survey iron rods
1
6
7.00
$1,080.00
$1,840.00
Set property
corners
1
4
5.00
$760.00
Boundary
Boundary level
abstracting
0.00
$500.00
$3,830.00
Boundary
research and
analysis
2
6
8.00
$1,070.00
Prepare
Parcel/site
boundary map
2
4
8
14.00
$1,670.00
Prepare metes
and bounds
2
2.00
$240.00
QC/QA
Boundary
2
2.00
$350.00
Project
Management
2
2.00
$350.00
TOTAL $5,670.00
10300 WESTOFFICE DRIVE, STE 800
HOUSTON,TX 77042
713.975.8769
TX ENGINEERING FIRM NO. F-4578
TX SURVEYING FIRM NO. 10075600
KUOASSOCIATES.COM
RODS
SURVEYING & UTILITIES
November 10, 2025
Kiran V Punyamanthula, PE.
Kuo & Associates
10300 Westoffice Drive
Suite 800
Houston, Texas 77042
Phone: 713.590.9619
Email: kiran.p@kuoassociates.com
RE: Proposal for Quality Levels B & A SUE
City of Pearland Texas — Shank Rd
Dear Mr. Punyamanthula,
We are pleased to submit the following proposal for the above -referenced project.
Scope & Limits
We understand the scope of work to consist of providing Quality Levels B & A SUE per ASCE Standard 38-
22. This includes:
• SUE Quality Level B involves the recording and marking the horizontal location of the existing
utility facilities using non-destructive surface geophysical techniques, per APWA color
standards. When data is reliable, cover shots indicating top of utility will be included at every
100 feet. Limitations of designation include signal bleed over due to congested utilities or
utilities made of non-conductive material such as PVC or concrete. Probing utilizes a metal
probe to pierce the ground in attempt to contact the utility and can give an approximate depth
of cover, however the utility cannot be visually verified. The designation markings and probed
locations will then be surveyed in by Kuo & Associates, and added to the Quality Levels D & C
utility CADD file. Quality Level B incorporates information from Quality Levels C & D. The Utility
records research to be performed by Kuo & Associates and provided to RODS Inc. prior to
commencing the QLB designation field work.
• SUE Quality Level A Testholes will be excavated via non-destructive vacuum excavation. In
order to perform the field work, the following will also be completed: contact Texas One Call
agency to notify of digging intent and perform on -site field inspection and designate the desired
utility to determine exact location. Air -vacuum excavation will be utilized to determine orientation,
size, depth, material and condition of the intended utility. The test holes will then be surveyed in
by Kuo & Associates. Signed and sealed Test Hole Data Sheets will be produced for the
excavated locations, depicting top, side and plan views, and detailing survey information as well
as size, material and depth of utilities found.
Note that 10 testholes were estimated for this project due mainly to where the 3 pipelines, shown
from the Texas Railroad Commission in Attachment D. could potentially conflict with the
proposed roadway reconstruction.
RODS Inc.
6810 Lee Rd, Spring, TX 77379
281.257-4020
RODS, Inc.
Project Location
The project is located at Shank Rd in Pearland, Texas as shown on the project vicinity map in Attachment
C.
Schedule
For the SUE field work, RODS Inc. will submit an 811 One Call upon notice to proceed and then SUE
fieldwork will begin 48 hours after the One Call has been submitted, in accordance with 811 policies, and
deliverables will be submitted within 7 business days of completed fieldwork and survey. All field work is
dependent on the ability of RODS Inc. being able to access the project location. Weather and soil
conditions may inhibit our access to the project and cause delays. Right -of -Entry is the responsibility of
Kuo & Associates and will be supplied to RODS Inc before fieldwork commences
Deliverable
• Digital CADD file in Auto CAD format in 1:1 model space suitable for 1 -inch = 20 -feet drawings
showing the SUE QLB linework and the SUE QLA Testhole callouts.
• Signed and sealed Test Hole Data Sheets for excavated locations.
Subsurface Utility Engineering Estimated Cost
This project will be billed on a lump sum basis, not to exceed the total shown below. See Attachment B:
Estimated Fee Schedule for additional information.
Total for SUE Services:
Price Per Testhole:
$ 36,335.00
$ 2,220.00
Should you have any questions or require additional information, please feel free to contact me. We look
forward to working with you on this project.
Sincerely,
ZadYn of/Abe-
Lane M. Lease. P.E.
Vice President
RODS Inc.
6810 Lee Road - Spring, TX 77379
Phone: 281.257-4020
www.rods-inc.com
2
ATTACHMENT B - ESTIMATED FEE SCHEDULE
CITY OF PEARLAND - SHANK RD - QUALITY LEVELS B & A SUE
PRIME PROVIDER NAME: KUO & ASSOCIATE
SUBCONSULTANT NAME: RODS Inc.
November 10, 2025
TASK DESCRIPTION
SUE
PROJECT
MANAGER
SUE
SENIOR
ENGINEER
SUE
ENGINEER IN
TRAINING
SUE
ENGINEERING
TECHNICIAN
SUE
CADD
TECHNICIAN
3 -PERSON
DESIGNATION
CREW
TOTAL
LABOR HOURS
& COSTS
SUE Quality Levels B & A Services
1. SUE QLB Field Designation of Above Ground Utility Features
(Does not include survey)
1.5
3
6
30
$9,435.00
2. Review of the Utility records research & Incorporation of the QL B SUE into the CADD Utility Base Map
2
4
8
8
16
$4,700.00
I
HOUR SUBTOTALS
3.5
7
14
8
16
30
78.5
LABOR RATE PER HOUR
$208.00
$185.00
$128.00
$103.00
$106.00
$260.00
TOTAL LABOR COSTS
$728.00
$1,295.00
$1,792.00
$824.00
$1,696.00
$7,800.00
$14,135.00
SUE Quality Level A Services
Non -Destructive Test Holes (per vertical depth)
Rate
Unit
Estimated
0.00-4.99 FT.
$1,370.00
Each
$0.00
5.00-7.99 FT.
$1,705.00
Each
$0.00
8.00-12.99 FT.
$2,220.00
Each
10
$22,200.00
13.00-19.99 FT.
$2,760.00
Each
$0.00
> 20.00 FT. (Per vertical foot deeper than 20 ft in addition to the 13-19.99 ft rate)
$250.00
Vertical Feet
$0.00
Traffic Control, Attenuator & Flaggers for Lane Closure
$3,800.00
Day
$0.00
Concrete Coring & Pavement Replacement
$300.00
Each
$0.00
SUBTOTAL FOR QUALITY LEVEL A TESTHOLES
$22,200.00
TOTAL $36,335.00
1. Project to be invoiced on a lump sum basis, not to exceed totals shown above.
2. Right -of -Entry is the responsibility of Kuo & Associates and will be supplied to RODS Inc before fieldwork commences.
3. Testholes will be invoiced according to the depth actually excavated.
4. Test hole unit cost includes excavation, survey, CADD and engineering of test hole data sheet.
5. Testholes will be attempted at the top center of the utility.
6. Excavation to be performed via non-destructive excavation.
7. Utility records research to be performed by Kuo & Associates and provided to RODS Inc prior to commencing the QLB designation field work.
8. Survey of QLB markings & QLA testholes to be performed by Kuo & Associates, not included in this estimate.
10
$2,220.00
No. of Test
Holes
Price/Test Hole
1
ATTACHMENT C — PROJECT VICINITY MAP
CITY OF PEARLAND - SHANK RD
PROJECT LIMITS
_. ms,
_ ',;, �.
EseserreImiL.01 ,.
ill F
0
I.
ATTACHMENT D - RAILROAD COMMISSION MAP OF PIPELINES
'gis.rrc.texas.gov/GISViewer/
Schonstedt Instrum...
Texas Board of Prof... IN City of Houston - H...
HAS BADGING APP Eli HOU BADGING IAH BADGING APP Geocortex Viewer (... `] Jacobs File Transfer...
rn Other favorites
1
ASSOCIATED
TESTING
LABORATORIES
10450 Corporate Drive, Sugar Land, Texas 77478 Tel: (713) 748-3717 Fax: (713) 748-3748
November 13, 2025
Proposal No: GP25-1003Rev
Mr. Steve Lewis, PE
Senior Project Manager
Consor Engineers
1080 Eldridge Parkway
Houston, Texas 77077
Reference: Proposal for Geotechnical Investigation
Proposed Roadway Reconstruction Improvements for Shank Road and Woody
Road
City of Pearland, Texas
Dear Mr. Lewis:
Associated Testing Laboratories, Inc. (ATL) is pleased to submit a proposal for the above -referenced
project. The scope of the work entails a geotechnical investigation based on our understanding of the
project scope provided by Consor Engineers.
PROJECT DESCRIPTION
The City of Pearland is undertaking a roadway reconstruction project including storm sewer and
waterline replacement improvements to address aging infrastructure, improve capacity, and
ensure long-term system reliability.
The project limits are Shank Road from Mykawa Road to the end of the road at Kwik Equipment
Sales and Woody Road from Shank Road to W. Orange Street. The total alignment is
approximately less than one mile. The primary construction method will be open cut.
SCOPE OF WORK
Objective
The objective of the geotechnical investigation for the City of Pearland Roadway Reconstruction
Improvements project is to evaluate the subsurface soil and groundwater conditions across the
project site to provide the necessary engineering parameters for design and construction.
The scope includes conducting soil borings, laboratory testing, and engineering analyses; the results
will be used to develop recommendations for the design and construction of the project.
Field Exploration
Based on the required criteria provided by Consor and the City of Pearland, the following borings
are proposed to investigate the preliminary subsurface soils and groundwater conditions:
/Volumes/GEO/Proposa1/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/GP25-1003 - City of Pearland - Shank
Road and Woody Road - Proposal 10-13-25.doc
1
ASSOCIATED
TESTINGI
LABORATORIES
10450 Corporate Drive, Sugar Land, Texas 77478
Tel: (713) 748-3717 Fax: (713) 748-3748
Borings
Location
No of
Borings
Depth (ft)
Total Depth
(Linear feet)
B-1 thru B-5
Shank Road
5
20
100
B-6 thru B-8
Woody Road
3
20
60
B-9
Outfall
1
30
30
Total Depth = 190 LF
Proposed Boring Locations are drawn to the approximate locations to perform soil borings to
evaluate the subsurface soils and groundwater conditions.
The field investigation will follow Standard Practice for Soil Investigation and Sampling by Auger
Borings [ASTM D 1452]. ATL plans to drill the soil borings using a truck -mounted drill rig. The
test bores will be drilled using dry auger methods until groundwater is encountered and observed or
caving soils occur. When groundwater is encountered, the level will be allowed to stabilize for
approximately 15 minutes and continue drilling to the termination depth.
The soil borings will be logged and sampled by an experienced geotechnical engineering technician.
All boring soil samples will be obtained continuously to the termination depths. Undisturbed
samples of cohesive soils will be obtained using 3 -inch diameter seamless Shelby tubes pushed to 2 -
foot increments. The extruded samples will be wrapped in protective foil and transported to our
laboratory. The field shear strengths of the clays will be measured in the field with a hand
penetrometer or torvane.
Standard Penetration Tests (SPT) will be conducted in low -cohesion silts and sands, and driving
resistance will be recorded during testing. The collected samples will be placed in sealed bags and
transported to our laboratory for analysis.
The borings will be drilled dry, and the depth at which groundwater is encountered (if any) will be
recorded. Depth to groundwater will be important for the design and construction of this project.
Drilling will be suspended for 15 minutes to facilitate water level observation in the boring. After
recording the water level, drilling will be resumed with wet rotary. The boreholes will be grouted
with cement-bentonite slurry with a tremie pipe.
ATL assumes that all the proposed borings are located in the grassy open area and accessible with
our truck -mounted rig at the time of drilling.
Laboratory Testing
Laboratory tests will be assigned corresponding to the types of soils encountered to classify the soils'
physical and index properties, moisture contents, unconfined compressive strength (UC),
unconsolidated undrained compressive strength (UU), Atterberg limits, percent finer than No. 200
sieve, and total unit weight tests.
/Volumes/GEO/Proposal/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/GP25-1003 - City of Pearland - Shank
Road and Woody Road - Proposal 10-13-25.doc
2
ASSOCIATED
TESTINGI
LABORATORIES
10450 Corporate Drive, Sugar Land, Texas 77478
Tel: (713) 748-3717 Fax: (713) 748-3748
All laboratory tests will be performed in accordance with appropriate ASTM standards. ATL will
keep the untested soil samples for at least 30 days after the final geotechnical report is accepted.
Enxineering Analyses and Reportinji
The field and laboratory data will be summarized in an engineering report. Analyses of data will be
presented, and recommendations made. The following geotechnical information and
recommendations will be provided:
• Boring logs & boring log profiles with generalized soil stratigraphy and groundwater levels.
• Site preparation and grading
• Recommendations regarding bedding and backfill for utility construction.
• Allowable bearing capacity
• Loads on buried pipes, including dead and live loads (vehicle loads).
• Recommendations regarding paving, including thickness, subgrade preparation and
stabilization, pavement construction
• Open cut construction recommendations for waterline installation
• Excavation and trench construction and safety requirements.
• Dewatering considerations and recommendations.
• Construction considerations
COST ESTIMATE
Based on the scope of geotechnical work outlined above, we estimate a cost of:
Geotechnical Investigation for Proposed
Estimated Fee
Proposed Roadway Reconstruction Improvements for
Shank Road and Woody Road
$42,324.00
This estimate assumes that: (i) underground utilities at proposed boring locations will be cleared by
Texas 811 Call Service and/or private property maintenance personnel; (ii) the sites will be
accessible to our truck -mounted drill rig equipment; (iii) permission/permit to access the site(s) if
needed, will be arranged by others at no cost to ATL. ATL is not responsible for any utility conflicts
encountered.
Prior to commencing geotechnical drilling, ATL will coordinate with Texas 811 Call Service to
obtain the necessary utility clearances. However, our firm shall not be held responsible and or liable
for any utility conflicts encountered in the field.
This cost estimate does not include review or approval of reports by external agencies such as
TxDOT, Harris County Flood Control District, or UPRR. This cost estimate does not include any
recommendations for railroad crossings or HCFCD channels.
/Volumes/GEO/Proposal/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/GP25-1003 - City of Pearland - Shank
Road and Woody Road - Proposal 10-13-25.doc
3
ASSOCIATED
TESTINGI
LABORATORIES
10450 Corporate Drive, Sugar Land, Texas 77478
Tel: (713) 748-3717 Fax: (713) 748-3748
TIME SCHEDULES
We estimate that the fieldwork can be started immediately after authorization is received. The field
staking and utility clearance will take approximately one week, the field investigation will require
about one to two weeks (assuming no complications in site access, and weather permitting), and the
regular laboratory testing will take approximately three to four weeks. The draft geotechnical report
will be submitted approximately three to four weeks after laboratory testing is complete.
We appreciate the opportunity to submit this proposal and look forward to being of service to you on
this project.
Thank you,
ASSOCIATED TESTING LABORATORIES, INC.
Anita Singh., P.E.
Principal Engineer
Enclosure:
Figure 1: Proposed Boring Location Plan
/Volumes/GEO/Proposal/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/GP25-1003 - City of Pearland - Shank
Road and Woody Road - Proposal 10-13-25.doc
4
GP15-1003 - City of Pearl an d
Shank Road and Woody Road
b 14.1-;_2.T
r
i
t -L'• •
J.
M•
r - .
p
' r
•
I
Legend
Boring Locations
Pearfand - Shank Rd / Woody Rd
I
''97.2c=r—oa
P
Ica
-
ti ` ARK n■ IL I
ASSOCIATED
TESTING
LABORATORIES
A
1-
10450 Corporate Drive, Sugar Land, Texas 77478 Tel: (713) 748-3717 Fax: (713) 748-3748
November 13, 2025
Proposal No: GP25-1003Det
Mr. Steve Lewis, PE
Senior Project Manager
Consor Engineers
1080 Eldridge Parkway
Houston, Texas 77077
Reference: Proposal for Geotechnical Investigation
Proposed Roadway Reconstruction Improvements for Shank Road and Woody
Road — Detention Pond
City of Pearland, Texas
Dear Mr. Lewis:
Associated Testing Laboratories, Inc. (ATL) is pleased to submit a proposal for the above -referenced
project. The scope of the work entails a geotechnical investigation based on our understanding of the
project scope provided by Consor Engineers.
PROJECT DESCRIPTION
The City of Pearland is undertaking a roadway reconstruction project including storm sewer and
waterline replacement improvements to address aging infrastructure, improve capacity, and
ensure long-term system reliability.
The project limits are Shank Road from Mykawa Road to the end of the road at Kwik Equipment
Sales and Woody Road from Shank Road to W. Orange Street. The total alignment is
approximately less than one mile.
The project will consist of one detention pond with the following assumptions provided by
Consor Engineers:
Size: 1.5 acres
Depth: 5 feet
Side Slopes: 3:1
SCOPE OF WORK
Objective
The objective of the geotechnical investigation for the City of Pearland Roadway Reconstruction
Improvements — Detention Pond project is to evaluate the subsurface soil and groundwater
conditions across the project site to provide the necessary engineering parameters for design and
construction.
The scope includes conducting soil borings, laboratory testing, and engineering analyses; the results
/Volumes/GEO/Proposa1/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/Detention Pond/GP25-1003 - City of
Pearland - Shank Road and Woody Road - Detention Pond - Proposal 11-17-25.doc
1
ASSOCIATED
TESTING
LAB0RAT0..._
10450 Corporate Drive, Sugar Land, Texas 77478
Tel: (713) 748-3717 Fax: (713) 748-3748
will be used to develop recommendations for the design and construction of the project.
Field Exploration
Based on the required criteria provided by Consor and the City of Pearland, the following borings
are proposed to investigate the preliminary subsurface soils and groundwater conditions:
Borings
Location
No of
Borings
Depth (ft)
Total Depth
(Linear feet)
B-1 thru B-2
Detention Pond
2
15
30
Total Depth = 30 LF
Proposed Boring Locations will be determined at a later date when the site location will be
determined.
The field investigation will follow Standard Practice for Soil Investigation and Sampling by Auger
Borings [ASTM D 1452]. ATL plans to drill the soil borings using a truck -mounted drill rig. The
test bores will be drilled using dry auger methods until groundwater is encountered and observed or
caving soils occur. When groundwater is encountered, the level will be allowed to stabilize for
approximately 15 minutes and continue drilling to the termination depth.
The soil borings will be logged and sampled by an experienced geotechnical engineering technician.
All boring soil samples will be obtained continuously to the termination depths. Undisturbed
samples of cohesive soils will be obtained using 3 -inch diameter seamless Shelby tubes pushed to 2 -
foot increments. The extruded samples will be wrapped in protective foil and transported to our
laboratory. The field shear strengths of the clays will be measured in the field with a hand
penetrometer or torvane.
Standard Penetration Tests (SPT) will be conducted in low -cohesion silts and sands, and driving
resistance will be recorded during testing. The collected samples will be placed in sealed bags and
transported to our laboratory for analysis.
The borings will be drilled dry, and the depth at which groundwater is encountered (if any) will be
recorded. Depth to groundwater will be important for the design and construction of this project.
Drilling will be suspended for 15 minutes to facilitate water level observation in the boring. After
recording the water level, drilling will be resumed with wet rotary. The boreholes will be grouted
with cement-bentonite slurry with a tremie pipe.
ATL assumes that all the proposed borings are located in the grassy open area and accessible with
our truck -mounted rig at the time of drilling.
Laboratory Testing
Laboratory tests will be assigned corresponding to the types of soils encountered to classify the soils'
/Volumes/GEO/Proposal/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/Detention Pond/GP25-1003 - City of
Pearland - Shank Road and Woody Road - Detention Pond - Proposal 11-17-25.doc
2
ASSOCIATED
TESTING
LAB0RAT0..._
10450 Corporate Drive, Sugar Land, Texas 77478
Tel: (713) 748-3717 Fax: (713) 748-3748
physical and index properties, moisture contents, unconfined compressive strength (UC),
unconsolidated undrained compressive strength (UU), Atterberg limits, percent finer than No. 200
sieve, and total unit weight tests.
All laboratory tests will be performed in accordance with appropriate ASTM standards. ATL will
keep the untested soil samples for at least 30 days after the final geotechnical report is accepted.
EnJineerinL Analyses and Reportinji
The field and laboratory data will be summarized in an engineering report. Analyses of data will be
presented, and recommendations made. The following geotechnical information and
recommendations will be provided:
• Boring logs & boring log profiles with generalized soil stratigraphy and groundwater levels.
• Site preparation and grading
• Discussion of subsurface soils and stratigraphy and groundwater information.
• Suitability for reuse of on -site soil from the detention basin area.
• Excavation and trench construction and safety requirements.
• Dewatering considerations and recommendations.
• Construction considerations
COST ESTIMATE
Based on the scope of geotechnical work outlined above, we estimate a cost of:
Geotechnical Investigation for Proposed
Estimated Fee
Proposed Roadway Reconstruction Improvements for
Shank Road and Woody Road — Detention Pond
$15,078.00
Site Clearing, if required
$3,500.00
This estimate assumes that: (i) underground utilities at proposed boring locations will be cleared by
Texas 811 Call Service and/or private property maintenance personnel; (ii) the sites will be
accessible to our truck -mounted drill rig equipment; (iii) permission/permit to access the site(s) if
needed, will be arranged by others at no cost to ATL. ATL is not responsible for any utility conflicts
encountered.
Prior to commencing geotechnical drilling, ATL will coordinate with Texas 811 Call Service to
obtain the necessary utility clearances. However, our firm shall not be held responsible and or liable
for any utility conflicts encountered in the field.
This cost estimate does not include review or approval of reports by external agencies such as
TxDOT, Harris County Flood Control District, or UPRR. This cost estimate does not include any
recommendations for railroad crossings or HCFCD channels.
/Volumes/GEO/Proposal/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/Detention Pond/GP25-1003 - City of
Pearland - Shank Road and Woody Road - Detention Pond - Proposal 11-17-25.doc
3
ASSOCIATED
TESTING
LABORAT(..._
10450 Corporate Drive, Sugar Land, Texas 77478
Tel: (713) 748-3717 Fax: (713) 748-3748
TIME SCHEDULES
We estimate that the fieldwork can be started immediately after authorization is received. The field
staking and utility clearance will take approximately one week, the field investigation will require
about one week (assuming no complications in site access, site clearing, and weather permitting),
and the regular laboratory testing will take approximately three to four weeks. The draft
geotechnical report will be submitted approximately three to four weeks after laboratory testing is
complete.
We appreciate the opportunity to submit this proposal and look forward to being of service to you on
this project.
Thank you,
ASSOCIATED TESTING LABORATORIES, INC.
Anita Singh., P.E.
Principal Engineer
/Volumes/GEO/Proposal/2025/GP25-1003 - City of Pearland - Shank Road and Woody Road - Consor/Detention Pond/GP25-1003 - City of
Pearland - Shank Road and Woody Road - Detention Pond - Proposal 11-17-25.doc
4
Professional Services Contract Shank Road
Design
Final Audit Report
2026-02-14
Created: 2026-02-13
By: Valerie Marvin (vmarvin@pearlandedc.com)
Status: Signed
Transaction ID: CBJCHBCAABAAVOSQIBAG747ORo24n7XdikTotImGUuJ7
"Professional Services Contract Shank Road Design" History
Document created by Valerie Marvin (vmarvin@pearlandedc.com)
2026-02-13 - 9:44:14 PM GMT
Document emailed to Krishna Peapully (krishna.peapully@consoreng.com) for signature
2026-02-13 - 9:44:30 PM GMT
Document emailed to Matthew Buchanan (mbuchanan@pearlandedc.com) for signature
2026-02-13 - 9:44:31 PM GMT
Email viewed by Krishna Peapully (krishna.peapully@consoreng.com)
2026-02-13 - 10:23:30 PM GMT
Signer Krishna Peapully (krishna.peapully@consoreng.com) entered name at signing as Srikrishna Peapully
2026-02-13 - 10:26:40 PM GMT
Document e -signed by Srikrishna Peapully (krishna.peapully@consoreng.com)
Signature Date: 2026-02-13 - 10:26:42 PM GMT - Time Source: server
Email viewed by Matthew Buchanan (mbuchanan@pearlandedc.com)
2026-02-14 - 0:20:20 AM GMT
Document e -signed by Matthew Buchanan (mbuchanan@pearlandedc.com)
Signature Date: 2026-02-14 - 0:21:04 AM GMT - Time Source: server
Agreement completed.
2026-02-14 - 0:21:04 AM GMT
O Adobe Acrobat Sign