Common use of Agreement Documents Clause in Contracts

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed Scope of Professional Fees These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT‌ 14.1.1 The Agreement Documents are intended to permit the parties to complete the Work and all obligations required by the Agreement Documents within the Agreement Times for the Agreement Price. The Agreement Documents are intended to be complementary and interpreted in harmony so as to avoid conflict, with words and phrases interpreted in a manner consistent with construction and design industry standards. 14.1.2 It is the intent of the Agreement Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Agreement Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Agreement Documents or from prevailing custom or trade usage as being required to produce the intended result must be provided by Contractor whether or not specifically called for at no additional cost to City. 14.1.3 The Agreement Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Agreement Documents), Contractor's Bid or Proposal (including its attachments documentation accompanying the Bid and schedulesany post-Bid documentation submitted prior to Agreement award) when attached as an exhibit to the Agreement, constitutes the entire AGREEMENTaccepted Project Schedule, which supersedes all prior written or oral understandingsthe Notice to Proceed, the Performance Bond, the Payment Bond, Project Design, Engineering and may only be changed by a written amendment executed by both parties. This AGREEMENT Specifications, these General Conditions, the Project Specific Special Provisions, Technical Specifications, Agreement Drawings, as the same may be executed more specifically identified in one or more counterparts and each counterpart shallthe Agreement, for all purposesChange Orders, be deemed an originalWork Change Directives, but all such counterparts shall together constitute but one Field Orders and the same instrumentwritten interpretations and clarifications of the Design Professional or City representative and Modifications issued after execution of the Agreement. The following attachments Approved Shop Drawings and schedules the reports and drawings of subsurface and physical conditions are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed Scope of Professional Fees These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. not Agreement Documents.‌ 14.1.4 In the event of an inconsistency any inconsistency, conflict, or conflict ambiguity between or among the Agreement Documents, the Agreement Documents will take precedence as follows from highest to lowest: Change Orders, Addenda, Agreement, Project Specific Special Provisions, General Conditions, Technical Specifications, Drawings/Plans, Chandler Amendments to MAG Standard Specifications and Chandler Standard Details, and MAG Uniform Standard Specifications and Details for Public Works Construction. If applicable to this Agreement, Federal Provisions prevail. 14.1.5 On the Drawings, given dimensions will take precedence over scaled measurements and large scale drawings over small-scale drawings. 14.1.6 Clarifications and interpretations of the Agreement Documents will be issued by the Design Professional through the City.‌ 14.1.7 The headings used in this Agreement or any other Agreement Documents, are for ease of reference only and must not in any way be construed to limit or alter the meaning of any provision. 14.1.8 The Agreement Documents form the provisions of entire agreement between City and Contractor. No oral representations or other agreements have been made by the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents parties except as specifically stated in the order Agreement Documents. 14.1.9 The Agreement Documents may not be changed, altered, or amended in which they are listed above. Duly executed any way except in writing signed by a duly authorized representative of each party’s designated representative to be effective on party in the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement form of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇Change Order.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)

Appears in 1 contract

Sources: Construction Agreement

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BYAUTHORIZED SIGNATURE Printed Name: ENGINEER ▇▇▇_▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date SignedArnold BY: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid WasteINTERIM CITY MANAGER ATTEST: Vice President ▇▇▇▇ ▇▇▇▇, City of CITY SECRETARY ▇▇▇-▇▇▇-▇▇▇▇ PHONE NUMBER ▇▇▇▇▇.▇▇▇▇▇▇@▇▇▇▇▇▇-▇▇▇▇.▇▇▇ EMAIL ADDRESS 2021-718096 TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER BY: APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY BY: THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. ▇▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1▇▇▇▇▇▇▇ SIGNATURE PRINTED NAME Director of Capital Projects/City Engineer TITLE Capital Projects-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)Engineering DEPARTMENT

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B – Compensation Attachment C – Changes and Amendments to Standard Agreement Attachment D – Project Schedule Attachment E – Project Location Map These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇▇▇▇▇ ▇-▇▇▇▇ & ▇▇AND ASSOCIATES, INC. ▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 CITY MANAGER ▇▇▇▇▇ ▇ ▇▇▇ ▇▇. VICE PRESIDENT Date: 1/15/2020 Date: 12/2/2019 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ Signature as to financial and operational obli ess obligations and business terms. Signature 2019-565938 TEXAS ETHICS COMMISSION CERTIFICATE NUMBER Title Waker Uki1ikies Direckor Waker Uki1ikies Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc12/2/2019 APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY By: ATTEST: ▇▇▇▇ ▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)CITY SECRETARY By:

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments attachment and schedulesschedule, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments attachment and schedules are schedule is hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services and Billable Fee Schedule These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, INC. ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇ – Senior Buyer ▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇ Managing Director Date: Date: THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. Signature Deputy City Engineer Title Capital Projects Department Date Signed: 8/22/2019 August 15, 2019 City of , PE Associate | Environmental Team Leader TES/sw cc▇▇▇▇▇ Attn: ▇▇▇▇▇ ▇▇▇▇▇▇▇▇▇▇▇ ▇▇▇ ▇▇▇▇▇ ▇▇▇▇▇▇ Denton, Director of Solid WasteTexas 76209 Attachment A ▇▇▇▇▇▇▇▇ Street at ▇▇▇▇▇▇▇ ▇▇▇▇ – Westbound Right-turn Lane Improvements ▇▇. ▇▇▇▇▇▇▇▇▇▇▇: ▇▇▇▇▇▇▇ & ▇▇▇▇▇▇▇▇, Inc. (BBI) appreciates the opportunity to provide this proposal for professional engineering services to the City of ▇▇▇▇▇▇. (Client) in connection with the proposed ▇▇▇▇▇▇▇This questionnaire reflects changes made Street at ▇▇▇▇▇▇▇ ▇▇▇▇ westbound right-turn lane improvements in Denton, Texas (Project). BBI has developed the following list of engineering services that will be performed by BBI to complete this project. Generally, the desired intersection improvements include the following: • Provide a westbound right-turn lane on ▇▇▇▇▇▇▇▇ Street at ▇▇▇▇▇▇▇ ▇▇▇▇ o Providing a curb and gutter from the northeast corner of ▇▇▇▇▇▇▇▇ Street at ▇▇▇▇▇▇▇ ▇▇▇▇ to the law by H.B. 23first driveway to the east o Relocate two existing storm water junction boxes o Relocate one existing storm water inlet o Check size of relocated inlet through drainage calculations o Relocate one existing fire hydrant o Provide signing and striping improvements to accommodate the new turn lane o Turn lane will be accommodated through existing pavement, 84th Leg., Regular Sessionno additional pavement is anticipated. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship o Intersections will be combined as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed one plan set with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccuratesignal improvements project.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Location Map These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇Halff Associates, Inc. ▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 Vice Presidenk 9/26/2019 Date:_ Date:_ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations as to financial and busin _operational obligations and business terms. ______________ as to financial and operational obli ess terms. Signature Ciky Engineer Title Capika1 Projecks Department 9/25/2019 Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ (Art) ▇▇▇▇, CITY ATTORNEY By: ATTEST: ▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City ▇▇▇▇, CITY SECRETARY By: This Attachment “A” defines the services Halff Associates, Inc. (Halff) will perform as part of the ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope Street Electrical and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during fillingCommunication Relocations. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of project limits along ▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇ Street are from ▇▇▇, Director ▇▇▇ Drive to the Athletic Center North Drive into Lot 83. See Attachment D for Project Limits. The relocation of Solid Waste, City feeders and conduit raceways will be defined by the length of the expansion of ▇▇▇▇▇▇ This questionnaire reflects changes made Brae Street which interferes with the existing electrical primary feeder and ITS distribution. The electrical engineering design will include a new distribution system of switchgear to re-distributed from a location near the Athletic Center Parking Lot (Lot 83) and extend to the law by H.B. 23following: 1) Waranch Tennis Complex. 2) Wind Turbine connection panels. 3) Mean Green Village Building B (MGVB) 4) Utility connections at the Eagle Point Intramural Recreational Sports Fields, 84th Legjust east of the outdoor basketball court (south of the football practice fields) 5) Building P (▇▇▇▇▇▇▇▇ Stadium - Mean Green Village Softball Field) The ITS raceway will also be re-distributed from a location near the Athletic Center Parking Lot (Lot 83) and extend to the following: 1) Waranch Tennis Complex. 2) Mean Green Village Building B (MGVB) 3) Building P (▇▇▇▇▇▇▇▇ Stadium - Mean Green Village Softball Field) Additional information will need to be obtained from UNT Facilities to define the Design Criteria, Regular Session. This questionnaire is being filed in accordance with Chapter 176UNT Best Practices, Local Government Codeexisting equipment conditions, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a)best locations to tie the new conduit systems into the existing conduit systems where applicable. By law this questionnaire must Coordination with UNT personnel and UNT’s data cabling designer/installer will be filed with necessary for pre-planning the records administrator design effort, review of the local government entity not later than proposed design, and approval to move forward in the 7th business day after design stages. Halff will provide the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)following services:

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Fee Schedule Attachment C – Project Schedule These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER <Company's Legal Name> Buyer Date:_9/13/2018 <Signatory's Name> <Title> Date: 9/13/2018 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. Signature _Director/City Engineer Title Capital Projects Department Date Signed: 9/13/2018 It is the understanding of the DESIGN PROFESSIONAL that the scope of services will include producing and intersection control evaluation (ICE) for the intersection of North Texas Boulevard/ Highland Park Road, and ▇▇▇▇▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during fillingStreet. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement Tasks to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section performed are: · Task 1 – Intersection Control Evaluation (ICE) and Pre-Screening · Task 2 – Concept Layout and OPCC · Task 3 – Meetings and Project Administration The DESIGN PROFESSIONAL’s scope of services is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)as follows: TASK 1 INTERSECTION CONTROL EVALUATION AND PRE- SCREENING

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Compensation Attachment C – Not Included Attachment D – Not Included Attachment E – Not Included These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇▇▇ and ▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 City Manager Vice President Date: 12/19/2018 Date: 11/19/2018 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ Signature as to financial and operational obli ess obligations and business terms. Signature Title Department Date SignedAPPROVED AS TO LEGAL FORM: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phoneCITY ATTORNEY By: 806-473- 3683; emailGeneral Manager Title Utilties - Water Department Date Signed: 11/19/2018 ATTEST: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid WasteCITY SECRETARY By: ▇▇▇▇▇▇ and ▇▇▇▇▇▇▇, Inc. (FNI) understands that the City of ▇▇▇▇▇▇ This questionnaire reflects changes made is requesting assistance in further developing an asset management program for water system assets. The scope of work includes strategic asset management planning, asset management maturity assessment, and developing a risk-based assessment of linear pipeline assets using InfoMaster. The City has historically utilized main break data to the law by H.B. 23, 84th Leg., Regular Sessionprioritize pipeline replacement projects and desires to include pipeline criticality as an additional parameter in this prioritization process. This questionnaire is being filed project includes development and staff training of a risk-based assessment database in accordance with Chapter 176, Local Government Code, InfoMaster software by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and Innovyze. The City intends to utilize the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator results of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement InfoMaster risk-based assessment to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is develop a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccuratepipeline rehabilitation CIP internally.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT14.1.1 The Agreement Documents are intended to permit the parties to complete the Work and all obligations required by the Agreement Documents within the Agreement Times for the Agreement Price. The Agreement Documents are intended to be complementary and interpreted in harmony so as to avoid conflict, with words and phrases interpreted in a manner consistent with construction and design industry standards. 14.1.2 It is the intent of the Agreement Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Agreement Documents. Any labor, documentation, services, materials, or equipment that may reasonably be inferred from the Agreement Documents or from prevailing custom or trade usage as being required to produce the intended result must be provided by Contractor whether or not specifically called for at no additional cost to City. 14.1.3 The Agreement Documents establish the rights and obligations of the parties and include the Agreement, Addenda (which pertain to the Agreement Documents), Contractor's Bid or Proposal (including its attachments documentation accompanying the Bid and schedulesany post-Bid documentation submitted prior to Agreement award) when attached as an exhibit to the Agreement, constitutes the entire AGREEMENTaccepted Project Schedule, which supersedes all prior written or oral understandingsthe Notice to Proceed, the Performance Bond, the Payment Bond, Project Design, Engineering and may only be changed by a written amendment executed by both parties. This AGREEMENT Specifications, these General Conditions, the Project Specific Special Provisions, Technical Specifications, Agreement Drawings, as the same may be executed more specifically identified in one or more counterparts and each counterpart shallthe Agreement, for all purposesChange Orders, be deemed an originalWork Change Directives, but all such counterparts shall together constitute but one Field Orders and the same instrumentwritten interpretations and clarifications of the Design Professional or City representative and Modifications issued after execution of the Agreement. The following attachments Approved Shop Drawings and schedules the reports and drawings of subsurface and physical conditions are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed Scope of Professional Fees These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. not Agreement Documents. 14.1.4 In the event of an inconsistency any inconsistency, conflict, or conflict in any of ambiguity between or among the provisions of the AGREEMENT documentsAgreement Documents, the inconsistency or conflict shall be resolved by giving Agreement Documents will take precedence first as follows from highest to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BYlowest: CITY OF DENTONChange Orders, TEXAS BY: ENGINEER Addenda, Agreement, Project Specific Special Provisions, General Conditions, Technical Specifications, Drawings/Plans, ▇▇▇▇▇▇▇▇ Amendments to MAG Standard Specifications and ▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ RdStandard Details, and MAG Uniform Standard Specifications and Details for Public Works Construction. DentonIf applicable to this Agreement, TX 76208 Re: Federal Provisions prevail. 14.1.5 On the Drawings, given dimensions will take precedence over scaled measurements and large scale drawings over small-scale drawings. 14.1.6 Clarifications and interpretations of the Agreement Documents will be issued by the Design Professional Services through the City. 14.1.7 The headings used in this Agreement or any other Agreement Documents, are for Water Truck Fill Stand Proposed Scope ease of reference only and Professional Fees Dear ▇▇must not in any way be construed to limit or alter the meaning of any provision. 14.1.8 The Agreement Documents form the entire agreement between City and Contractor. ▇▇▇▇▇▇No oral representations or other agreements have been made by the parties except as specifically stated in the Agreement Documents. 14.1.9 The Agreement Documents may not be changed, As requestedaltered, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope or amended in any way except in writing signed by a duly authorized representative of Work for professional engineering services at each party in the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement form of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇Change Order.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)

Appears in 1 contract

Sources: Construction Agreement

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Compensation Attachment C – Conflict of Interest Questionnaire These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BYAUTHORIZED SIGNATURE Printed Name: ENGINEER ▇▇▇▇▇▇▇▇ ▇▇▇▇▇▇& Title: Vice President ▇▇▇-▇▇▇-▇▇▇▇ PHONE NUMBER ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇.▇▇▇▇▇▇▇@▇▇▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇& ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw ccEMAIL ADDRESS TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER BY: ▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid WasteINTERIM CITY MANAGER ATTEST: ▇▇▇▇ ▇▇▇▇, City of CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY BY: THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. ▇▇▇▇▇▇▇ This questionnaire reflects changes made ▇▇▇▇▇▇, ▇▇. SIGNATURE PRINTED NAME Exec Mgr of Utilities TITLE Electric DEPARTMENT Scope for Engineering Design Related Services for: The ENGINEER will perform its services pursuant to the law by H.B. 23, 84th Leg., Regular Sessionrequirements delineated below. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense Services under this section is attachment consist of engineering services for the preparation of a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurateresidential lighting guideline document.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER HDR Engineering, Inc. City Manager Date: ▇▇▇▇ ▇. ▇▇▇▇▇▇ Authorized Signature, Title Date: 12/19/2018 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED Signature as to financial and operational obligations and business terms. APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY By: Director/City Engineer Title Capital Projects Department ATTEST: CITY SECRETARY By: Date Signed: 12/21/2018 This scope of services is submitted to prepare final design plans for improvements at the four (4) intersections listed below located in Denton, Texas. The improvements requested by the City are: 1. Add north and south left turn lanes on Nottingham Drive at the intersection with University Drive: • Widen pavement as needed on the right curb side to accommodate 3 lane widths (dedicated left, center thru lane, dedicated right or right/thru lane) • The pavement design will match the existing adjacent pavement section. • Evaluate Autoturn right-turn movements on northbound (NB) and southbound (SB) Nottingham Drive. • Provide dedicated right turn lane, if warranted • The scope assumes relocate of signal poles at the northwest (NW) and southeast (SE) corners of intersection will not be required. • Reconstruct existing pedestrian ramps on all corners of the intersection. Locate new or relocated ped poles for ADA compliance. • Remove & replace striping in the intersection to accommodate new lane configurations and pedestrian ramp locations. 2. Realign through lanes on ▇▇▇▇▇▇▇ Drive & ▇▇▇▇▇ ▇▇▇▇▇▇▇ Drive, at the intersection with Loop 288: • Widen existing pavement to the outside on ▇▇▇▇▇▇▇ Drive, beyond the intersections with Loop 288 ramps, transitioning back to the existing paving, including drainage system design. The final lane configuration will be determined by the traffic study as a part of this scope. • The pavement design will match the existing adjacent pavement section. • Remove & replace striping in the intersection to accommodate new lane configurations. • Assume no pedestrian elements will be provided. • Traffic design elements: i. City will collect the traffic counts at the intersections. ii. Perform traffic signal warrant study at the interchange. iii. Design new traffic signals for the intersections if the warrants are met. No pedestrian signals will be required. • Coordinate relocation of power pole and utility vaults at NE corner of intersection. • Coordination with TxDOT reviews 3. Add left turn lanes in all directions at the intersection of Hercules Lane and Locust Street: • Evaluate as-built paving section of SB Locust Street outside shoulder. • Evaluate WB-50 truck turning movements at intersection. • Construct approximately 1000 feet of new SB and NB through lanes on Locust St, each side of the intersection. On the west side of the intersection, this project will be constructed to match completed plans to be provided. • The pavement design will match the existing adjacent pavement section. • Assume that OH poles do not need relocation. • Remove & replace striping in the intersection to accommodate new lane configurations and pedestrian ramp locations. • Traffic design elements: i. City will collect the traffic counts at the intersections. ii. Perform traffic signal warrant study at the interchange. iii. Design new traffic signals for the intersection if the warrants are met. No pedestrian signals will be required. • 4. Realign Long Road to intersect Stuart Road: • Construct new paving, drainage, signing, striping, to extend Long Road west to intersect with Stuart Road. This scope assumes that the permanent traffic control will be all-way stop and signal design is not required. • Perform geotechnical investigation for paving design and backfill requirements of existing pond. • Remove existing intersection & dead-end existing Long Road. • Assume that OH poles do not need relocation. • Traffic design elements: i. City will collect the traffic counts at the intersections. ii. Perform traffic signal warrant study at the interchange. iii. Design of new traffic signals and pedestrian signals for this intersection is not included in this scope. City of ▇▇▇▇▇▇ will provide existing utilities (water, sewer, signal electrical/ITS) per the City’s GIS and as-built record information. Any changes to the assumed Scope of Services may result in increased project costs. Our scope is as detailed below.  Coordinate with OWNER and project team to obtain necessary information, confirm Scope of Work, establish project schedule, and provide updates on project progress.  Obtain existing utility plans (electronic & GIS) and as-built data from the City for the proposed intersection for up to 200 feet in each direction at the intersection.  Conduct a field review to note and verify physical constraints, utility placement, existing nearby traffic signal equipment, and any other details necessary for plan preparation.  Prepare a 30% plan sheet submittal for use in ROW acquisition  Prepare draft set of plans (90% Submittal), quantity estimates, and cost estimates for the proposed improvements. Draft plans will include complete roadway plan set for the intersection, including: o General notes o Typical sections o Removal plans o Paving plans o Geotech Boring locations & geotechnical recommendations (at Long Rd only) o Drainage systems plans o Traffic Control & Erosion Control plans o Pavement Markings and Signs o Cross sections o Applicable standard details The plans will be prepared according to City of ▇▇▇▇▇▇ standards.  Submit draft set of plans to the City for review. (1) meeting is assumed for budget purposes.  Prepare final set of plans (100% Signed/Sealed Submittal) that addresses comments from the City. The final submittal will include one hard copy and one electronic copy.  Coordinate project information with Utility companies, based on a SUE Level B designations.  City will provide traffic tube counts and turning movement counts to be collected for 24 hours for the approaches at the intersections of  SB Loop ▇▇▇ ▇▇▇ ▇▇▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇ NB Loop ▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇ Long Road and Stuart Road  Hercules Lane and Locust Street  City will provide the trip generation or TIAs available for the developments to be takes into consideration.  Traffic warrant studies will be performed at the intersections of Loop 288 and ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope Drive; Hercules and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ Locust; and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services Long Road and Stuart Road to determine if a traffic signal is required at the intersections  Obtain plans (electronic) from the City for the including existing topographical data, ROW, drainage area, trees, signs, poles, utilities, etc. for up to 200 feet in each direction at the intersections.  Conduct a field review to note and verify physical constraints, power connection, utility placement, existing nearby traffic signal equipment, and any other details necessary for plan preparation.  Prepare draft set of plans (90% Submittal), for the proposed improvements. Draft plans will include signal relocation plan set for the intersection, including signal pole relocation and proposed signal head location/details, and pedestrian pole locations and details. The plans will be prepared according to City of ▇▇▇▇▇▇ Municipal Solid Waste Landfillstandards, then TxDOT standards. Based on our understanding, PSC  Signal plans will provide professional engineering design services related be submitted with the Roadway plans to replacement the City for review. (1) meeting is assumed for budget purposes.  Prepare final set of plans (100% Signed/Sealed Submittal) that addresses comments from the City. Signal plans will be submitted with the Roadway plans to the City.  This estimate does not include provision of a water truck fill standboring profile. PSC understands It should be noted that the City would like to replace an existing water truck fill stand adjacent to a stormwater ditchabove scope does NOT include bid and construction services. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade These will be provided for parking of under a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved separate contract, if required by the City, we . III Design Survey. Design Survey will prepare an updated OPC which may be used for funding by involve the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity following tasks to provide professional engineering services topographic survey (horizontal and vertical) in order to prepare final design plans for the City of ▇▇▇▇▇▇ municipal solid waste operationsintersection. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to Distances listed below are measured from the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator center of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurateintersection.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BYAUTHORIZED SIGNATURE Printed Name: ENGINEER ▇_▇▇▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin Title: _Chief Executive Officer ______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇-▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw ccPHONE NUMBER BY: ▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid WasteINTERIM CITY MANAGER ATTEST: ▇▇▇▇ ▇▇▇▇, City of CITY SECRETARY BY: ▇▇▇▇▇@▇▇▇▇▇▇▇▇▇▇▇▇.▇▇▇ EMAIL ADDRESS 2020-582443 TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY BY: THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. SIGNATURE ▇▇▇▇▇▇▇ This questionnaire reflects changes made ▇▇▇▇▇▇▇ PRINTED NAME Director of Capital Projects/City Engineer TITLE Capital Projects - Engineering DEPARTMENT completing the project. Both the CITY and ENGINEER have attempted to clearly define the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity work to be performed and address the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator needs of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurateProject.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A - RFQ 7379-Electrical Standards (scope of service) (on file at the office of the Purchasing Agent) Attachment B Professional Services for Water Truck Fill Stand Compensation and Proposed Scope of Professional Fees Project Schedule These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇▇▇▇Engineering, LTD. City Manager e ▇▇▇▇, P.E. or ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 P.E. Partner / Vice President ▇. ▇▇▇▇ 7/24/2020 Presidenk Date:_ Date:_ THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ Signature as to financial and operational obli ess obligations and business terms. Signature Exec Mgr of Uki1ikies Title E1eckric Department Date SignedSigned:7/24/2020 RFQ NO . 7379 COS T PRO POS A L E LE CT RI C A L S TA N D AR DS S CH NEI D E R E NGI N EE RI NG , LTD . P RE P A R E D F OR C IT Y OF D EN TON J UL Y 2, 202 0 CLIENT : 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇PRO PO ▇. ▇▇▇▇▇▇Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, Electrical Standards SCOPE O F WOR K : TAS K # PHA SE I – PRE LIM I N A R Y DES I GN TASKS TIME FRA M E DELIV ER ABLE COST 1 ▇▇▇▇▇▇▇▇▇ Engineering believes a two (2) day meeting, ▇▇▇▇▇ ½ day devoted to each of the four (4) deliverables, the Line Extension Policy, the Criteria Manual, the Electrical Service Standards Manual and ▇▇▇▇▇▇the Design Practices Manual should be adequate to discuss and determine the proposed outline and strategy of the project Recommendations for proposed content and structure to best meet the needs of DME and improve operating efficiency and capacity will be discussed and a final proposed deliverable plan for the project will be submitted to DME and its’ engineer for review, Inc. (PSC) has prepared this Scope and consideration. 6 weeks Proposed preliminary deliverable and design plan $16,880 2 Research to determine industry standards and best practices relating to electrical utility work. Areas of Work for professional engineering services at interest include service agreements, customer responsibilities, developer responsibilities, utility responsibilities, joint use poles, rates-based extension policies, design standards, and any additional topics relating to electrical utility processes and standards as identified by DME. 8 weeks Industry best practices analysis and comparison to DME’s policies $11,890 3 Participate in regular meetings with stakeholders in DME and the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfillto present findings, receive feedback on applicability of findings, and select practices to adopt and codify. Based Ongoing throughout project as needed Assimilation of stakeholder feedback $5,200 4 SE proposes a Final Design Phase meeting be scheduled after the Preliminary Design to establish and document any decisions regarding direction of the final document deliverable plan (i.e. the scope and range of manuals, and specifications for submission to the DME Staff) arising from the Preliminary Design Phase. Subsequently SE would prepare and submit the final detailed deliverable plan within one (1) week for DME consideration. 3 weeks Final deliverable and design plan $5,090 5 SE recommends scheduling regular meetings approximately one (1) week prior to City Council meetings to provide status updates and allow time to prepare reports for the Council meetings. Ongoing throughout project as needed Project status updates and as needed City Council updates $5,880 TAS K # PHA SE II – FIN AL DESI GN TAS KS TIME FRA M E DELIV ER ABLE COST 1 Prepare detailed deliverable plan (i.e. the scope and range of manuals to meet the strategic need), and specifications for submission to the DME Staff. From 4 Above $15,310 2 Prepare documentation based on our understandingthe design criteria developed during the preliminary design phase. The results will be reviewed at outline, PSC draft, and final draft/pre-publication stages by DME. DME will determine format and distribution of these submittals. 12 weeks $32,075 3 Develop, in coordination with DME, an implementation plan and training curriculum for product roll-out. 1 week Implementation plan and training curriculum $20,305 Phase II Total 13 weeks $67,690 TAS K # PHA SE III – PUB L I S H I N G TAS K S TIME FRA M E DELIV ER ABLE COST 1 SE will provide professional engineering design services related to replacement electronic and printed versions of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location all deliverables per DME desired format(s) and be available for presentation of the fill standfinal deliverables and implement training per DME requirements. TBD as needed Electronic and printed versions of all deliverables $5,200 2 Publish electronic and/or printed versions of all deliverables (Electrical Service Standards, including a portion Design Guides, Criteria Manuals, etc.) as decided upon during the preliminary and final design phases of the ditchproject. DME will determine the format of the published documents. TBD as needed Published versions of all deliverables $9,900 3 As required, will be graded present final deliverables to Denton City Council, DME leadership, DME employees, etc. as part of the implementation plan and a concrete slab on-grade will be provided for parking training curriculum. TBD as needed Presentation of a water truck during filling. The new fill stand will be sized deliverables as requested $2,940 Phase III Total TBD, expected not to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is exceed 1 Month $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of 18,040 Total Project Estimate $130,670 COST EST I M ATE : ▇▇▇▇▇▇. The professional engineering ▇▇▇ Engineering, Ltd. will perform services for under this task are $10,000.00 agreement related to the above referenced scope of work and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operationswith itemized invoices for services performed. We would SE proposes to charge for the above scope of services on an hourly/work performed basis and fees will be happy based on actual work performed. SE understands that on-site attendance at meetings is required as a part of this engagement, with the exception of the monthly status meetings with the City’s Project Manager. However, given the current and foreseeable state of the COVID-19 crisis and in an effort to discuss these services in more detail assist the City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2in managing costs associated with this project, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director SE has priced all meetings to take place in a virtual environment utilizing any number of Solid Waste, virtual meeting platforms that would be compatible with the City of ▇▇▇▇▇▇ This questionnaire reflects changes made to Denton’s systems. When onsite meetings are required, SE estimates a cost per meeting of $3,500, inclusive of onsite hours, travel and mileage and hourly travel time for 3 staff persons. The inclusion of additional SE staff shall be at the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed direction of the City of Denton’s Management and will be billed on an hourly basis in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity the fee schedule attached. SE welcomes the opportunity to refine budget and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed time frame estimates through discussion with the records administrator City of Denton’s Management as the local government entity not later than scope of work requirements become more clearly identified. APPRO V A L : DAT E : 72-F3E4-4400-AD89-D254B924F7C8 DocuSign Envelope ID: A4CD8B The Owner shall pay the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense Engineer for services performed under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)Agreement as follows: POS IT IO N HOUR L Y RAT E President $250.00 Principal $230.00 Engineer VIII / Senior Consultant V $200.00 Engineer VII / Senior Consultant IV $185.00 Engineer VI / Senior Consultant III $170.00 Engineer V $155.00 Engineer IV $140.00 Engineer III $125.00 Engineer II $110.00 Engineer I $100.00 Project Manager V $180.00 Project Manager IV $165.00 Project Manager III / Senior Consultant II $155.00 Project Manager II / Senior Consultant I $140.00 Project Manager I $125.00 Project Analyst IV $120.00 Project Analyst III $105.00 Project Analyst II $90.00 Project Analyst I $75.00 Technician VI $135.00 Technician V $125.00 Technician IV / Designer III $110.00 Technician III / Designer II $95.00 Technician II / Designer I $85.00 Technician I $75.00 Technician Assistant $60.00 Administrative Staff $65.00 Administrative Assistant $55.00 Clerical $50.00

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B – Compensation Attachment C – Changes and Amendments to Standard Agreement Attachment D – Project Schedule Attachment E – Project Location Map These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇▇▇▇▇ ▇-▇▇▇▇ & ▇▇AND ASSOCIATES, INC. ▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 CITY MANAGER ▇▇▇▇▇ ▇ ▇▇▇ ▇▇. VICE PRESIDENT Date: 1/15/2020 Date: 12/10/2019 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations as to financial and busin _operational obligations and business terms. ______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste Waker and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇& ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw ccUki1ikies Direckor Waker Uki1ikies Department Date Signed: 12/10/2019 APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY By: ATTEST: ▇▇▇▇ ▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made CITY SECRETARY By: The ENGINEER will perform its services pursuant to the law by H.B. 23, 84th Leg., Regular Sessionrequirements delineated below. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense Services under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with attachment include engineering services for the appropriate filing authority not later than design and construction phase services for the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurateIH-35E-MAYHILL - UTILITY-RELOCATIONS.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Attachment B - Compensation Attachment C - Amendments to Standard Agreement for Engineering Services Attachment D - Project Schedule Attachment E - Location Map These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, AUTHORIZED SIGNATURE Printed Name:_▇▇▇▇▇ ▇. Arnold Title:_Vice President ▇▇▇-▇▇▇-▇▇▇▇ PHONE NUMBER ▇▇▇▇▇.▇▇▇▇▇▇@▇▇▇▇▇▇-▇▇▇▇.▇▇▇ EMAIL ADDRESS 2021-717342 TEXAS ETHICS COMMISSION 1295 CERTIFICATE NUMBER BY: ENGINEER INTERIM CITY MANAGER ATTEST: ▇▇▇ ▇▇▇▇, CITY SECRETARY BY: APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY BY: THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED as to financial and operational obligations and business terms. ▇▇▇▇▇▇▇ ▇▇▇▇▇ & ▇▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations SIGNATURE PRINTED NAME Director of Capital Projects/City Engineer TITLE Capital Projects - Engineering DEPARTMENT The scope set forth herein defines the work to be performed by the ENGINEER in completing the project. Both the CITY and busin _______________ as ENGINEER have attempted to financial clearly define the work to be performed and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at address the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location needs of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇Project.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurate.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments Exhibits and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments Exhibits and schedules are hereby made a part of this AGREEMENT: Attachment Exhibit A – Professional Services for Water Truck Fill Stand and Proposed - Scope of Professional Fees Services Exhibit B – Summary of Tasks/Manhour Fee Estimate Exhibit C – Project Schedule Exhibit D - Amendments to Standard Agreement for Engineering Services These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: CITY OF DENTON, TEXAS BY: ENGINEER HDR Engineering, Inc. City Manager Authorized Signature, Title Date: 2/15/2019 Date: THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED Signature as to financial and operational obligations and business terms. 2019-450193 TEXAS ETHICS COMMISSION CERTIFICATE NUMBER Title City Engineer Capital Projects Department Date Signed: _2/8/2019 APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY By: ATTEST: ▇▇▇▇▇▇ ▇▇▇▇▇ & , INTERIM CITY SECRETARY By: SCOPE ASSUMPTIONS: 1. Hickory Creek TDM Update – Including ▇▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations and busin _______________ as to financial and operational obli ess terms. Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ RdRoad Analysis 2. DentonSchematic, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope Env., and Professional Fees Dear ▇▇Public Involvement – TxDOT process (Riverpass Dr. – I-35W) 3. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. PS&E plan development (PSCRiverpass Dr. – Country Club Drive) has prepared It should be noted that this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related Services has been prepared prior to replacement formal approval of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location Scope of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and Work approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇/TxDOT. The professional engineering services for this task are $10,000.00 and budget suggested herein will be provided on a lump sum basis. We appreciate adjusted if necessary upon receipt of an approved Scope of Work from the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc: ▇▇▇▇▇ ▇▇▇▇▇▇▇, Director of Solid Waste, City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government CodeCity. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccuratewritten notification of any such changes will be provided.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services

Agreement Documents. This AGREEMENT, including its attachments and schedules, constitutes the entire AGREEMENT, which supersedes all prior written or oral understandings, and may only be changed by a written amendment executed by both parties. This AGREEMENT may be executed in one or more counterparts and each counterpart shall, for all purposes, be deemed an original, but all such counterparts shall together constitute but one and the same instrument. The following attachments and schedules are hereby made a part of this AGREEMENT: Attachment A – Professional Services for Water Truck Fill Stand and Proposed Scope of Professional Fees These documents make up the AGREEMENT documents and what is called for by one shall be as binding as if called for by all. In the event of an inconsistency or conflict in any of the provisions of the AGREEMENT documents, the inconsistency or conflict shall be resolved by giving precedence first to the written AGREEMENT then to the AGREEMENT documents in the order in which they are listed above. Duly executed by each party’s designated representative to be effective on the date subscribed by the City Manager. BY: ▇▇▇▇▇, LLC. CITY OF DENTON, TEXAS BY: ENGINEER ▇▇▇▇G ▇▇▇▇ ▇▇▇▇▇ & ▇▇▇, CITY MANAGER ▇▇▇▇ Inc. Authorized Agent Parkhi11, Smikh & ▇▇▇▇▇▇, Inc. Principa1 3/29/2020 3/27/2020 PRESIDENT 03/05/2020 THIS AGREEMENT HAS BEEN BOTH REVIEWED AND APPROVED gations bligations and busin __b _____________ as to financial and operational obli ess o usiness terms. _ Signature Title Department Date Signed: 3/27/2020 ATTACHMENT A Mr. ▇▇▇▇▇▇ (Art) ▇▇▇▇▇▇ Site Ops./ HCC Manager Solid Waste Direckor of Waker and Recycling City of ▇▇▇▇▇▇ ▇▇▇▇ ▇. ▇▇▇▇▇▇▇ Rd. Denton, TX 76208 Re: Professional Services for Water Truck Fill Stand Proposed Scope and Professional Fees Dear ▇▇. ▇▇▇▇▇▇, As requested, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ and ▇▇▇▇▇▇, Inc. (PSC) has prepared this Scope of Work for professional engineering services at the City of ▇▇▇▇▇▇ Municipal Solid Waste Landfill. Based on our understanding, PSC will provide professional engineering design services related to replacement of a water truck fill stand. PSC understands the City would like to replace an existing water truck fill stand adjacent to a stormwater ditch. Additionally, the location of the fill stand, including a portion of the ditch, will be graded and a concrete slab on-grade will be provided for parking of a water truck during filling. The new fill stand will be sized to match the existing water line. All new valves and fittings will be used. A preliminary Opinion of Probable Cost (OPC) for construction is $62,500. Once we have the design completed and approved by the City, we will prepare an updated OPC which may be used for funding by the City of ▇▇▇▇▇▇. The professional engineering services for this task are $10,000.00 and will be provided on a lump sum basis. We appreciate the opportunity to provide professional engineering services to the City of ▇▇▇▇▇▇ municipal solid waste operations. We would be happy to discuss these services in more detail City of ▇▇▇▇▇▇ Page 2 ATTACHMENT A March 2, 2020 at your convenience. If you need additional information, please contact me (phone: 806-473- 3683; email: ▇▇▇▇▇▇▇▇▇@▇▇▇▇▇ Uki1ikies Title Waker Uki1ikies Department 2020-▇▇▇.▇▇▇). Sincerely, ▇▇▇▇▇▇▇▇, ▇▇▇▇▇ & ▇▇▇▇▇▇, INC. By ▇▇▇▇ ▇. ▇▇▇▇▇▇▇▇, PE Associate | Environmental Team Leader TES/sw cc595720 TEXAS ETHICS COMMISSION CERTIFICATE NUMBER Date Signed: 3/5/2020 APPROVED AS TO LEGAL FORM: ▇▇▇▇▇ ▇▇▇▇, CITY ATTORNEY By: ATTEST: ▇▇▇▇ ▇▇▇▇, Director CITY SECRETARY By: Generally, the scope of Solid Wasteservices includes preliminary design for approximately 31,000 linear feet of 24- inch force main, a new 7 MGD (approximate ultimate capacity) lift station with consideration for future peak flow equalization, and approximately 6,500 linear feet of gravity sewer improvements. The proposed lift station is located on City of ▇▇▇▇▇▇ This questionnaire reflects changes made to the law by H.B. 23, 84th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity owned property north of Hartlee Field Road and the vendor meets requirements under Section 176.006(aproposed force main roughly follows the ▇▇▇▇▇▇▇ Road right-of-way (ROW) south to a crossing of US 377 (E University Drive) where it roughly follows the Lakeview Blvd./S Trinity Road ROW south to Grissom Road for ultimate discharge into a manhole on the 21-inch gravity line going into Pecan Creek Wastewater Reclamation Plant (PCWRP). By law this questionnaire must be filed with Garver will establish the records administrator final force main route, preliminary lift station layout, easement needs, identify permitting implications, and collect preliminary survey, geotechnical, and environmental to aid in development of alternatives. Garver will also prepare preliminary opinions of probable construction cost for the local government entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1)force main, Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006lift station, Local Government Code. An offense under this section is a misdemeanor. 2 Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date on which you became aware that the originally filed questionnaire was incomplete or inaccurateand gravity sewer improvements.)

Appears in 1 contract

Sources: Standard Agreement for Engineering Related Professional Services