HomeMy WebLinkAboutRes 2022-09-1258 Professional Services with Quiddity Engineering, LLCCITY OF ANNA, TEXAS
RESOLUTION NO.
A RESOLUTION OF THE CITY OF ANNA, TEXAS APPROVING AND AUTHORIZING
THE CITY MANAGER TO EXECUTE A PROJECT SPECIFIC PURCHASE ORDER FOR
PROFESSIONAL SERVICES BY AND BETWEEN THE CITY OF ANNA, TEXAS AND
QUIDDITY ENGINEERING, LLC, FOR ENGINEERING DESIGN SERVICES RELATED
TO THE EXPANSION OF THE COLLIN PUMP STATION, AS SHOWN IN EXHIBIT "A"
ATTACHED HERETO, AND PROVIDING FOR AN EFFECTIVE DATE.
WHEREAS, the City brought the Collin Pump Station online in August of 2022; and,
WHEREAS, the continued growth of the City of Anna requires continuous improvements to the
City's public water system, including capital projects which increase water supply and storage;
and,
WHEREAS, the City has completed an analysis of the current water system and has determined
that the most cost-effective way to increase supply and storage is to construct a new ground
storage tank at the Collin Pump Station; and,
WHEREAS, the Master Water Plan for the City of Anna shows the construction of a 4 million
gallon ground storage tank with pump improvements to be the next phase of expansion for the
Collin Pump Station; and,
WHEREAS, Quiddity Engineering was pre -selected in the City of Anna multi -disciplinary
Request for Qualifications process completed last year; and,
WHEREAS, the City is seeking to contract with Quiddity Engineering for engineering and land
surveying professional services pertaining to the project; and,
WHEREAS, the services provided by Quiddity Engineering will be funded through Water Impact
Fees; and,
NOW THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF
ANNA, TEXAS, THAT:
Section 1. Recitals Incorporated.
The recitals above are incorporated herein as if set forth in full for all purposes.
Section 2. Authorization.
A. That the funding shall be $783,000 in Water Impact Fees.
B. That the City Council hereby approves entering into and authorizes the City Manager to
execute a professional services agreement with Quiddity Engineering, LLC, for the scope
of services identified in Exhibit "A" attached hereto.
PASSED AND APPROVED by the City Council of the City of Anna, Texas, on this 2 d of
2022.
ATTEST:
,q, tl1 Ulf�PtfP!!i
,ry �A -
City Secretary, Carrie L. Land z =
�Y
��ltltltS4lltlttw
Mayor Pro Tem, Lee Miller
EXHIBIT "A"
lra w.ro woy:«.aI :ua uo
QUIDDITY a'at7217'"3' T
L .knamssn
ww"Aphi tr.ton
September 1�, 2022
Mr. Greg Peter., PE
City of Anna
3223 N. Powell Parkway
Wns, Texas 75409w1776
Re: Colon Pump Station Phax i E■pens,on
Dear Mr. Peter-,:
We are picased to :ubrnit this proposal Mr the eryS^a5terinr servstes rNated to tthe design at the Cohn Pump
Station Phase i Expansion for the City of Anra Ithe Cirf)
ProjeQ understendins
quiddity Engineering, lLC (QuidOity] understands tttetthc City rated; to .nc.reaze their water :forage apetity end
service pump cspacfty at their Collin Pun+p Station Site m provide water for fiddle deVelspment within the City.
The existing pump station facility is located on a 4 788-sae site. The proposed srovnd storage tart will be ►ocated
north of the existing fenced site within the 4.588-scre ate.
be
project will be a :ins{t bid padcase that will include the de.:isn or a 4,000,000-gaaie►n pretest, pre,-t►e;zed
concrete 0r storoge tank or a a„400.000 gallon welded steel sroeand storage tank two or w_rtial
turbine booster pumps, an emergency diesel generator, electrical +nadift{etions incAiding a new MCC building,
SCADA integration with the existing City's SCADA system, security system, Piping inctudirhg a new connection into
the existing welded suet ground storage tank, and site drai.riage including ;eats that will now into existing
roadside ditches. Quiddity wb evekmte the lit cycle costs for each type of gro•1nd storage tank, it reghaened, to
help the City determine the most feesible and cost-effective alternative. E*ctricai modifications include replacing
the electrical seer with new 6ACC Star placed in a rew cimate-controned cinder block braiding.
The City requested tha! Quiddity evaluate which tbcitities that the existing generator will be able to operate., and
Lobe fstttitie: me newt ,generator will x abae W o�peratt. It is our undcrstandng that the City will be constructu9g
twro new water wens, under separate contract, which could aftect the sizing, of the new generator. The new water
weNs will be con.-tructed prior to the proposed expansion.
The ezistins gentrstor is only designed to operate the three 13) existing booster pump:. As part o1 our scope of
work, load calculation will be pertorrned to determine it the generator could operate the future wet with f4we �SI
twoster pumps. It the generator cannot operate the planned facilities, the generator �bw Ci need to be replaced and
upsized to handle the additional roads.
The lily also rc5%jestcd that quiddity evaluate aMernstivre thiorinetion equipment manu!rscturers, other than
Regsi Industries, Inc. and make retammendatOns tot P�rturc enhantemerhts or replacement; to the chbrination
.9 pment. Tt+ti actual designti coautruction- and,+or replacement or me chlorination equipment is not part artmS
scope at tNs time.
*.arse Ford dPralsur�ral URrrri ud /W :.rrayea Rasasarsao. Ab. /-.`�?ari4 30D1Latn
QUIDDITY
Mr. Greg Peters, PE
Page 2
5eptembeu 13, 20z2
Qui4ditY Scope of services
Task I - Project �,eansbement
• Provide project startup tag►: inetudir►6 kidcott meets,g, project document set �.,p, acaruntir$ anti
insurance, communicstion pion, project quaity ptsn, project management plan, prepare rise reostry and
setup Project citing.
• Provide project management during the design phase ;ncluding managing project integration, scope,
schedule, cost, quality, staff remurces, sutrcamuRanL, and commulo cations.
• Provide a monthly written update to the CiT?t via err ail.
Task It Pretirrr�inarY Desgn Pf*ase
• Review City provided avaitabEe record drawings of all projee� tf�at Rave i mpacted tlx e.isting tadl"ay end
proposed site.
• ,attend site visit at tAt beginning of the protect to confirm existing conditions.
• Tne Preiminary Deign P9194pe •wiM e5tabli;h design decision and the decision -making process and will
Consist of tree rolietwing:
• Cm6 kand Process tAecha6.val Consderations:kal Review
the cirr oroviCed existing nydraU'i•: motel and confirm design assumption and si:rn.g
needs ror the citlr-
Prrr.�Ce design evVa ation for two type oftanks—prestressed concm1etalnkPerAWWA t)-ilOvs,
We tied Steel design type per AWWA D-10Q The evaluation will include capital cost and life cycle
cost for 5D year,.
Pro(iae de+gn evaluation and anernative for coating "tin for steel type tarsi.
c. Provide evaluation for lte tmo vertical turbine booster pumps selection and design criteria
Provide evaluation and conceatuaI design for oipir5 'ncluding a rew connection into the existing
welded steel ground storage tang and taot+ nw to the existing ir,,et and outlet pip.4%
Proviclt evaluation for recomm"Ced chlorination equipment to be installed on %d1ure Project.'
other than the equipment supplied oy Regal industries, Inc.
a Conceptual level site plan including gradin6, and site drainegt including swslrs tt►at wi9l flow into
costing roadside ditches; as weal as, b avei roedwsy and Darting, itdesircd.
• E ectrica, and SCADA Comiderations:
- Pro•+tde evaluation for new emergency diCel generator. The evaluation will include performing
load ca�ulation to determine it tlfe ensti+g generator could operate the At wt11s with S
booster pum ps
momQUIDDITY
Mr. Gres Peters, PE
Page 3
September 17, 2022
Pra�ide e•.altn fbr electrKal Todiffcations including a rew MCC bLa�ding. Electrical
mod6cations nclWe rep.acing the electrical Sneer with new, MCC sear aced in a rta ci mate•
controned tinder btod buildirr
Prande evacuation for SCADA integration with the existing Cityt s SCADA : fstern.
Renew the secLwity recommendation; flom the recent AWIA Risk and Resiiener Plan and prmide
conceptual design for implementation of a stardard camera and card acce:: cortrol security
syaem.
• Permitting
Building; fire CodtrVectrical Permitting
17 Regulatory permitting • TCEQ
• Any permitting fees are under the City'srespon:ib"lity.
• Project impte"nentation Consideration includirLS sdhtdule, construction ;equencros,. and EOPCC
4 Devtlap Class III Engineer's Opirion of Probable Construction Cost (Eo PCCj as defined try,4ACE
for the selected project recommendations.
o Prepare and submit a draft Preliminary Design Report (PER) in accordance with TCEQ published
requirements. Quiddity wits submit a digital cove I' PDFJ_
a Incorporate City com:fnent: and submit final PER. Quiddity will submit a dips,
• This task assumes that Cbrfication of approach, test edits, oral additional detail to
drawings will be added to the PER. Notaole changes to the approach, desilsn pap awneter:,
or aptions Deing considered malt rt(�,lire a contract amendment
Paci42ate and attend fodArwing meetings during Preliminary Design Ptiase
One (1j progress !neefng
Draft PER submittail.re•tiew meeting
Task ll! •final Dt:iron Phase
• Based on Use demsions made ter the Cit)r in the PER pre�arc 60� plans in AUTIDC.iD 2D and bedlnical
speciticaborts Dosed on Quiddity SUndards (`60!i Design+ Documents' an0 submit to the Cityr Project
Mana;er for review and comment. Submittal will include a 0, pdf electrork copy.
• Faci tale and attend feo-owing meetings durir;; Final De:ign Phase
60% review meeting
100% review Teetirg
• Prepare an RACE Class (i Engineer's opinion of probable construction cost (EOPCC) based on the 60%
Design Documents.
-Rau ouw ar pr,r.ubrl r � +r�w.r+ rd una : rvw�+ �sa.x►�. rao► r-�� Nc a � aa�E tts:
L QUIDDITY
Mr. Greg Peters, PE
Page 3
September 13, 2022
Sur>re�ir,g Services
• During the design phase, perform an enrtnc-6raurtid topoWrepnic �rvey to estsbtisr new vcrticai corstrolA
a 38'x7o grid of topographic sf+at: to a:taalish i tout contours of erLscng ground elevations where
deemed necessary by Engineer across the proposed work areas of the project, to locate visible
improvements that are deemed necessary by the Engineer to complete the project design inoiding
fencing, pavement, structures, stabs, buildings, outfaa manholes, power poles, and gectechnical
bore locations Withil the project Gres. Hori2onter and vertical control will be based on the NAVo a8 (2001
Adjustment) datum.
• ouring the construction phase„ perform construction staking during the construction phase or the project.
The Professional shall perform construction staking including one (1) single -day trip to the project site to
estabish project baselines and stake the center of the ground storage tank foundation, fence corners, and
corner, of the bui-lding foundation, No rett" trips are incruded for rework in the event stakes are
removed or destroyed by the Contractor.
u e otechr►ical I rr►+e seise C on
• GtotechlOecsE investigations Will be conducted including pertorning field exploustion foe up to five (3�
borings, totaling not more than 1843 veruca► feet of depth cumulatirrt:'y at locations deemed required to
support the design, including performing laboratory testing of the sampbes obtained from the borings to
determine the soil ctassifScati.on and pertinent engineering properties of the subsurface materials. Test
type and quantity may vary by boring wvtion but are expected to include classification tests, moisture
content, dry unit weigh, unconfined compressive strength, and one-0imemional swell. Perform
engineering snarysis to prepare a geotechnical report including appendix With boring logs and laboratory
test results, discussion of svbsurf•ce conditions, rour4stion for the proposed concrete struuctures, and
miscellaneous concrete stabs, lateral earth pressure, concrete pavement design recommendations to
irociude pavement subgrade and concrete miciness. Tite geotechnlcal report will be *Wade availatsle
prospectve bidders for the purpose of bidding the required foundations associoted with the ground
storage tanks.
Project Erpen:es
• Reproduction apenses, plan review tees, advertising ►ees, delivery roes, other project exilensts, end
otTer servitor nOrt performed by Engineer..
U52 of DeliveroD*s
• One (i) digital (Pt?F� copy offinel PER, end EOPtC
• one (i) digit•1(POf) copy of bid set drawings, ttchnitat specifications, and EOPCe.
• Digital (POF) copies of TCEQ approvals and aLlhorimtions to construct.
• One (1) digital (Ptf) copy of the completed geatechnicei report.
• One (1) digital (POF) copy of conformed contract documents.
• Digital copies (POFs) of addends.
• One (1) digital,PDF) copy of a recommendation of award.
!cfm Dowd c0"vu=r* ryroon •re uwas..."cn ftearaftir mw r_`..I}7C, i :aaalm
L QUIDDITY
ffr. Gres Peter;, PE
ageis
Septemt;ex 15, 2022
S�ppemerttal Ser�ce:
TRnesc services arc not included in this compensation proposal, belt the City mad went ar nee0 tl:e:e d+�rn$
the project These 1.
senesces can be performed for an additional compensation
• Redesign of anr�• portion at the scope noted aDore to accommodate cnan�es in pub�shed Dade: or
regulations. An design elements will be performed to cones and regulations that art published at the date
Of authorization (September 2022).
• Coordinate with and,lor address comments by independent reviewers.
• Provide value engineering after completion of the design phase.
• Construction phase services intruding contract Mmnm nestration, construction management, and fiel0
project representation, construction mater4ls testing, drainage anary;is, storm water detention desisnr
floodplain mitigation design, environmental assessments, platting services, special permitting, value
engine, coMiguration of PLCS and HMI workstations, and costs associated with Dinging powerto tine
site_Cdnstrvction materials testing, drainage anaysis, storm water detention design, fiowplain mitigation
design environmental assessments, plating services, special permitting, value engineering, configuration
of PLCs and HMI worksstations, cost: associated with bringing power to the site, suraeyir►g and land and
easement acquisition, are not included in this proposal. Should any be refquired, we coon perform these
services for an additional reef
• Provide bid phase services to re-laid tare project.
+ Pre oration of murRi k Did eta es, inuyudi weal e u meet wement d P P Pa 6 n5 s P q iP P� P° aes.5
• Provide enviror►menal investigations, pennitting, mitigation, remediation, or stormwater
detentiornfwater quality PoM design services
+ Perform, through a third -party specialist, any required or non -rewired building ans sesr TDLA (ADA)
reviews, Registered Accessibility Specialist reviews for TAS purposes, TDI windstorm appaication and
certification submittal:, TDtA (ADAI inspections,, or ISC Special Inspections
• Modifications to the plans or specifications to provide for bid alternatives within the bounds of the scope
described above
Compensation
The estimated Class 311 Engineers Opinion of Proaab� Construction Cost is approximatrly $l0.1 rniNion nstrich
inUvdes 30!F contingences Compensation vntl be an a ►um,? sum basis tar esdln phase az shartrr tretow:
Design services $36,1,ppa
Bid Please Services $13,000
Surveying and Topo $220000
Constrwction Please Services $132,000
Geotechrical Investigation SL30000
Project Expenses $134000
rm Mad d Mt!•Worrl L+oar+ra and rand 3,rvayora Rrtr►en" h!x r-7�Ti6.7 ADIL Ir>D
L QUIDDITY
Mr. Grc0 Peterz, PE
Page 7
September 15, 20u
Project 5tiatdute
Q'.I;dalety w;t€ compltte the scope of services desired herein accordiras to the A'Jlo�rin6 schtdule-
• Prtliminar� OesiSn Pa�e:t !20 tetendar clay; from notice to praeetd wRh Dtzi�rt P+ha;e
• Final Oesibwn Phase services 190 catender days from Final PER suomi"at•
• Bid Phase Services 90 calendw days from notice to proceed with Bid Phase
'This a3�dratan assumes a 90-dsy duration tar review and approval by rt�alstary abencits. The eaaual duration
may vary bestd on actuet review time urhich is beyrond gtiddity's cor".
Special Considerations
This proposaa i; based ax► 6he todowin� speciaa consideretion�
1. Th;s proposal vrill be stiatrjetZ to t'he Profe;Sionad Strviaxs ,at6recmearrt Oetween quiddity and the City darted
2. Serviax: that nre outside tAe scope of tAi3 P'a can be performed for additionaa compen;acion.
The proposed fees sAstl ere considered in ef►eir entirety for lire scope of services. Should you wish to
contract with u.• for only a portion of tfre wort, we wilt provide an item;zed brcekdawn art those services,
s, is proposal stsaaa be wtid for suety =aioj aisys from ttrs dace end may be exteMea upon epprovaa trrP this
orrice.
?. This scope does not include blending, studies, corro;on ;tudies, oc treeteta icy stud;t::hould any otthex
De deemed necessary.
6. This scope dot: not ir►caitde any detention, storm water m itcation, or drtunage study and design.
We appreciate the opportunity to provide tlx;t services and took forward to woyrvng wit" you. you. If you have any
gaxestsons or need any additional ntormacion, paease aaae us at 713.777J337.
ipm
rcty,
9DepAen G. Bera�enAOM, PE, CFM
Senior Vice President
TW lrR/`vss
v: tptsetlo• wre.lq.es��w�'{.olr. a Tr..�•ee oNMoe yr;w.�
Entlo-ire;
�Sir�lce�nelr,
""4 At AEI'-
htoPamrnad A. ea•rani, PE
Vice Pre;dtni
r.zu ears! or Rrzt.ur_.A1 rqVr«r, •rd uw s:�...ro. fay►�atJo�r �. r-zs�rc� a �aacim
L QUIDDITY
scr�Oul! a INOUIILY fuTes
E#6m" &Cum 14 a%W2
osw�►trgtneew �
sus
Due" !educe+ to
$145
P►otn.Ilr.n) Gyn�
1
$1.M
P►at`.toerlin*~
�
$19s
►ra/tirtonM 1"0~
is
5235
Pratowtewrol �
ry
$IS$
P"4 te"ftw bT*mw&
V
$275
Precuts lards
smh
r� 9
3 �
Soo
c�YD M
�p
�rlltti►
$330
0erknot
Uso
0artrrr Et
3770
GeS M
S13O
ofS 91
�p
OIS N
�o
!LltTMtAt!llOcit!!t#IMf! PEft30Mtaltt
tucmiull 3UM"MO 9900MIM
t3.eeAtap o�tr lytinr • Sirs 14w. " hwd Crew SLtS
El.ctelowtlwdeowlM.1lnpne►E S1tt5 2-Awumfhidf?wnr Sass
Et>tbltal Iwfir/ow't lntlner► N $23o ]-Aeon fldd Crew
Et.rtAW�Ytltt�Mot dbc/hw M $140 4-Mum f*W Crew ft?4
El�eOtlrni1119ft tlrtdEa*wee►IV $270 Surrey T.dnidimI 100
fa.c11A PniMlibptl(rto V $296 Sunray Tecimiderw 0 �130
Prgw Sw.veyw I ;yam
COM MILKbW PMONMlt lledude.60bdlM Prged Surv"w 6 S32S
CorrRrucilan Molbrow y 5323 Prged Saerpor a $145
UP. lmjucwn ""new 9 $14S Prgrd Sunrgor N +$11s
Caroirudion hk"W w $1A0 Ur t of `.wvo4 tars 050
Lonehudlon M odow IV $190 C.ww6dA`o!Y/oae"ww $275
Ccewruuttlan i1M+rlp► V U10 IRwnoew F" 1 3 gs
fled "ect kepeswrteRLo 1 $ !o i►orwo PMae9 i33o
►wd Oomjor t kepre.wrt rriry u Ue k.mate 0*4 it �M
rtdd Pmct k.p•smtkwo + w $190 VLud ubewvw f 9S
spet"I t flow RaEed Aepre.wnt e" 1 $us tuAN Talc S1os
%wi art f wa hof.d keprmwftUw q $14S Ae.tai lmh $ 90
$WOW Sgodetet f,W! Prt*Wl kepresttswe $180 fullwrod P►afr wkstil land s wwwvor $19S
su^rry Mt"".rw 5335
y 5315
SrectoY.t N �345
sv.tww uI u1s
$Pods" W
wuwEfEo rlfnoMMtt
►bwrwrl 3105
Piwe+ur Ic $14s
Pl.rer.. so S17s
Plarr wi M.ns*w $IW
fndn.era Aw6taM ►
S 7s
...r. AwrtOre 11
S u
6Mhrd2Aoil9n w
$95
AbnIn 1
$ Ts
AdwAn 0
S $s
Aiuhb M��
$12S
�msmmw
S33o
G11pgMompllject AcwuM.M
WO
T.rw Sae►d �I i'rolraubnel Cn4*e.rt .ed lwv! a+Yrycrt R+�/ W.dun ha. P•iY2� L I06.41'JD
r- +
L� QUIDDITY
SrCHED7JlE OF REtM•URSABiE E7tPfNSES
E17eQive January 3019
subject to Annuw Revision
1. Reproduction performed in atficc
size
8k x it (singte-sided)
83f x li (double sided
8% x 14
11417
.lame Document Pair�t;/PIeQ:
Bond
Plndtogra�phic Bond
MVier (, mil)
Aerial B.xctsrnunds
:ll Sfle,
Bta� >h W kit e
$o.a3/pa�c
$D.13/page
;D.131page
$D.20/page
Stack & Wlhite
SD ZO/sq rt
Sa 00/sq ft
52 00/sq rt
to foci
; So/pate
S 1. W/pagece .73/pa
l.10/page
Co;or
S i.oah/sq et
5 3.0D/sq it
NIA
$3.00/.heft (plus above sq. R. cost]
2. Transportation (milengt�: standard IR5 rnitesge rate in effete
3, subcontracts and all other outside expenses and fees: Cost, paus iolr service ctwSe
A. surveying Expenses
a. Crew Rater tnciudes t<`me charged portal to portat and the first 120 miles cot
transportation and standard sumfeY equipment
b. special Rental Equipment Cost, plus 10%
C. Stakes: Cost, plus 10% service charge A hen an excessive number of wooden stakes or
any spedat :takes are required
d. Iron Rods and Pipe:: cost, plus iD!4
e. AWTerrain'Vehicle (ATV': $1"/'day
f. O•+ernight Stays: ;19o/night
6. Oxertime Rates: mobs requiring work on wee#ends or holdaors billed at 1.3 times the
sterdard rate
n Sales Tax: To"paid on boundary-retated services.
i Deliveries, abstracting services, outside reproduction costs, and other reimbumble
expenses charged at cost, p►us 10%
final 2022
Standnrd
-__ __ _-_ 't
.Zti
Y
I
I20" 21
,.
v�, i .9t .9t bet
- -
�� _ q H w I zli +y I — r 11
40,
dII7.
$w
.z 1
IF
o
L .IB J
1 be — 1 ..
tY 2
�H Q Y —
f gg �1'Alt
.R , .Lt _ Q
1
T
MITI
2
W) �� 1 _"I /\
49,bet
IF W91
bet bet
u !�
bet
21
n + V a
IT
t re .ez -.ez I
/t ^ rZ a .of m
21 Orr p
'" o
w a
• I ei
I � .Z I •L! . I t rn a
.oz .ozV-I
ro
n :\.9t tT tY m
a z 1 \
l7 i^ -ry tL lL
bet
n t $
�8
x st I
2t
R 9t .9t
1 .91 201,1 io
bet 0
o
IN 17,
s a'
In 21 v c
ry LO I
_ I E
IL w w
F I
o .rz Ire t \ .zt
N a da d .OZ .91 .9 .91
i $ a - _8 +� L1 .Lt Y .� ��
,Zl 2t - 'bet `.Z121 .ZI t)\ r__ VON Wqb
m
h• 3R nR a� c , iv ) / W
m
a Jet = y v
bet
7 bet
+mot. -t-—�
1 r `r Y i� 1 ! / �': J o
o
r, 1 (, o
t raj t r bob _ �f
r.e ' -�I 1
r��� I� -' Ll r^� o 0)
N LL
bb
.z1 1 ., ON
dd
VIM
-I �(�[♦�
Professional Service Project Order## k rqq CT� G� J LZ
Pursuant to and subject to the referenced Master Agreement for Professional Services ("Master PSA"))
between the City and Firm, City hereby requests that Firm perform, and Firm agrees to perform, the work
described below upon the terms and conditions setforth in said Master PSA, which are incorporated herein
by reference for all purposes, and in this "Professional Service Project Order" (PSPO).
MAPES # 3199870 MASTER PSA CATEGORY: G
ANNA PROJECT CODE:
FIRM NAME
Project Name:
Quiddity Engineering, LLC
Utility Facility Engineering
Consultant Project #:
# Of Consecutive Business
Days to Complete Project: 198 (300 calendar days excluding bid phase)
Original Project Fee:
$783,000.00
OWNER OPTIONAL INFORMATION:
1. Date and Time to Commence: Upon Receipt of Signed Professional Services Project Order,
City's purchase order and Notice to Proceed
2. Other: Architectural Barrier Requirements: Yes No X
INVOICE SUBMITTAL
Monthly -Through the end of each month, billed by the 10th of the
Billin Period: followin month.
Mail to: City of Anna
Accounts Payable/Public Works
P.O. Box 776
Anna, TX 75409
Include work order number, PO number, billing period, and project
Invoice Mailin Instructions: name.
Documents:
Master PSA
PSPO #
The "PSPO DOCUMENTS" as that term is used herein, shall mean and include the following
documents, and expressly incorporates the following by reference for all purposes.
a
b
Master Agreement for Professional Services /
This Professional Services Project Order (PSPO)
effective 7/27/2021 ;and
# ;and
This PSPO shall incorporate the terms of all the documents in their entirety. To the extent that
there are any conflicts with provisions of the Master PSA, this PSPO or each other, the provisions
of the Master PSA, then the provisions of this PSPO shall prevail in that order.
Scope of Services (describe in detail): See attached exhibit proposal for scope detail
Schedule of Work and Completion Deadline(s): See attached exhibit proposal for schedule
detail
Acceptance:
The individuals executing this Agreement on behalf of the respective parties below represent to each other that all
appropriate and necessary action has been taken to authorize the individual who is executing this Agreement to do
so for and on behalf of the party for which his or her signature appears, that there are no other parties or entities
required to execute this Agreement in order for the same to be an authorized and binding agreement on the other
party for whom the individual is signing this Agreement and that each individual affixing his or her signature hereto
is authorized to do so, and such authorization is valid and effective on the date hereof.
Jim Proce -City Manager
Printed Name &Title
FIRM: QUIDDITY ENGINEERING, LLC
5lgnature
Stephen G. Berckenhoff, PE, CFM
Senior Vice President
Printed Name &Title
September 21, 2022
Date
Master PSA
PSPO #