Loading...
HomeMy WebLinkAboutContract 33664 COMMUNITY FA ILITIES AGREEMENT THE STATE OF TEXAS § City Secretary COUNTY OF TARRANT § Contract No. WHEREAS, One SR, L.P., Sendera Ranch, Ltd., and Two SR L.P. , hereinafter called "Developer", desires to make certain improvements to Sendera Ranch and Sendera Ranch East , an addition to the City of Fort Worth, Texas; and WHEREAS, the said Developer has requested the City of Fort Worth, a municipal corporation of Tarrant, Wise, and Denton Counties, Texas, hereinafter called "City", to do certain work in connection with said improvements. NOW, THEREFORE, KNOW ALL BY THESE PRESENTS: That said Developer, acting herein by and through _Mehrdad Moayedi`, its duly authorized Manager and President , and the City, acting herein by and through Marc Ott, its duly authorized Assistant City Manager, for and in consideration of the covenants and conditions contained herein, do hereby agree as follows: I. General Requirements A. The Policy for the Installation of Community Facilities ("Policy") dated March 2001, approved by the City Council of the City of Fort Worth, is hereby incorporated into this Community Facilities Contract as if copy herein verbatim. Developer agrees to comply with all provisions of said Policy in the performance of its duties and obligations hereunder. B. The requirements of the Policy shall govern this Community Facilities Agreement, provided, however, that any conflict between the terms of this Community Facilities Agreement and the Policy shall be resolved in favor of this Agreement. C. Developer shall provide financial security in conformance with paragraph 6, Section II, of the Policy. D. The Developer shall award all contracts for the construction of community facilities in accordance with Section II, paragraph 7 of the Policy. E. The contracts for the construction of the public infrastructure shall be administered in conformance with paragraph 8, Section II, of they,, y t �; �+1r�y?lu Sendera Ranch and Sendera Ranch East Water Infrastructure CFA Revised Form per Legal December 2004 G:\job\013347\corresp\ 06-26-06 A03 :48 IN �" ' F. The Developer further covenants and agrees to, and by these presents does hereby, fully indemnify, hold harmless and defend the City, its officers, agents and employees from all suits, actions or claims of any character, whether real or asserted, brought for or on account of any injuries or damages sustained by any persons (including death) or to any property, resulting from or in connection with the construction, design, performance or completion of any work to be performed by said Developer, his contractors, subcontractors, officers, agents or employees, or in consequence of any failure to properly safeguard the work, or on account of any act, intentional or otherwise, neglect or misconduct of said DEVELOPER, his contractors, sub-contractors, officers, agents or employees, whether or not such injuries, death or damages are caused, in whole or in part, by the alleged ne"ligence of the City of Fort Worth, its officers, servants, or employees. G. Developer shall install or adjust all of the required utilities to serve the development or to construct the improvements required herein. H. In the event that City participation exceeds $25,000, Developer agrees that no street construction or storm drainage will begin prior to City Council approval of this Community Facilities Agreement. (Article 104.100, Ordinance 7234). I. Developer agrees that no lot shall be occupied under a certificate of occupancy until the improvements required herein have been constructed (Article 104.100, Ordinance 7234). J. Developer hereby releases and agrees to indemnify and hold the City harmless for any inadequacies in the preliminary plans, specifications and cost estimates supplied by the Developer for this contract. K. Developer agrees to provide, at its expense, all necessary rights of way and easements across property owned by Developer required to construct current and future improvements provided for in this agreement. L. Developer agrees to construct proposed improvements as shown on the exhibits attached hereto. The following exhibits are made a part hereof: Sendera Ranch and Sendera Ranch East Water Infrastructure CFA Revised Form per Legal December 2004 G:\job\013347\corresp\ 42" Water Line, Pump Station and Storage Tank (Exhibit A attached); 36"/24"Water Line (Exhibit B attached). M. City shall not be responsible for any costs that may be incurred by Developer in the relocation of any utilities that are or may be in conflict with any of the community facilities to be installed hereunder. II. Water Facilities Developer shall design and install the proposed water line(s), fire line(s) and/or meters as shown on Exhibits A and B, of which the estimated engineering and surveying cost is $1,579,843.00 , and the estimated construction cost is $16,747,671.00. The City agrees to record the location of each said service line in respect to the corner of the lot served, and to retain said records in its possession. The Developer and the City shall share in the cost of the water improvements as follows: WATER FACILITES (ENGINEERING ONLI� Est. Sendera Estimated City Estimated Total Developer Cost Cost Cost Pump Station $ 270,665 $ 230,566 $ 501,231 Ground Storage Tank $ 36,909 $ 31,441 $ 68,350 42"Transmission Main $ 99,068 $ 526,802 $ 625,870 36"/24"Distribution Main $ 175,012 $ 97,586 $ 272,598 Easements* $ -0- $ -0- $ -0- Sub-Total Water $ 581,654 $ 886,395 $ 1,468,049 Other CFAs** $ 111,794 Total Engineering Contract $ 1,579,843 * Onsite Easements to be dedicated by the Developer, offsite Easements to be obtained by the City. ** Participation in accordance with Community Facilities Agreement (City of Fort Worth City Secretary Contract #24319) between the Hillwood Development Company and the City of Fort Worth. The Costs sated herein may be based upon construction estimates rather than actual cost. The final cost to the Developer and City shall be based upon the breakdown and agreements between the Developer and City as outlines in the Sendera Ranch and Sendera Ranch East Water Infrastructure CFA �%' 1� ` ! �Uj I.a� Revised Form er Le al December 2004 ^' � 'E' G:\job\013347\corresp\ Design and Survey Fees (Exhibit C attached) and the Breakdown Summary(Exhibit D attached). Sendera Ranch and Sendera Ranch East Water Infrastructure CFA v�c�ar r,lp 5gjt`n�� Revised Form per Legal December 2004 V'u L �1 L>► 5�iti G:\job\013347\corresp\ IN TESTIMONY WHEREOF, the City of Fort Worth has caused this instrument to be executed in quadruplicate in its name and on its behalf by its Assistant City Manager, attested by its City Secretary,with the corporate seal of the City affixed, and sai Developer has executed this instrument in quadruplicate,at Fort Worth, Texas this the �71day of 201 Approval Recommended: Water Department -VS. Frank Crumb Director ATTEST: City O Worth City Secretary Assistant City Manager Marty Hendrix Marc A. Ott Approv s to Form: Contract Author). tioit Assistant lty ttorney at _` Date ATTEST: Corporate Secretary 1 t ��h+JS 1: C:7`J 'J Sendera Ranch and Sendera Ranch East Water Infrastructure CFA Revised Form per Legal December 2004 G:\job\013347\corresp\ 9 DEVELOPER FOR SENDERA RANCH: One SR, L.P. Sendera Ranch, Ltd. By: Centamtar Terras, L.L.C., its general By: Pars Investments, Inc., sole general partner partner By: _ By: Mehrdad Moaye i, Manager Mehrdad Moayedi, President DEVELOPER FOR SENDERA RANCH EAST: Two SR, L.P. By: Centamtar Terras, L.L.C., sole general partner By: Mehrdad MoayedrT4anager Sendera Ranch and Sendera Ranch East Water Infrastructure CFA it Revised Form erLegal December 2004 4 G:\job\013347corresp\ ���i cti A �!��!!11{111{Ir Mllllllllr�; �pl�1 1'1111111111111�� ty,�1�IIIii111111111 STATIONMGD 'PUMP SENDE j!!!9i 1111111111111 sSENDERA RANCH EAST130%) 'tiill�iii°iii►i��1�0 • • (0%) CITY�,OF FORT WORT 111111.��//111 �.��-.w�..e......u.....:.,e ::�►� v�I.1{11111111111.�_� - �� !►r::!lIIIIIIIIi @\O���i������� is n��r� . r -IIIIIIIIIIto. �r r �i1111iiii111� ►\\\\�' to��•� �i I 1 r� - � \\\\►\ r►! i r Z 1111111111111® a\ �r.® qtr /', �IIIIIIIIIIIIIIi� -�\\\\ ►11��: �+����`., ' �IIII/Ili.-�'r�- � \\6\� r r � rs • 111_1111 i �-.���- �1 � \►\\\►\\\{I���i.,a�i�� 1 �Ci��I�I ��,���1 s�i��i►i eii 1 , � /'.�jrj�I��I����O ►?.i iii%G �! ♦'" �� � I ♦ I 1111 1►I ��• ♦ ♦ O 11111111/_ � •�1������`,� ��I�'Iii1\M®®\�� �,�` i iIIV �{aeln 8=1:m>® .I ��`� �� �I►i®i1i11M►►�� O� �i _ � 11111 1�a IIIIIIIIIIIIII{'� v r - - � �� 1111111.0 IIIIIIINIIII{{�I ��� - l11111111111111111 Ililllllilllllllll=�111{I�I 111111 IIIIIIIIIII►�,���' � ^Ifilllllluls- 0011�I1111 W I ,-�� O -1►�`0��� 11 ►\I►��� 111\1��,,I�� .=e � .v�` �\t►oa �a`In►�p_ -_111111°mgrs o�`•� oi, ����yn �f�► � ;.� ����1�1!..__.. X11\\ �� ♦ y ®Iltt ►Q► I�l�•���\`�"��Iulllunlullllllnv111ii���i1®1\\����: ' - ���`���\!!N/I' Iu�����--�=111{{11111111111111111\1® ♦� s ���`���Itt► ,111 CIS -- �+�-111111111 111111111 111111►�G �� r ;s����' �-C.111111111 11111111j111111iii1►iii�i �.lII.,�-� r/�1�,-��-.rx.��r�`stt►1UI 7�l j �r� � ��Qtt►�°�0���°;d'p IIIA{111{IN{{11��C!�� �''tA ���� � �- - �� IIII �� ���frw'��IIII�1111111111 ���J s�,wt��11111��4111111111 �, V T, � �► 111 � .►®��ilu���. � w �t� �Iliiillii►'17 '� _ ��■I lam -g O �Y Ali. �►i��j%iiiii:iiiiii°iii` '�� $�I���II/1111t11tItt11111:� �� ,Illlltlltllllllllll{ �I��®1/IIIINIf IIIIIIIIIIr • •�■lural num__:, • • �� • rjV uuun nun=_� � • • • � , ��►Q/uutul�nm===- ��en lunurtgllD°=" X111 11111111► • moi_/ti11w���j0 11111�����/►�r11 c---- -�-�_vs��.euunmme �•� ��_ i `q��A`vSl;�llllllllllii� == �'\111111111111{ p�n✓ X1111111111111 /0� �4G� �� Do ■■.C :{1{{{{{{1111■ �►1N��� �rO� .�►���rl �� {{{{I{!lf11IL ►o+ ►1 �r r r r z�" :,111111111{IIIA A r►�►►� �� �� :111111111111{■� t•►�i®►►►r i� PAR. � �{1111{{1111/IIi* .�1►� ►'� ��; ., r: NI If !111'1 ,�/11{111■{11111. O�®►1►►,��pH��� �� 111{{111■Si. :r►i®►, 1�\fr�C� 1 IICGi m ���� �� ►� Q/ ►►fll��r rr s.�ICI �II�II�IOh �'i ►i�i i! ,�;�jI��I��II�I► �I�, a ii i+iii i 111111 Ca 111111111111111�� v�T --- - {11111 C.111111111111111�i � �--- 1111111111111111��Illt►tl e��.' � 11111111111111111=�IIIII�I 1111/1111111111\�,j��t�; _11111111111%ii�IIy�/� , uu = fir► ��.- ..�_■Itnt�►N►► r�t�lR � � := °u►`O►�O Lit un 111111►aiiiieiiiil/i��;���,� ►��,����p►� �={;_�?�,1:!!___jiie�iiiitiiiiiiiiirnnin v►a►n►►m ►`�� ,, �► cul-i- '_ . := Illuun uw►►m ►►�. r i � .._ — �_— uuluu rule►►m �� ;;;�' , �i � �:ul�;,��C C/®!��_��. r� o� .�q_►Ill�iiiiiii�� ,�� .O� \1MS.CC�Illllit/ p:pp v„���r• a i i • �� Illtlllllllltlll��-� �I c- �� �1/ - `W!MI111NOW M!-2UP � ����///111 d•��i■II/ ' , ��'i��■■■■Irl{� • • . �,,� '� ,W` ■■■■■■{III • • • ii- ii�0�����■■■■■flit: ., , ■■■■nu ��■■■■■ill I�f1� ��7■■■■IGS. fill■■� ��■■:�■rill■■ ■..w ..-.�:■tail �� ■111■■..■■. � ■����■� moi■� • • . t , ��/■■■■11■■►Ear� • • • • �■moi i��L•■���ji , 111 . ..■■■�91\� - -- --- -- _ = %- EXHIBIT "C" DESIGN AND SURVEY FEES I. PUMP STATION &GROUND STORAGE TANK BASIC SERVICES FIRM FEES % PROVIDING BASIC SERVICES (TSPE CURVE "A") Construction Documents Const Cost=$7,127,867 x 6.2% $441,928 77.6% Includes: Architectural 6 $70,000 Plumbing/ HVAC 6 $22,000 Elect./ Instrumentation 6 $73,000 Construction Administration 6 $40,000 Civil/Mechanical 1 $236,928 Subtotal $441,928 77.6% SPECIAL SERVICES Project Coordination 1 $25,000 4.4% Platting & Platting Fees 1 $5,000 0.9% Design Surveying 1 $5,000 0.9% Geotechnical Investigation 2 $11,103 1.9% Cathodic Protection 3 $12,400 2.2% Surge Analysis 4 $15,000 2.6% Technical Oversight 5 $18,000 3.2% Storm Water Pollution Prevention Plans 1 $5,000 0.9% 10% Sub Markup 1 $26,150 4.6% Expenses 1 $5,000 0.9% Subtotal $127,653 22.4% TOTAL OF ITEM 1 $569,581 100.0% FIRMS 1 Carter& Burgess, Inc-Prime 2 MasTek Engineering -Geotechnical (M/WBE) 3 ELK Engineering -Cathodic Protection 4 Advantica -Surge Analysis 5 Chiang, Patel &Yerby-Technical Review(M/WBE) 6 Multatech -Arch./Plumbing/HVAC/Electrical/Instrumentation (M/WBE) II. 42-INCH WATER TRANSMISSION MAIN BASIC SERVICES FIRM FEES % PROVIDING BASIC SERVICES (TSPE CURVE °°B°°) Construction Documents Const Cost=$7,155,009 x 5.2% 1 $372,060 50.4% Subtotal $372,060 50.4% SPECIAL SERVICES Project Coordination 1 $30,000 4.1% Routing Study 1 $30,000 4.1% Design Surveying 1 $129,774 17.6% Easement Preparation 1 $15,000 2.0% Geotechnical Investigation 2 $31,976 4.3% Cathodic Protection 3 $21,960 3.0% Surge Analysis 4 $15,000 2.0% Permitting 1 $45,000 6.1% Storm Water Pollution Prevention Plans 1 $15,000 2.0% Traffic Control Plans 1 $15,000 2.0% 10% Sub Markup 1 $6,894 0.9% Expenses 1 $10,000 1.4% Subtotal $365,604 49.6% TOTAL OF ITEM II $737,664 100.0% FIRMS 1 Carter& Burgess, Inc-Prime 2 MasTek Engineering - Geotechnical (M/WBE) 3 ELK Engineering-Cathodic Protection 4 Advantica-Surge Analysis 9 ° III. 36-INCH &24-INCH WATER TRANSMISSION MAIN BASIC SERVICES FIRM FEES % PROVIDING BASIC SERVICES (TSPE CURVE "B") Construction Documents Const Cost=$2,464,795 x 5.4% 1 $133,099 48.8% Subtotal $133,099 48.8% SPECIAL SERVICES Project Coordination 1 $10,000 3.7% Routing Study 1 $10,000 3.7% Design Surveying 1 $50,426 18.5% Easement Preparation 1 $5,000 1.8% Geotechnical Investigation 2 $12,435 4.6% Cathodic Protection 3 $8,540 3.1% Surge Analysis 4 $10,000 3.7% Permitting 1 $15,000 5.5% Storm Water Pollution Prevention Plans 1 $5,000 1.8% Traffic Control Plans 1 $5,000 1.8% 10% Sub Markup 1 $3,098 1.1% Expenses 1 $5,000 1.8% Subtotal $139,499 51.2% TOTAL OF ITEM III $272,598 100.0% FIRMS 1 Carter& Burgess, Inc- Prime 2 MasTek Engineering-Geotechnical (M/WBE) 3 ELK Engineering-Cathodic Protection 4 Advantica -Surge Ananysis IV. FEE SUMMARY FEES BASIC SERVICES $947,087 SPECIAL SERVICES $632,755 GRAND TOTAL $1,579,842 EXHIBIT D NORTHSIDE 11, III & IV WATER SYSTEM IMPROVEMENTS OPINION OF PROBABLE COST SUMMARY OF PARTICIPATION 32 MGD Pump Station Percentage of Construction Construction Percentage of Cost Cost Engineering Engineering Total Cost Sendera Ranch $1,331,188 24% $120,296 24% $1,451,484 Sendera Ranch East $1,663,985 30% $150,369 30% $1,814,354 Hillwood $0 0% $0 0% $0 City of Fort Worth $2,551,444 46% $230,566 46% $2,782,010 Total $5,546,617 100% $501,231 100% $6,047,848 5.0 MGD Ground Storage Tank Percentage of Construction Construction Percentage of Cost Cost Engineering Engineering Total Cost Sendera Ranch $379,500 24% $16,404 24% $395,904 Sendera Ranch East $474,375 30% $20,505 30% $494,880 Hillwood $0 0% $0 0% $0 City of Fort Worth $727,375 46% $31,441 46% $758,816 Total $1,581,250 100% $68,350 100% $1,649,600 42-Inch Waterline Percentage of Construction Construction Percentage of Cost Cost Engineering Engineering Total Cost Sendera Ranch $0 0% $0 0% $0 Sendera Ranch East $960,917 13% $99,068 13% $1,059,985 Hillwood $1,084,350 J 15% $111,794 15% $1,196,144 City of Fort Worth $5,109,742 72% $526,802 72% $5,636,544 Total $7,155,009 100% $737,664 100% $7,892,573 36-Inch &24-Inch Waterline Percentage of Construction Construction Percentage of Cost Cost Engineering Engineering Total Cost Sendera Ranch $0 0% $0 0% $0 Sendera Ranch East $1,563,413 63% $175,012 64% $1,738,425 Hillwood $0 0% $0 0% $0 City of Fort Worth $901,382 37% $97,586 36% $998,968 Total $2,464,795 100% $272,598 100% $2,737,393 Overall Total $16,747,671 $1,579,843 $18,327,514 Sendera Ranch $1,847,388 Sendera Ranch East $5,107,645 Hillwood $1,196,144 City of Fort Worth $10,176,338 Exhibit D-1 NORTHSIDE II, III & IV WATER SYSTEM IMPROVEMENTS OPINION OF PROBABLE COST SUMMARY OF CONSTRUCTION COSTS 32 MGD PUMP STATION Pump Station 1 Lump Sum @ $5,546,617 Engineering $501,231 5.0 MG GROUND STORAGE TANK Storage Tank 1 Lump Sum @ $1,581,250 Engineering $68,350-- 42-INCH WATERLINE Section"A" 13,045 Feet @ $3,203,057 Section"B" 1,520 Feet @ $373,219 Section "C" 4,370 Feet @ $1,073,006 Section"C" 10,205 Feet @ $2,505,727 Subtotal 29,140 Feet @ $7,155,009 Engineering $737,664 NOTE: USING$110 FOR 30"&$145 FOR 42"--COST RATIO$110/$145=.76 NOTE: USING$45 FOR 12" &$145 FOR 42" --COST RATIO$451$145=.31 36-INCH&24-INCH WATERLINE Section "A" 9,200 Feet @ $1,780,596 Section"B" 580 Feet @ $132,240 Section"C" 2,520 Feet @ $551,959 Subtotal 12,300 Feet $2,464,795 Engineering $272,598 GRAND TOTAL $18,327,514 NOTE: USING$90 FOR 24"&$125 FOR 36" —COST RATIO$90/$125=.72 NOTE: USING$45 FOR 12" &$90 FOR 24" --COST RATIO$451$90=.50 NOTE: USING$35 FOR 8" &$90 FOR 24"--COST RATIO$35/$90=.39 THESE COSTS DO NOT INCLUDE BRINGING 3-PHASE POWER TO SITE Exhibit D-2 NORTHSIDE II, III & IV WATER SYSTEM IMPROVEMENTS OPINION OF PROBABLE COST COST SHARING AMOUNTS - SENDERA RANCH SENDERA RANCH (PUMP STATION) Cost Cost % Total Sendera Share Ratio Share Cost Share 32 MGD Station 24% 1 24% $5,546,617 $1,331,188 Engineering 24% 1 24% $501,231 $120,296 SENDERA RANCH (GROUND STORAGE) Cost Cost % Total Sendera Share Ratio Share Cost Share 5.0 MG Tank 24% 1 24% $1,581,250 $379,500 Engineering 24% 1 24% $68,350 $16,404 SENDERA RANCH(42" MAIM Cost Cost % Total Sendera Share Ratio Share Cost Share Section"A" 0% x 1 0% $3,203,057 $0 Section"B" 0% x 1 0% $373,219 $0 Section"C" 0% x 1 0% $1,073,006 $0 Section"D" 0% x 1 0% $2,505,727 $0 42"Subtotal $7,155,009 $0 Engineering Subtotal $737,664 $0 PUMP STATION, GROUND STORAGE&42"WATER $15,590,121 $1,847,388 SENDERA RANCH (36"&24"MAIN) Section"A" 0% x 0.72 0% $1,780,596 $0 Section"B" 0% x 0.50 0% $132,240 $0 Section"C" 0% x 0.39 0% $551,959 $0 36"&24"Subtotal $2,464,795 $0 Engineering Subtotal $272,598 $0 36" &24"WATER $2,737,393 $0 GRAND TOTAL $18,327,514 $1,847,388 Exhibit D-3 NORTHSIDE II, III & IV WATER SYSTEM IMPROVEMENTS OPINION OF PROBABLE COST COST SHARING AMOUNTS - SENDERA RANCH EAST SENDERA RANCH EAST(PUMP STATION) Cost Cost % Total Sendera East Share Ratio Share Cost Share 32 MGD Station 30% 1 30% $5,546,617 $1,663,985 Engineering 30% 1 30% $501,231 $150,369 SENDERA RANCH EAST(GROUND STORAGE) Cost Cost % Total Sendera East Share Ratio Share Cost Share 5.0 MG Tank 30% 1 30% $1,581,250 $474,375 Engineering 30% 1 30% $68,350 $20,505 SENDERA RANCH EAST(42"MAIN) Cost Cost % Total Sendera East Share Ratio Share Cost Share Section"A" 30% x 1 30% $3,203,057 $960,917 Section"B" 0% x 1 0% $373,219 $0 Section"C" 0% x 1 0% $1,073,006 $0 Section"D" 0% x 1 0% $2,505,727 $0 42"Subtotal $7,155,009 $960,917 Engineering Subtotal $737,664 $99,068 PUMP STATION,GROUND STORAGE&42"WATER $15,590,121 $3,369,219 SENDERA RANCH EAST(36"MAIN) Section"A" 100% x 0.72 72% $1,780,596 $1,282,029 Section"B" 100% x 0.50 50% $132,240 $66,120 Section"C" 100% x 0.39 39% $551,959 $215,264 36"&24"Subtotal $2,464,795 $1,563,413 Engineering Subtotal $272,598 $175,012 36"&24" WATER $2,737,393 $1,738,425 GRAND TOTAL $18,327,514 $5,107,644 Exhibit D-4 NORTHSIDE II, III & IV WATER SYSTEM IMPROVEMENTS OPINION OF PROBABLE COST COST SHARING AMOUNTS - HILLWOOD HILLWOOD(PUMP STATION) Cost Cost % Total Hillwood Share Ratio Share Cost Share 32 MGD Station 0% 1 0% $5,546,617 $0 Engineering 0% 1 0% $501,231 $0 HILLWOOD (GROUND STORAGE) Cost Cost % Total Hillwood Share Ratio Share Cost Share 5.0 MG Tank 0% 1 0% $1,581,250 $0 Engineering 0% 1 0% $68,350 $0 HILLWOOD(42"MAIN) Cost Cost % Total Hillwood Share Ratio Share Cost Share Section"A" 0% x 1 0% $3,203,057 $0 Section"B" 0% x 1 0% $373,219 $0 Section"C" 100% x 0.31 31% $1,073,006 $332,632 Section"D" 40% x 0.76 -30% $2,505,727 $751,718 42"Subtotal $7,155,009 $1,084,350 Engineering Subtotal $737,664 $111,794 PUMP STATION,GROUND STORAGE&42"WATER $15,590,121 $1,196,144 HILLWOOD(36"MAIN) Section"A" 0% x 1 0% $1,780,596 $0 Section"B" 0% x 1 0% $132,240 $0 Section"C" 0% x 1 0% $551,959 $0 36"&24"Subtotal $2,464,795 $0 Engineering Subtotal $272,598 $0 36"&24" WATER $2,737,393 $0 GRAND TOTAL $18,327,514 $1,196,144 Exhibit D-5 NORTHSIDE II, III & IV WATER SYSTEM IMPROVEMENTS OPINION OF PROBABLE COST COST SHARING AMOUNTS - CITY OF FORT WORTH COFW(PUMP STATION) % Total City Share Cost Share 32 MGD Station 46% $5,546,617 $2,551,444 Engineering 46% $501,231 $230,566 COFW(GROUND STORAGE) % Total City Share Cost Share 5.0 MG Tank 46% $1,581,250 $727,375 Engineering 46% $68,350 $31,441 COFW(42" MAIN) % Total City Share Cost Share Section"A" 70% $3,203,057 $2,242,140 Section"B" 100% $373,219 $373,219 Section"C" 69% $1,073,006 $740,374 Section"D" 70% $2,505,727 $1,754,009 42"Subtotal $7,155,009 $5,109,742 Engineering Subtotal $737,664 $526,802 PUMP STATION, GROUND STORAGE &42"WATER $15,590,121 $9,177,370 COFW(36"&24"MAIN) Section"A" 28% $1,780,596 $498,567 Section"B" 50% $132,240 $66,120 Section"C" 61% $551,959 $336,695 36"&24"Subtotal $2,464,795 $901,382 Engineering Subtotal $272,598 $97,586 36" &24" WATER $2,737,393 $998,968 GRAND TOTAL $18,327,514 $10,176,338 r Exhibit D-6 FEE PROPOSAL for NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK & WATER MAINS Prepared for: Two SR, L.P. One SR, L.P. Sendera Ranch, Ltd. 3901 Airport Freeway, Suite 200 Bedford, Texas 76021 City of Fort Worth 1000 Throckmorton Street Fort Worth, Texas 76102 AIL Investment, L.P. 13600 Heritage Parkway, Suite 200 Fort Worth, Texas 76177 Prepared by: CarteramBurgess 777 Main Street Fort Worth, Texas 76102 Phone: 817-735-6000 Fax: 817-735-6148 October 2005 Carter & Burgess, Inc. Job No. 013347.000.0.0100 CartermznBurgesss PROFESSIONAL SERVICES AGREEMENT PROJECT Northside II, III & IV Pump Station, Ground PROJECT NAME: Storage Tank & Water Mains NUMBER: 013347.010 CLIENT: Two SR, L.P., One SR, L.P., Sendera Ranch, Ltd. ADDRESS: 3901 Airport Freeway, Suite 200, Bedford, Texas 76021 hereby requests and authorizes Carter & Burgess, Inc. ("C&B") to perform the following Services: SCOPE: See attachments "A" through "J" COMPENSATION to be on a basis of: Lump sum fee. The parties agree to the Provisions stated on the other side of this authorization. Accepted for SENDERA RANCH: One SR, L.P. Sendera Ranch, Ltd. By: Centamtar, L.L.C., its general partner . By: Pars Inv ents, Inc., sole general partner By: � By: Mehrdad Moayedi, Manager Mehrdad Moayedi, Presiden Date: '4 o Date: Accepted for SENDERA RANCH EAST Accepted R & BURGESS, IN One SR, L.P. By By: Centamtar, L.L.C., sole general partner Name: Thad Brundrett By: Title: Senior Vice President N�ehrdad Moayedi, Manager Date: Date: { ,A/ � I .2 2 S 22C. G:\JOB\013347\CORRESP\PSA 20051011.doc Revised 4-15-03 PROVISIONS 1. AUTHORIZATION TO PROCEED 11. PAYMENT TO C&B/INTEREST ON PAST-DUE AMOUNTS Signing this Agreement shall be construed as authorization by CLIENT for Monthly invoices will be issued by C&B for all Services performed under the C&B to proceed with the Services,unless otherwise provided for in this terms of this agreement. Invoices are due and payable on receipt.CLIENT Agreement. agrees to pay interest at the rate of 11/2%per month on all past-due amounts,unless not permitted by law.Any interest charged or collected in 2. LABOR COSTS excess of the highest legal rate will be applied to the principal amount owing In the event C&B's compensation is calculated by reference to C&B's to C&B,and if such interest exceeds the principal balance of CLIENT's Labor Costs,Labor Costs shall be the amount calculated by the number of indebtedness to C&B,will be returned to CLIENT.It is the intent of C&B and hours actually worked by each of C&B's employees on CLIENT's Project, CLIENT to abide by all applicable laws regulating the maximum amount of multiplied by an amount charged for each such employee's work,which is interest that may be charged.To the greatest extent allowed by applicable calculated by dividing each such employee's annualized,non-overtime law,CLIENT and C&B agree that in the event CLIENT and C&B enter into compensation(whether salary or paid to such employee at an hourly rate, any compromise or settlement calling for the payment of past due principal as the case may be)divided by 2,080 hours per year. and accrued and unpaid interest on any past-due invoice,C&B may charge and CLIENT agrees to pay interest on such combined past due principal and 3. DIRECT EXPENSES accrued and unpaid interest amount(the"New Principal Balance")at the C&B's Direct Expenses shall be those costs incurred on or directly for the rate of 1'/2%per month or at the highest rate allowed by law,subject,as CLIENT's Project,including but not limited to necessary transportation provided herein,to C&B's agreement to credit excess interest or return same costs including mileage at C&B's current rate when its automobiles are to CLIENT after the New Principal Balance is paid.All payment obligations used,meals and lodging,laboratory tests and analyses,computer are performable in Tarrant County,Texas,and CLIENT agrees to submit to services,word processing services,telephone,printing and binding the jurisdiction of the courts of the State of Texas in Tarrant County,Texas charges. Reimbursement for these EXPENSES shall be on the basis of for enforcement of all obligations created by this Agreement. actual charges when furnished by commercial sources and on the basis of usual commercial charges when furnished by C&B 12. TERMINATION FOR NON-PAYMENT OF FEES C&B may terminate this contract by giving written notice if any C&B invoice 4. OUTSIDE SERVICES remains unpaid for more than 60 days.C&B's right to terminate this contract When technical or professional services are furnished by an outside shall not be waived by C&B's continued performance during any period of source,when approved by CLIENT,an additional amount shall be added investigation by C&B to determine the reasons for CLIENT'S nonpayment. to the cost of these services for C&B's administrative costs,as provided on the reverse side of this agreement. 13. TERMINATION Either CLIENT or C&B may terminate this Agreement by giving 30 days' 5. COST ESTIMATES written notice to the other party.In such event CLIENT shall forthwith pay Any cost estimates provided by C&B will be on a basis of experience and C&B in full for all work previously authorized and performed prior to effective judgment. Since C&B has no control over market conditions or bidding date of termination.If no notice of termination is given,relationships and procedures,C&B does not warrant that bids or ultimate construction costs obligations created by this Agreement shall be terminated upon completion will not vary from these cost estimates. of all applicable requirements of this Agreement. 6. PROFESSIONAL STANDARDS 14. LEGAL EXPENSES C&B shall be responsible,to the level of competency presently maintained In the event legal action is brought by C&B to enforce any of the obligations by other practicing professionals in the same type of work in CLIENT's hereunder or arising out of any dispute concerning the terms and conditions community,for the professional and technical soundness,accuracy,and hereby created,CLIENT shall pay C&B reasonable amounts for fees,costs adequacy of all design,drawings,specifications,and other work and and expenses as may be set by the court. materials furnished under this Agreement. C&B makes no warranty, expressed or implied. 15. ASSIGNMENT TO RELATED ENTITY Notwithstanding anything in this Agreement to the contrary,in the event C&B 7. ADDITIONAL SERVICES is not qualified and licensed in the relevant jurisdiction to provide any Services in addition to those specified in Scope will be provided by C&B if services required hereunder,C&B may,without the consent of any other authorized in writing or otherwise confirmed by CLIENT. Additional party,assign all or any part of its obligation to provide such services to an services will be paid for by CLIENT as indicated in any Letter of Proposal, entity related to C&B which is qualified and licensed to provide such services Task Authorization,or such other document as deemed appropriate by in the jurisdiction involved and which is contractually bound to C&B to CLIENT and C&B.In the absence of an express agreement about provide such services. compensation,C&B shall be entitled to an equitable adjustment to its compensation for performing such additional services. 16. SEVERABILITY In case any one or more of the provisions contained in this Agreement shall 8. SALES TAX be held illegal,the enforceability of the remaining provisions contained Applicable sales tax is not included in the above-proposed fee. Sales tax herein shall not be impaired thereby at an applicable rate will be indicated on invoice statements. 17. SURVEYING SERVICES 9. LIMITATION OF LIABILITY If the Services include surveying of property located in the State of Texas, C&B's liability to the CLIENT for any cause or combination of causes is in then in accordance with the Professional Land Surveying Practices Act of the aggregate,limited to an amount no greater than the fee earned under 1989,CLIENT is informed that any complaints about surveying services may this Agreement. be forwarded to the Texas Board of Professional Land Surveying, 7701 North Lamar,Suite 400,Austin,Texas 78752,(512)452-9427.Similar 10. DISPUTE RESOLUTION laws in other states may give CLIENT similar rights where surveying services All disputes arising out of this Agreement shall be mediated by the parties are performed outside the State of Texas. In accordance with applicable within a reasonable time after the first request for mediation,prior to either sales tax law,certain surveying services may be taxable. party filing a suit in a court of law,provided,however,that neither party shall be obligated to mediate prior to requesting injunctive relief. G:VOB\013347\CORRESP\PSA 20051011.doc Revised 4-15-03 TABLE OF CONTENTS ATTACHMENT "A" - BASIC SERVICES ATTACHMENT "B" - SPECIAL SERVICES ATTACHMENT "B-1" - CHIANG, PATEL, & YERBY, INC. SERVICES ATTACHMENT "C' - MULTATECK ENGINEERING, INC. SERVICES ATTACHMENT "D" - MAS-TECK ENGINEERING, INC. SERVICES ATTACHMENT "E" - ELK ENGINEERING, INC. SERVICES ATTACHMENT "F" - DESCRIPTION OF PROJECT ATACHMENT "G" - OPINION OF PROBABLE COST ATTACHMENT "H" - DESIGN AND SURVEY FEES ATTACHEMENT "I" - M/WBE PARTICIPATION ATTACHMENT "J" - PROJECT SCHEDULE Attachment "A" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK&WATER MAINS BASIC SERVICES The following is a clarification of the BASIC SERVICES tasks that the ENGINEER will perform. Phase 1 — Conceptual Design Phase 2 — Preliminary Design Phase 3 — Final Design Phase 4— Bidding Services Phase 5 — Construction Services 100 PHASE 1 — CONCEPTUAL DESIGN BS 101 Preliminary Conference The ENGINEER will conduct an initial kick-off meeting with the Developer and the City staff to introduce project team members, establish protocol and lines of communication, gather available documents pertinent to the assignment, and discuss project scope and schedule. The ENGINEER team members to be present will include the Project Manager and lead engineers for each area. In addition, the lead engineer for each of the major subconsultants will be present. BS 102 Data Collection & Research The ENGINEER will research and obtain data, maps, plans, existing utility information and/or other information necessary for the design of these projects. BS 103 Utility Coordination The ENGINEER will notify and coordinate with the utility companies in the project area, including utilities'owned by the City. This will include identifing utility conflicts or adjustments to existing utility lines within the project limits. BS 104 Pump Station & Ground Storage Tank Design Report The ENGINEER will prepare a Design Report that presents methodologies,cost estimates, conclusions and recommendations for the Northside pump station and ground storage tank. This document will be reviewed by the Developer and the City staff and the ENGINEER's Technical Review Committee,with their comments being incorporated into a Final Report. The ENGINEER will provide 10 copies of the Preliminary Report and meet with the Developer and the City staff to discuss its contents.Ten copies of the Final Report will be provided to the Developer and the City. The ENGINEER will conduct a technical review of the study phase upon completion of the Preliminary Report. Technical Review Committee members will be senior members of ENGINEER's staff or senior members of a subconsulting engineer's staff who have not otherwise been involved in the project and have substantial experience in planning and design of pumping and ground storage facilities. This quality assurance/quality control review is part of Carter & Burgess's design process which offers the Developer and the City the equivalent of an internal peer review. BS 105 Project Management The ENGINEER will hold progress reporting meetings with the Developer and the City staff during the conceptual phase to discuss work underway, overall progress, project schedule, budgets, upcoming work, and address any unresolved issues. This will be a working dialogue meeting that is not intended to be a formal presentation. The appropriate ENGINEER team members will attend the meetings. The results of the meetings will be documented in minutes that will record decisions and work progress. 200 PHASE 2 — PRELIMINARY DESIGN (35% Design Stage) 32 MGD PUMP STATION& 5,000,000 GALLON GROUND STORAGE TANK BS 201 Acoustics The ENGINEER will perform an evaluation of the recommended pump station structure to determine what acoustical treatment, if any, will be necessary in order to make the pump station compatible with the surrounding land uses and to meet applicable building code requirements. BS 202 Standby Power Requirements The ENGINEER will evaluate the need for (or the risk involved in not having) a standby power supply, either from an engine generator or a second primary service line for the pump station. Cost comparisons and advantages/disadvantages will be provided for the Developer and the City's use in making decisions about this issue. BS 203 Civil The ENGINEER will prepare site civil and yard pumping for the pump station and ground storage tank. This will include grading, drainage, horizontal control, pump station and ground storage tank piping, etc. BS 204 Architectural & Structural The ENGINEER will design and prepare architectural and structural plans and technical specifications for the pump station. The structural plans for the ground storage tank and its foundation will also be designed and prepared. BS 205 Mechanical The ENGINEER will design and prepare mechanical plans and specifications for the pump station and ground storage tank. BS 206 Electrical & Instrumentation The ENGINEER will evaluate and design an electrical and instrumentation system for the pump station and the ground storage tank operation that will be compatible with and interface with the City's SCADA system. BS 207 Contract Documents The ENGINEER will perform preliminary engineering design and prepare a preliminary set of construction plans for the pump station and ground storage tank as one project. For budgetary purposes the ENGINEER has assumed that the pump station will be housed in a building (of approximately 10,000 square feet size with the compatible brick veneer or pre-cast concrete tilt-up panels with appropriate landscaping)with the adjacent neighborhood. The pump station building will have a bridge crane and appropriate HVAC and plumbing systems, but no provisions will be made for offices or restrooms. BS 208 Review Documents The ENGINEER will provide 10 sets of drawings and 5 sets of the technical specifications for the Developer and the City's review at the 35 percent completion stage of the project, and meet with the Developer and the City staff to discuss the documents and incorporate their comments into the subsequent documents. BS 209 Technical Review The ENGINEER will conduct an in-house technical review of the Contract Documents at the 35 percent completion stage. A technical review will be conducted by the Technical Review Committee discussed in Task Item BS 104. BS 210 Construction Cost Estimate The ENGINEER will prepare a preliminary estimate of probable construction cost based on the preliminary set of construction plans. BS 211 Project Management The ENGINEER will perform project management duties through the design phase, including budget and schedule tracking, and meeting with the Developer and the City's Project Manager on a regular basis to keep him aware of the project's status. The ENGINEER will conduct progress meetings with the Developer and the City staff during the design phase to review work completed, upcoming work, project schedule, budgets, unresolved issues and other items. The meeting minutes will be record of action items, and project decisions. 42-INCH, 36-INCH & 24-INCH WATER MAIN BS 213 Contract Documents The ENGINEER will perform preliminary engineering design and prepare sets of preliminary construction plans for the 42-inch,the 36-inch, and 24-inch water mains. This will include easements and right-of-way, waterline plan and profiles, cathodic protection, traffic control, storm water pollution plans, etc. BS 214 Review Documents The ENGINEER will provide 10 sets of drawings and 5 sets of the technical specifications for the Developer and the City's review. Also sets will be delivered to the utility companies at the 35 percent completion stage of the project for their review and comments. The ENGINEER will meet with the Developer and the City staff to discuss the documents. Review comments from the Developer, City and utility companies will be incorporated into these documents and subsequent documents. BS 215 Technical Review The ENGINEER will conduct an in-house technical review of the Contract Documents at the 35 percent completion stage. BS 216 Construction Cost Estimates The ENGINEER will prepare a detailed estimate of probable construction cost based on the preliminary set of construction plans. BS 217 Project Management The ENGINEER will perform project management duties through the design phase, including budget and schedule tracking, and meeting with the Developer and the City's Project Manager on a regular basis to keep him aware of the project's status. The ENGINEER will conduct progress meetings with the Developer and the City staff during the design phase to review work completed, upcoming work, project schedule, budgets, unresolved issues and other items. Meeting minutes will be used as record of action items and project decisions. 300 PHASE 3 — FINAL DESIGN (85 & 100% Design Stages) 32 MGD PUMP STATION & 5,000,000 GALLON GROUND STORAGE TANK BS 301 Contract Documents The ENGINEER will prepare the final design and complete contract documents (construction plans and technical specifications) for use in bidding and constructing the pump station and ground storage tank as one project. N�' t, �1 Fpe `vgN, fig. The ENGINEER will use Developer and the City's Standard General Conditions section of specifications and modify those as necessary in Supplementary Conditions to fit this project. Documents will include General and Special Conditions, Bid Proposal Forms, Instructions to Bidders, and other sections generally considered to be necessary for solicitation of bids. Coordination of proposed building structures (Pump Station)with City Building Inspection Department to be sure buildings meet Developer and the City codes will be included. The ENGINEER will prepare the final construction plans based on the following sheet index: PUMP STATION & GROUND STORAGE TANK PROPOSED INDEX OF DRAWINGS General Details G-1 Cover And Index Of Sheets M-10 Valve Vault(Vault 3) Plan, Sections And G-2 General Legend And Abbreviations I Detail G-3 General Legend And Abbreviations 11 M-11 Transit Time Flow Meter Vault G-4 General Legend And Abbreviations III (Vault 4) Plan, Sections And Details M-12 Standard Mechanical Details I Civil M-13 Standard Mechanical Detail 11 C-1 Grading and Drainage Plans HVAC (Multatech) C-2 Horizontal Control Plan C-3 Site/Yard Piping Plan and GSR/Yard Piping H-1 HVAC Floor Plan C-4 New Site/Yard Piping Plan H-2 Pump Station Upper Level Plan C-5 Civil Details I H-3 Elevations And Schedules C-6 Civil Details 11 H-4 Meter Vault Architectural (Multatech) Plumbing (Multatech) A-1 Pump Station Floor Plan P-1 Pump Station Floor Plan A-2 Exterior Elevations A-3 Sections Electrical (Multatech) A-4 Wall Sections E-1 Electrical Legend &Abbreviations A-5 Details E-2 Electrical—Site Plan A-6 Details E-3 Electrical One Line Diagram A-7 Enlarged Plan Details Door Schedule E-4 Electrical Sections & Details Room Finish Schedule E-5 Pump Station Electrical Power Plan A-8 Elevations And Details, Misc. Details E-6 Pump Station Lighting Plan E-7 Pump Station HVAC & Fire Alarm Structural Electrical Valve Vault 1 &Valve Vault 2 S-1 General Notes, Abbreviations, Legend And E-8 Valve Vault 1 &Valve Vault 2 Sheet Index Electrical Plan & Section S-2 Pump Station Foundation Plan E-9 Valve Vault 3 & Meter Vault 4 S-3 Pump Station Slab Plan Electrical Plan &Section S-4 Pump Station Roof Framing Plan E-10 Electrical Sections & Details S-5 Pump Station Sections E-11 Meter&Valve Vaults Electrical Details S-6 Pump Station Sections E-12 Electrical-Site Plan Demolition S-7 Pump Station Details E-13 Electrical-Partial Site Plan & Details S-8 Standard Structural Details E-14 Fixture And Panel Schedules S-9 Standard Structural Details E-15 Instrumentation Interface Diagram E-16 Electrical Control Schematics— I Mechanical E-17 Electrical Control Schematics— 11 M-1 Process, Mechanical And E-18 Electrical Control Schematics— III Instrumentation Diagram E-19 Electrical Control Schematics— IV M-2 Pump Station Plan E-20 Electrical Standard Details—I M-3 Pump Station Sections E-21 Electrical Standard Details— 11 M-4 Pump Station Sections And Details Instrumentation (Multatech) M-5 Ground Storage Reservoir Plan, Sections And Detail 1-1 Instrumentation Legend M-6 Ground Storage Reservoir Sections 1-2 Loop Diagrams I M-7 Ground Storage Reservoir Sections 1-3 Loop Diagrams II M-8 Turbine Flow Meter Vault (Vault 1) 1-4 Loop Diagrams III Plan Sections And Detail 1-5 Loop Diagrams IV M-9 Valve Vault(Vault 2) Plan, Sections And 1-6 Loop Diagrams V BS 302 Review Documents The ENGINEER will provide 10 sets of drawings and 5 sets of specifications for the Developer and the City's review at the 85 percent completion stage of the project, and meet with the Developer and the City staff to discuss the documents and incorporate their comments into the subsequent documents. The ENGINEER will finalize the construction documents and meet with the Developer and the City staff at the 100 percent completion stage. BS 303 Technical Review The ENGINEER will conduct a technical review of the Contract Documents at the 85 and 100 percent completion stage and a constructability review at the 85 percent completion stage. BS 304 Construction Cost Estimate The ENGINEER will prepare a detailed estimate of probable construction cost based upon the final Contract Documents. BS 305 Project Management The ENGINEER will perform project management duties through the design phase, including budget and schedule tracking, and meeting with the Developer and the City's Project Manager on a regular basis to keep him aware of the project's status. The ENGINEER will conduct progress meetings with the Developer and the City staff during the design phase to review work completed, upcoming work, project schedule, budgets, unresolved issues and other items. The meeting minutes will be record of action items, and project decisions. 42-INCH, 36-INCH, & 24-INCH WATER MAINS BS 306 Contract Documents The ENGINEER will prepare the final design and complete contract documents (construction plans and technical specifications)for use in bidding and constructing the 42- inch, the 36-inch and 24-inch water mains. The ENGINEER will use Developer and the City's Standard General Conditions section of specifications and modify those as necessary in Supplementary Conditions to fit this project. Documents will include General and Special Conditions, Bid Proposal Forms, Instructions to Bidders, and all other sections generally considered to be necessary for solicitation of bids. The ENGINEER will prepare the final construction plans based on the following sheet index: 42-INCH WATER MAIN PROPOSED INDEX OF DRAWINGS G-1 through G-4 General Sheets E-1 through E-15 Easement/Right-of-Way Plans W-1 through W-30 42"Water Line Plan & Profile C-1 through C-15 Cathodic Protection Plans T-1 through T15 Traffic Control Plans S-1 through S-15 Storm Water Pollution Prevention Plans D-1 through D-6 Details 36 & 24-INCH WATER MAINS PROPOSED INDEX OF DRAWINGS G-1 through G-4 General Sheets E-1 through E-7 Easement/Right-of-Way Plans W-1 through W-14 36", &24"Water Line Plan & Profile C-1 through C-7 Cathodic Protection Plans T-1 through T-7 Traffic Control Plans S-1 through S-7 Storm Water Pollution Prevention Plans D-1 through D-6 Details BS 307 Review Documents The ENGINEER will provide 10 sets of drawings and 5 sets of specifications for the Developer and the City's review at the 85 percent completion stage of the project, and meet with the Developer and the City staff to discuss the documents and incorporate their comments into the subsequent documents. The ENGINEER will finalize the construction documents and meet with the Developer and the City staff at the 100 percent completion stage. BS 308 Technical Review The ENGINEER will conduct a technical review of the Contract Documents at the 85 and 100 percent completion stage and a constructability review at the 85 percent completion stage. BS 309 Construction Cost Estimates The ENGINEER will prepare a detailed estimate of probable construction cost based upon the final Contract Documents. BS 310 Project Management The ENGINEER will perform project management duties through the design phase, including budget and schedule tracking, and meeting with the Developer and the City's Project Manager on a regular basis to keep him aware of the project's status. The ENGINEER will conduct progress meetings with the Developer and the City staff during the design phase to review work completed, upcoming work, project schedule, budgets, unresolved issues and other items. Meeting minutes will be used as record of action items and project decisions. 400 PHASE 4 — BIDDING SERVICES BS 401 Furnish Bidding Documents The ENGINEER will provide to the Developer for bidding purposes 20 sets of reduced size drawings (11"x17" size) and specifications for the pump station and ground storage tank as one project. The ENGNEER will distribute the documents to prospective bidders and suppliers and maintain a bidders' list. BS 402 Bidding Assistance The ENGINEER will assist the Developer in responding to questions submitted by prospective bidders and suppliers and prepare necessary addenda. BS 403 Pre-bid Conference The ENGINEER will prepare the agenda and assist the Developer at the pre-bid conferences for each project. BS 404 Bid Evaluation and Contract Award The ENGINEER will attend and assist the Developer at the bid openings for each project, review the bids for completeness and accuracy, prepare bid tabulations, check contractor references, and provide a recommendation for award of construction contracts. BS 405 Prepare Formal Contract Documents The ENGINEER will prepare formal contract documents and agreements to be executed by the Developer and the Contractor. 500 PHASE 5 — CONSTRUCTION SERVICES BS 501 Preconstruction Meetings The ENGINEER will attend and assist the Developer at the preconstruction meetings for each project to address construction and coordination issues. 7 ---- Y� � "n PIE- >4 BS 502 Submittal Review The ENGINEER will review Contractor's shop drawings, pay order request, and other submittals for compliance with the contract documents and design documents. BS 503 Site Visits The ENGINEER will visit the project sites at appropriate intervals (12 Maximum) as construction proceeds to observe and report on the progress and quality of work. BS 504 Monthly Progress Meetings The ENGINEER will attend progress meetings between the Contractor,the Developer and the City's. BS 505 Instructions to Contractor The ENGINEER will assist the Developer with interpretation of the contract documents, answer the contractors questions (RFI), prepare field change and change order documents. BS 506 Final Inspection The ENGINEER will make one (1)final review meeting for each project at the completion of the construction to make recommendation of acceptance of the projects. BS 507 Record Drawings The ENGINEER shall prepare record drawings from information submitted by the contractor for each project. Attachment "B" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK&WATER MAINS SPECIAL SERVICES The following is a clarification of the SPECIAL SERVICES tasks that the ENGINEER will perform. 100 PHASE 1 — CONCEPTUAL DESIGN SS 101 City/Developer Coordination The ENGINEER will provide project coordination between the Developer and the City and the Developers of Sendera Ranch,Sendera Ranch East and Hillwood Development for the pump station, ground storage tank, 42-inch water main, 36-inch water main, and 24-inch water mains throughout the duration of the project. This will serve to coordinate the best interest of each party. SS 102 Waterline Routing Study The ENGINEER will perform and prepare a routing study for the 42-inch, 36-inch and 24- inch water mains to identify alternative alignments (3 maximum). This will include using information and maps of the existing distribution system, field reconnaissance, expected easement / R.O.W. availability, topography and existing land use, etc. The ENGINEER will then prepare a report that summarizes its findings with cost estimates and recommends an alignment for the proposed water mains that will serve as the bases for final design of the water mains. 200 PHASE 2 — PRELIMINARY DESIGN SS 201 City/Developer Coordination The ENGINEER will provide project coordination between the Developer and the City and the Developers of Sendera Ranch, Sendera Ranch East and Hillwood Development for the pump station,ground storage tank,42-inch, 36-inch, and 24-inch water mains throughout the duration of the project. This will serve to coordinate the best interest of each party. SS 202 Pump Station & Ground Storage Tank Platting The ENGINEER will prepare a preliminary plat for the pump station and ground storage tank site (approximately 5 acres). This will include assisting the Developer in obtaining City approvals. SS 203 Design Survey The ENGINEER will obtain boundary and topographic design survey information for the pump station and ground storage tank necessary for design and platting of the site. The ENGINEER will obtain topographic design survey information necessary for the design of the 42-inch, 36-inch, and 24-inch water mains. SS 204 Easement Preparation The ENGINEER will prepare temporary and permanent easement documents with exhibits necessary for the construction of the 42-inch, 36-inch, and 24-inch water mains. The Developer will be responsible for obtaining all easements. SS 205 Geotechnical Investigation The ENGINEER will provide geotechnical investigation information, recommendations and reports for the pump station, ground storage tank, 42-inch, 36-inch and 24-inch water mains as described in the attached proposal by the subconsultant of Mas-Tek Engineering, Inc. SS 206 Surge Analysis The ENGINEER will conduct a surge analysis of the proposed pump station and its water transmission pipeline system. The purpose of such an analysis will be the determination of the expected magnitude of surge pressures resulting from uncontrolled shutdowns and/or power failures occurring at the pump station, and how to best attenuate the resultant pressures in order to protect the pumping equipment and piping system.Appropriate surge protection technologies will be incorporated into the final design. The surge analysis will be preformed by the subconsultant of Chiang, Patel &Yerby. SS 207 Permitting The ENGINEER will prepare permit applications with exhibits and submit to TxDOT, Tarrant County, the City of Haslet, the City of Fort Worth and the BNSF Railroad for the 42-inch, 36-inch and 24-inch water mains for the project. This does not include Corp of Engineers or wetlands permits which are not anticipated at this time. 301 PHASE 3 — FINAL DESIGN SS 301 City/Developer Coordination The ENGINEER will provide project coordination between the Developer and the City and the Developers of Sendera Ranch, Sendera Ranch East and Hillwood Development for the pump station, ground storage tank, 42-inch, 36-inch and 24-inch water main throughout the duration of the project. This will serve to coordinate the best interest of each party. SS 302 Platting The ENGINEER will prepare a final plat for the pump station and ground storage tank site (approximately 5 acres). This will include assistance in obtaining Developer and the City approvals. This will include boundary and topographic information as obtained by the ENGINEER in the preliminary stage. SS 303 Cathodic Protection The ENGINEER will provide plans and specifications for cathodic protection for the pump station, ground storage tank, 42-inch, 36-inch, and 24-inch water mains as described in the attached proposal by the subconsultant of ELK Engineering, Inc. SS 304 Storm Water Pollution Prevention Plan (SWPPP) The ENGINEER will prepare storm water pollution prevention plans for the pump station, ground storage tank, 42-inch, 36-inch and 24-inch water mains in accordance with the requirements of the Texas Commission on Environmental Quality's (TCEQ) TPDES General Permit TXR 150000 to be used during construction. SS 305 Traffic Control The ENGINEER will prepare traffic control and management plans for the 42-inch, 36-inch and 24-inch water mains for the movement of vehicular and pedestrian traffic through the area while under construction. 400 PHASE 4 — BIDDING SERVICES SS 401 City/Developer Coordination The ENGINEER will provide project coordination between the CITYand the Developers of Sendera Ranch, Sendera Ranch East and Hillwood Development for the pump station, ground storage tank,42-inch, 36-inch, 24-inch water mains throughout the duration of the project. This will serve to coordinate the best interest of each party. 500 PHASE 5 — CONSTRUCTION SERVICES SS 501 City/Developer Coordination The ENGINEER will provide project coordination between the CITY and the Developers of Sendera Ranch, Sendera Ranch East and Hillwood Development for the pump station, ground storage tank,42-inch, 36-inch, 24-inch water mains throughout the duration of the project. This will serve to coordinate the best interest of each party. Attachment "B-1 " NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK & WATER MAINS CHIANG, PATEL, & YERBY, INC. SERVICES CarterN Burgess AGREEMENT FOR SUBCONSULTANT SERVICES Consultant: Carter & Burgess, Inc. Address: 777 Main Street Fort Worth, Texas 76102 PROJECT: North Side II, III & IV Pump Station PROJECT NUMBER: 013347.000.0.0100 Ground Storage Tank & Water Mains Subconsultant: Chiang, Patel & Yerby Contact: 1820 Regal Row, Suite 200 Randal Romack, P.E. Dallas, Texas 75235 (21.4) 638-0500 Address: Carter & Burgess, Inc. ("C&B" or "Consultant') has entered, or will enter, into an agreement ("Prime Agreement') with One SR, L.P. & Two SR, L.P. ("Client") and desires to employ Chiang, Patel & Yerby, Inc. ("Sub" or"Subconsultant") to perform certain professional services required of C&B according to the Prime Agreement. SCOPE of SERVICES : A:Provide technical review of conceptual design report and 35% Design phase by senior members of staff. B:Conduct surge analysis of the proposed pump station and its water transmission pipeline system. Provide determination of the expected magnitude of surge pressures resulting from uncontrolled shutdowns and/or power failures at the pump station and how best to attenuate the resultant pressures in order to protect the pumping equipment and piping system.Surge analysis will be performed on:131)pump station,B2)42-inch water line,and B3)36/24-inch water lines. COMPENSATION to be on a basis of: Al: Lump Sum $18,000.00 131: Lump Sum $15,000.00 132: Lump Sum $15,000.00 133: Lump Sum $10,000.00 Total: $58,000.00 THE TERMS & CONDITIONS ATTACHED HERETO ARE A PART OF THIS AGREEMENT. IN WITNESS WHEREOF, C&B and Sub have executed this Agreement for Subconsultant Services ("Agreement"), to be effective as of , 200_ CHIANG, PATEL &YERBY, INC., a Texas corporation CART R BURGESS, INC., a Texas corporation By: y: a�ame: �'1lil�Q� G. C,a/"7B' Name:�6 � �7. Title: l/ / e 14912Sden Title: e::�- y ICL Revised 9-9-05 Terms and Conditions to Agreement for Subconsultant Services 1.1 Sub covenants with C&B to cooperate with Client's other consultants in furthering the interests of Client and C&B. Sub agrees to furnish to C&B all services provided for herein, consistent with the terms of the Prime Agreement and applicable professional standards in such professional manner as will permit C&B to perform all of its obligations to Client as provided in the Prime Agreement,with respect to the services for which Sub is hereby employed. Sub shall endeavor to promote furtherance of the Project in an expeditious and economical manner consistent with the interests of Client and C&B and the requirements of this Agreement and the Prime Agreement. 1.2 Sub agrees to work under the general direction of C&B and, if applicable, work with other consultants of Client. In no event shall C&B's general direction be construed as C&B's assumption of Sub's duties. Sub is solely responsible for the professional quality, technical accuracy and timely completion of its services. 1.3 Sub agrees to undertake reasonable efforts to perform its services,so that each phase of the Project can be substantially completed within the time periods required by the Prime Agreement. Neither Sub nor C&B shall be deemed to be in breach of this Agreement for delays caused by circumstances beyond their reasonable control,provided such circumstances also excuse performance by C&B under the Prime Agreement. In the event of such delays,the affected party must give timely notice to the other party and Client and undertake reasonable efforts to mitigate any delay. 1.4 Sub shall proceed with sufficient qualified personnel necessary to fully complete all services.Sub's personnel assigned to this Agreement shall be subject to C&B's and Client's periodic review and approval. Sub's key personnel shall not be replaced without C&B's prior written consent. C&B retains the right to request replacement, for reasonable cause, of any employee assigned by Sub to the Project. C&B's decisions in this regard shall not be the basis for any claim for additional compensation by Sub or be construed as an assumption of Sub's duties. 1.5 Sub shall complete each phase of its services within the time and budget limits prescribed therefore unless C&B authorizes changes to the scope of work. 2.1 Payment by C&B shall be subject to receipt of detailed invoices and subject to approval of C&B's Project Manager. Acceptance by Sub of final payment shall operate as a release of C&B from all claims against C&B for additional compensation arising from services provided under this Agreement. 2.2 Sub's listed rates shall not increase during its performance of services hereunder unless specifically approved by C&B in writing. 2.3 Sub shall pay all applicable fees,charges and expenses necessary for performance of its services. 2.4 Sub shall submit partial payment invoices no later than the tenth (10th)day of each month, based on actual work accomplished and expenses incurred during the preceding month. The format of the invoices shall be as approved by C&B and shall describe tasks accomplished, including percentage of task completion, list hours expended by person and list expenses with receipts. Upon approval of each invoice, C&B shall submit it to Client along with C&B's regular monthly billing. 2.5 Approval of an invoice by C&B shall not constitute a release of the responsibility and liability of Sub, its officers, agents, employees and subcontractors for the accuracy and competency of their work; nor shall such approval be deemed an assumption of responsibility by C&B for any defect in the work prepared by Sub, its officers,agents,employees and subcontractors. 2.6 C&B's obligation to compensate Sub is a "pay-when-paid" obligation. C&B shall pay Sub ten (10) business days after C&B's receipt of payment from Client. I (a) It may be necessary for performance of this Agreement for a party (the "Disclosing Party") to disclose Confidential Information (as defined below) to the other party (the "Receiving Party"). In such event, and to the extent allowed by the applicable law governing this Agreement, the Receiving Party agrees to (i) maintain in strict confidence all Confidential Information disclosed to it by the Disclosing Party; (ii) limit access to the Confidential Information solely to the Receiving Party's officers, directors, employees and agents who have the need to review the information in connection with the undertakings of this Agreement; (iii) insure that persons with proper access to the Confidential Information will abide by the terms of this Section 3.1;and(iv)use the Confidential Information solely in furtherance of this Agreement. (b) For the purposes of this Section 3.1, "Confidential Information" shall mean (1) any information or material which is proprietary, sensitive or confidential to the Disclosing Party, to any related entity of the Disclosing Party, or to any entity doing business with the Disclosing Party, and (ii) any material designated as"Confidential Information"by the Disclosing Party, of which the Receiving Party may obtain knowledge or access as a result of this Agreement. (c) The Receiving Party shall continue to observe the requirements of this Section 3.1, notwithstanding the termination of this Agreement,for so long as the Confidential Information remains proprietary and sensitive. (d) In the event of a breach of this Section 3.1 by the Receiving Party, the Disclosing Party shall be entitled to injunctive relief in addition to any other remedy, including claims for damages that it might otherwise have. 4.1 All of Sub's documentary work product, reports and correspondence to C&B under this Agreement and the intellectual property rights imbedded therein, including without limitation all copyrights, shall be the property of C&B and, upon completion of this Agreement, such documentary work product shall be promptly delivered to C&B in a reasonably organized form,without restriction on its future use by Client on any additional work associated with the Project. Notwithstanding anything to the contrary herein,the provisions of the Prime Agreement shall govern the ownership of the documentary work product and the intellectual property rights embedded therein. Sub acknowledges that this agreement as to ownership rights is supported by independent and sufficient consideration. 5.1 Sub shall not be considered an employee of C&B or Client, but shall occupy the status of independent contractor as a professional consultant to C&B. Sub shall perform its tasks and duties consistent with such status, and will make no claim or demand for any right or privilege applicable to an agent, servant or employee of C&B or Client, including, but not limited to,worker's compensation,disability benefits,tax withholding,accident or health insurance, unemployment insurance,social security or retirement benefits. 6.1 Without limiting Sub's indemnification of C&B, Sub shall, at all times during the term of this Agreement, and for not less than two (2) years after completion of all work performed hereunder, provide and maintain solely at its own expense,the following types of insurance,written by companies authorized or approved in the state in which the Project is located or meeting surplus lines requirements of the state in which the Project is located and acceptable to C&B, protecting the interests of C&B, with limits of,liability not less than those specified hereafter: (a)Worker's Compensation Insurance as required by law for the state in which the Project is located and in the states in which the Sub is domiciled,insuring against any and all judgments arising out of workers'compensation claims in the amounts required by the statutes of such states, and Employer's Liability Insurance with minimum coverage of $500,000 Each Accident, $500,000 Disease-Policy Limit, and $500,000 Disease-Each Employee. (b) Commercial General Liability("CGL") Insurance, including Personal Injury Liability and Contractual Liability covering, but not limited to, this Agreement, with a combined bodily injury (including death) and property damage minimum limit of $5,000,000 per occurrence, $5,000,000 annual aggregate. Coverage shall be on an "occurrence" basis. These limits may be satisfied by a combination of general and umbrella liability policies. (c)Automobile Liability Insurance including hired and non-owned automobile liability coverage in an amount not less than $1,000,000 combined single limit for any hired, owned or non-owned vehicle used in the performance of work hereunder. These limits may be satisfied by a combination of automobile and umbrella liability policies. (d)Professional Liability Insurance in an amount not less than $1,000,000 per claim and annual aggregate insuring Sub for professional errors or omissions in the performance of work hereunder. 6.2 Each insurance policy shall include the following conditions by endorsement to the policy: (a) CGL and Automobile Liability policies shall be endorsed to name C&B, its officers, employees,and agents as additional insureds with respect to operations performed by or on behalf of Sub in the performance of this Agreement. Each policy shall require that thirty(30)days prior to the 2-;-1 o.o.ni expiration, cancellation, non-renewal or any material change in coverage, a notice therefor shall be given to C&B by U.S.first class mail. Sub shall also notify C&B within three(3)business days after receipt of any notices of expiration,cancellation, non-renewal or material change in coverage it receives from its insurer. Coverage shall be continuous(by renewal or extended reporting period)until completion of all work required by this Agreement,and acceptance by C&B. (b)All policies shall contain a waiver of subrogation against C&B and Client. (c)The insurance shall be evidenced by delivery to C&B of certificates of insurance,executed by the insurer or agent, listing coverage and limits,expiration date and term of policy. C&B will not process payments to Sub until satisfactory evidence of all insurance coverage is received. (d)Companies issuing the insurance policies shall have no recourse against C&B for payment of any premiums or assessments for any deductibles which all are the sole responsibility and risk of Sub. 6.3 Sub shall provide copies of the insurance policies to C&B or Client, upon request. 7.1 SUB AGREES TO DEFEND, INDEMNIFY AND HOLD C&B, ITS OFFICERS, DIRECTORS, EMPLOYEES AND AGENTS HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, JUDGMENTS, COSTS, AND EXPENSES FOR PERSONAL INJURY (INCLUDING DEATH), PROPERTY DAMAGE OR OTHER HARM FOR WHICH RECOVERY OF DAMAGES IS SOUGHT THAT MAY ARISE OUT OF OR BE RELATED TO SUB'S SOLE NEGLIGENT ACT OR OMISSION, ITS OFFICERS,AGENTS, EMPLOYEES OR SUBCONSULTANTS, IN THE PERFORMANCE OF SUB'S DUTIES HEREUNDER; EXCEPT THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF C&B, ITS OFFICERS, EMPLOYEES OR SEPARATE CONSULTANTS AND CONTRACTORS, AND IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH SUB AND C&B, RESPONSIBILITY, IF ANY, SHALL BE APPORTIONED COMPARATIVELY WITHOUT WAIVING ANY DEFENSES OF THE PARTIES. THE PROVISIONS OF THIS PARAGRAPH SHALL SURVIVE THE COMPLETION OR TERMINATION OF THIS AGREEMENT AND ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS, CONTRACTUAL OR OTHERWISE, TO ANY OTHER PERSON OR ENTITY. 8.1 This Agreement may be terminated by C&B, by written notice to Sub, or at such time as the Prime Agreement is terminated. C&B may also terminate this Agreement, upon five (5) days written notice to Sub, for C&B's convenience or upon Sub's failure to substantially perform in accordance with the terms of this Agreement.On the effective date of any such termination,Sub shall cease all work on the Project.Within 30 days after termination, Sub shall submit to C&B all files, calculations, exhibits, and other Project related documents and a final billing for all work performed prior to the effective date of termination. Upon a termination based on Sub's failure to substantially perform in accordance with the terms of this Agreement, (i)C&B may finish,the work required hereunder by whatever reasonable method C&B may deem expedient; (ii)Sub shall not be . `� entitled to receive further payment until the work required hereunder is finished; "' 1.�c and(v)subject to (ii), (iii)and (iv), above, Sub shall be entitled to receive only compensation for all work done prior to the effective date of termination. Sub shall not be paid for loss of anticipated profits or revenues or other economic loss arising out of or resulting from termination, regardless of the cause of termination. 8.2 In no event shall C&B's action of terminating this Agreement,whether for cause or otherwise, be deemed an exclusive election of C&B's remedies, nor shall such termination limit, in any way,at law or at equity, C&B's right to seek damages from or otherwise pursue Sub for any default or breach hereunder or other action. ^1 This Agreement shall be binding on the parties hereto, their successors, assigns and representatives. Sub shall not transfer or assign this Agreement or Sub's interest in or to this Agreement or any part hereof,without having first obtained C&B's and, if necessary, Client's prior written consent. 9.2 This Agreement shall be governed by and construed solely in accordance with the laws of the State of Texas, except with respect to its conflicts of law provision. This Agreement shall be performable in Fort Worth, Texas and exclusive venue for any legal action shall lie in Tarrant County, Fort Worth,Texas. 9.3 Sub covenants and represents that Sub, its officers, employees, agents, and subconsultants will have no substantial financial interest, direct or indirect, in product,materials or equipment that will be specified for the design or construction of the Project. 9.4 Any and all representations and conditions made by Sub under this Agreement shall survive the execution, delivery and termination of this Agreement. 9.5 In the event of default by Sub herein, C&B shall have all rights and remedies afforded to it at law or in equity to recover damages and interpret or enforce the terms hereof. The exercise of any one right or remedy shall be without prejudice to the enforcement of any other right or remedy allowed at law or in equity. 9.6 Each provision and clause required by law or the Prime Agreement to be inserted into this Agreement shall be deemed to be included herein and this Agreement shall be read and enforced as though each were physically included herein. 9.7 The failure on the part of C&B at any time to require the performance by Sub of any portion of this Agreement shall not be deemed a waiver of,or in any way affect, C&B's rights to enforce such provision or any other provisions. Any waiver by C&B of any provision hereof shall not be taken or held to be a waiver of any other provisions hereof or any other breach hereof. 9.8 This Agreement and the Exhibits, if any, referenced herein are incorporated herein for all purposes and, together, constitute the entire Agreement and supersede all prior agreements and understandings between the parties conceming the subject matter hereof. 9.9 The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity, legality or enforceability of any other provision of this Agreement. 9.10 Sub represents to C&B that Sub has full power and authority to execute, deliver and perform this Agreement, and-the execution, delivery, and performance hereof has been duly authorized by its management and governing board and no other action is or was required to be taken to permit the execution, delivery and performance of this Agreement by Sub. 9.11 If allowed by the Prime Agreement and subject to Section 3.1 hereof, Sub shall have the right to include representations of, and information regarding, Sub's work on the Project among Sub's professional materials, provided proper credit is given to C&B,which shall be identified as the "Executive Lead Architect/Engineer", in all materials. 9.12 Any notice required hereunder will be in writing, addressed to the appropriate party at its address on the first page of this Agreement and given personally, or by certified mail, postage prepared,or by a commercial courier service. All notices shall be effective upon the date of receipt. Revised 9-9-05 Attachment "C" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK &WATER MAINS MULTATECK ENGINEERING, INC. SERVICES Carters: Burgess AGREEMENT FOR SUBCONSULTANT SERVICES Consultant: Carter & Burgess, Inc. Address: 777 Main StreetsuYAS�. Fort Worth, Texas 76102 PROJECT: PROJECT NUMBER: 013347.010 Subconsultant: Multatech Engineering, Inc. Contact: Victor A. Weir II, P.E. Address: 1407 Texas St. #200 Fort Worth, TX 76102 Carter & Burgess, Inc. ("C&B" or "Consultant') has entered, or will enter, into an agreement ("Prime Agreement') with ("Client') and desires to employ Multatech Engineering, Inc. ("Sub" or "Subconsultant') to perform certain professional services required of C&B according to the Prime Agreement. SCOPE of SERVICES : Reference: FINAL FEE PROPOSAL for NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK &WATER MAINS October 2005 COMPENSATION to be on a basis of: Reference: $205,000.00 per Attachment"C" of FINAL FEE PROPOSAL for NORTHSIDE 11, 111 & IV PUMP STATION, GROUND STORAGE TANK & WATER MAINS October 2005 THE TERMS & CONDITIONS ATTACHED HERETO ARE A PART OF THIS AGREEMENT. IN WITNESS WHEREOF, C&B and Sub have executed this Agreement for Subconsultant Services ("Agreement'), to be effective as of -<,k,.,.,)oj I I- , 2005. MULT CH ENGWEERING4 INC., a Texas Corporation CARTER INC., a Texas corporation By: e'er 00 By: Name: /C A - {`✓C ale , .1� Name:-�� UAt_ Title: OCE Title: 1iL,N r,a V DEC lle dbg` Terms and Conditions to Agreement for Subconsultant Services 1.1 Sub covenants with C&B to furnish its best skill and judgment and to cooperate with Client's other consultants in furthering the interests of Client and C&B. Sub agrees to furnish to C&B all services provided for herein, consistent with the terms of the Prime Agreement and applicable professional standards in such professional manner as will permit C&B to perform all of its obligations to Client as provided in the Prime Agreement,with respect to the services for which Sub is hereby employed. Sub shall endeavor to promote furtherance of the Project in the most expeditious and economical manner consistent with the interests of Client and C&B and the requirements of this Agreement and the Prime Agreement. 1.2 Sub agrees to work under the general direction of C&B and, if applicable, work with other consultants of Client. In no event shall C&B's general direction be construed as C&B's assumption of Sub's duties. Sub is solely responsible for the professional quality, technical accuracy and timely completion of its services. 1.3 Time is of the essence, and Sub agrees to undertake all necessary efforts to expedite the performance of its services,so that each phase of the Project can be substantially completed within the time periods required by the Prime Agreement. Neither Sub nor C&B shall be deemed to be in breach of this Agreement for delays caused by circumstances beyond their reasonable control, provided such circumstances also excuse performance by C&B under the Prime Agreement. In the event of such delays, the affected party must give timely notice to the other party and Client and undertake reasonable efforts to mitigate any delay. 1.4 Sub shall proceed with sufficient qualified personnel necessary to fully complete all services.Sub's personnel assigned to this Agreement shall be subject to C&B's and Client's periodic review and approval. Sub's key personnel shall not be replaced without C&B's prior written consent. C&B retains the right to request replacement, for reasonable cause, of any employee assigned by Sub to the Project. C&B's decisions in this regard shall not be the basis for any claim for additional compensation by Sub or be construed as an assumption of Sub's duties. 1.5 Sub shall complete each phase of its services within the time and budget limits prescribed therefor. 2.1 Payment by C&B shall be subject to receipt of detailed invoices and subject to approval of C&B's Project Manager. Acceptance by Sub of final payment shall operate as a release of C&B from all claims against C&B for additional compensation arising from services provided under this Agreement. 2.2 Sub's listed rates shall not increase during its performance of services hereunder unless specifically approved by C&B in writing. 2.3 Sub shall pay all applicable fees,charges and expenses necessaryerformance of its services. 2.4 Sub shall submit partial payment invoices no later than the(t�7 day of each month, based on actual work accomplished and expenses incurred during the preceding month. The format of the invoices shall be as approved by C&B and shall describe tasks accomplished, including percentage of task completion, list hours expended by person and list expenses with receipts. Upon approval of each invoice, C&B shall submit it to Client along with C&B's regular monthly billing. 2.5 Approval of an invoice by C&B shall not constitute a release of the responsibility and liability of Sub, its officers, agents, employees and subcontractors for the accuracy and competency of their work; nor shall such approval be deemed an assumption of responsibdulty by C&B for any defect in the work prepared by Sub,its officers,agents,employees and subcontractors. cv__,�O 2.6 C&B's obligation to compensate Sub is a "pay-when-paid"obligation. C&B shall have no obligation to pay Sub until business days after C&B's receipt of payment from Client. 3.1 (a) It may be necessary for performance of this Agreement for a party (the "Disclosing Party") to disclose Confidential Information (as defined below) to the other party (the "Receiving Party"). In such event, and to the extent allowed by the applicable law governing this Agreement, the Receiving Party agrees to(i)maintain in strict confidence all Confidential Information disclosed to it by the Disclosing Party; (ii) limit access to the Confidential Information solely to the Receiving Party's officers, directors, employees and agents who have the need to review the information in connection with the undertakings of this Agreement; (iii) insure that persons with proper access to the Confidential Information will abide by the terms of this Section 3.1;and(iv)use the Confidential Information solely in furtherance of this Agreement. (b) For the purposes of this Section 3.1, "Confidential Information" shall mean (i) any information or material which is proprietary, sensitive or confidential to the Disclosing Party,to any related entity of the Disclosing Party, or to any entity doing business with the Disclosing Party, and (ii) any material designated as"Confidential Information"by the Disclosing Party, of which the Receiving Party may obtain knowledge or access as a result of this Agreement. (c) The Receiving Party shall continue to observe the requirements of this Section 3.1, notwithstanding the termination of this Agreement,for so long as the Confidential Information remains proprietary and sensitive. (d) In the event of a breach of this Section 3.1 by the Receiving Party,the Disclosing Party shall be entitled to injunctive relief in addition to any other remedy,including claims for damages that it might otherwise have. 4.1 All of Sub's documentary work product, reports and correspondence to C&B under this Agreement and the intellectual property rights imbedded therein, including without limitation all copyrights, shall be the property of C&B and, upon completion of this Agreement, such documentary work product shall be promptly delivered to C&B in a reasonably organized form, without restriction on its future use by Client on any additional work associated with the Project. Notwithstanding anything to the contrary herein,the provisions of the Prime Agreement shall govern the ownership of the documentary work product and the intellectual property rights embedded therein. Sub ackno�ges that this agreement as to ownership rights is supported by independent and sufficient consideration. 4.2 Client and C&B shall have access during the time this Agreement is in effect, and for_<17 3)years after the expiration of this Agreement,to all of Sub's records and documents covering reimbursable expenses, actual base hourly rates, time cards and annual salary escalation records, maintained in connection with this Agreement for purposes of auditing same at the sole cost of C&B or Client. Refusal by Sub to comply with this Section 4.2 shall entitle C&B to withhold further payments to Sub until compliance is obtained 5.1 Sub shall not be considered an employee of C&B or Client, but shall occupy the status of independent contractor as a professional consultant to C&B. Sub shall perform its tasks and duties consistent with such status, and will make no claim or demand for any right or privilege applicable to an agent,servant or employee of C&B or Client,including, but not limited to,worker's compensation,disability benefits,tax withholding, accident or health insurance, unemployment insurance,social security or retirement benefits. 6.1 Without limiting Sub's indemnification of C&B, Sub shall, at all times during the term of this Agreement, and for not less than two (2) years after completion of all work performed hereunder,provide and maintain solely at its own expense,the following types of insurance, written by companies authorized or approved in the state in which the Project is located or meeting surplus lines requirements of the state in which the Project is located and acceptable to C&B, protecting the interests of C&B, with limits of liability not less than those specified hereafter: (a)Worker's Compensation Insurance as required by law for the state in which the Project is located and in the states in which the Sub is domiciled, insuring against any and all judgments arising out of workers' compensation claims in the amounts required by the statutes of such states, and Employer's Liability Insurance with minimum coverage of $500,000 Each Accident, $500,000 Disease-Policy Limit, and $500,000 Disease-Each Employee. (b) Commercial General Liability("CGL") Insurance, including Personal Injury Liability and Contractual Liability covering, but not limited to, this Agreement,with a combined bodily injury (including death) and property damage minimum limit of $5,000,000 per occurrence, $5,000,000 annual aggregate. Coverage shall be on an "occurrence" basis. These limits may be satisfied by a combination of general and umbrella liability policies. (c)Automobile Liability Insurance including hired and non-owned automobile liability coverage in an amount not less than $1,000,000 combined single limit for any hired,owned or non-owned vehicle used in the performance of work hereunder. These limits may be satisfied by a combination Revised 9-9-0� of automobile and umbrella liability policies. (d)Professional Liability Insurance in an amount not less than $1,000,000 per claim and annual aggregate insuring Sub for professional errors or omissions in the performance of work hereunder. 6.2 Each insurance policy shall include the following conditions by endorsement to the policy: (a) CGL and Automobile Liability policies shall be endorsed to name C&B, its officers,employees,and agents as additional insureds with respect to operations performed by or on behalf of Sub in the performance of this Agreement. Each policy shall require that thirty(30)days prior to the expiration,cancellation, non-renewal or any material change in coverage, a notice therefor shall be given to C&B by U.S.first class mail. Sub shall also notify C&B within three(3)business days after receipt of any notices of expiration, cancellation, non-renewal or material change in coverage it receives from its insurer. Coverage shall be continuous(by renewal or extended reporting period)until completion of•all'wdrk roquired by this Agreement,and acceptance by C&B. (b)All policies shall contain a waiver of subrogation against C&B and Client. (c)The insurance shall be evidenced by delivery to C&B of certificates of insurance,executed by the insurer or agent,listing coverage and limits,expirati0 date and term of policy. C&B will not process payments to Sub until satisfactory evidence of all insurance coverage is received. (d)Companies issuing the insurance policies shall have no recourse against C&B for payment of any premiums or assessments for any deductibles which all are the sole responsibility and risk of Sub. 6.3 Sub shall provide copies of the insurance policies to C&B or Client, upon request. 7.1 SUB AGREES TO DEFEND, INDEMNIFY AND HOLD C&B, ITS OFFICERS, DIRECTORS, EMPLOYEES AND AGENTS HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, JUDGMENTS, COSTS, AND EXPENSES FOR PERSONAL INJURY (INCLUDING DEATH), PROPERTY DAMAGE OR OTHER HARM FOR WHICH RECOVERY OF DAMAGES IS SOUGHT THAT MAY ARISE OUT OF OR BE RELATED TO SUB'S BREACH OF ANY OF SUB'S OBLIGATIONS HEREUNDER, OR BY ANY OTHER ACT OR OMISSION OF SUB, ITS OFFICERS, AGENTS, EMPLOYEES OR SUBCONSULTANTS, IN THE PERFORMANCE OF SUB'S DUTIES HEREUNDER; EXCEPT THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF C&B, ITS OFFICERS, EMPLOYEES OR SEPARATE CONSULTANTS AND CONTRACTORS, AND IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH SUB AND C&B, RESPONSIBILITY, IF ANY, SHALL BE APPORTIONED COMPARATIVELY WITHOUT WAIVING ANY DEFENSES OF THE PARTIES. THE PROVISIONS OF THIS PARAGRAPH SHALL SURVIVE THE COMPLETION OR TERMINATION OF THIS AGREEMENT AND ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS,CONTRACTUAL OR OTHERWISE,TO ANY OTHER PERSON OR ENTITY. 8.1 This Agreement may be terminated by C&B, by written notice to Sub, or at such time as the Prime Agreement is terminated. C&B may also terminate this Agreement, upon five (5) days written notice to Sub, for C&B's convenience or upon Sub's failure to substantially perform in accordance with the terms of this Agreement.On the effective date of any such termination,Sub shall cease all work on the Project.Within 30 days after termination, Sub shall submit to C&B all files, calculations, exhibits, and other Project related documents and a final billing for all work performed prior to the effective date of termination. Upon a termination based on Sub's failure to substantially perform in accordance with the terms of this Agreement, (i)C&B may finish the work required hereunder by whatever reasonable method C&B may deem expedient; (ii) Sub shall not be entitled to receive further payment until the work required hereunder is finished; (iii) if the unpaid balance due to Sub exceeds C&B's costs of finishing the work required hereunder ("C&B's Completion Cost"), including compensation for necessary design professionals' services and expenses and other damages incurred by C&B,such excess shall be paid to Sub; (iv)if C&B's Completion Costs exceed the unpaid balance due to Sub,Sub shall pay the difference to C&B; and (v)subject to(ii), (iii)and(iv),above,Sub shall be entitled to receive only compensation for all work done prior to the effective date of termination. Sub shall not be paid for loss of anticipated profits or revenues or other economic loss arising out of or resulting from termination, regardless of the cause of termination. 8.2 In no event shall C&B's action of terminating this Agreement,whether for cause or otherwise, be deemed an exclusive election of C&B's remedies, nor shall such termination limit, in any way, at law or at equity,C&B's right to seek damages from or otherwise pursue Sub for any default or breach hereunder or other action. 9.1 This Agreement shall be binding on the parties hereto, their successors, assigns and representatives. Sub shall not transfer or assign this Agreement or Sub's interest in or to this Agreement or any part hereof,without having first obtained C&B's and, if necessary,Client's prior written consent. 9.2 This Agreement shall be governed by and construed solely in accordance with the laws of the State of Texas, except with respect to its conflicts of law provision.This Agreement shall be performable in Fort Worth,Texas and exclusive venue for any legal action shall lie in Tarrant County, Fort Worth,Texas. 9.3 Sub covenants and represents that Sub, its officers, employees, agents, and subconsultants will have no substantial financial interest, direct or indirect, in product,materials or equipment that will be specified for the design or construction of the Project. 9.4 Any and all representations and conditions made by Sub under this Agreement shall survive the execution, delivery and termination of this Agreement. 9.5 In the event of default by Sub herein, C&B shall have all rights and remedies afforded to it at law or in equity to recover damages and interpret or enforce the terms hereof. The exercise of any one right or remedy shall be without prejudice to the enforcement of any other right or remedy allowed at law or in equity. 9.6 Each provision and clause required by law or the Prime Agreement to be inserted into this Agreement shall be deemed to be included herein and this Agreement shall be read and enforced as though each were physically included herein. 9.7 The failure on the part of C&B at any time to require the performance by Sub of any portion of this Agreement shall not be deemed a waiver of,or in any way affect, C&B's rights to enforce such provision or any other provisions. Any waiver by C&B of any provision hereof shall not be taken or held to be a waiver of any other provisions hereof or any other breach hereof. 9.8 This Agreement and the Exhibits, if any, referenced herein are incorporated herein for all purposes and, together, constitute the entire Agreement and supersede all prior agreements and understandings between the parties concerning the subject matter hereof. 9.9 The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity, legality or enforceability of any other provision of this Agreement. 9.10 Sub represents to C&B that Sub has full power and authority to execute, deliver and perform this Agreement, and the execution, delivery, and performance hereof has been duly authorized by its management and governing board and no other action is or was required to be taken to permit the execution,delivery and performance of this Agreement by Sub. 9.11 If allowed by the Prime Agreement and subject to Section 3.1 hereof, Sub shall have the right to include representations of, and information regarding, Sub's work on the Project among Sub's professional materials, provided proper credit is given to C&B, which shall be identified as the "Executive Lead Architect/Engineer", in all materials. 9.12 Any notice required hereunder will be in writing, addressed to the appropriate party at its address on the first page of this Agreement and given personally,or by certified mail,postage prepared,or by a commercial courier service. All notices shall be effective upon the date of receipt. iFF1 JL CRYM.),E 11 ``"i i !d 9- .0. June 13, 2005 Terry L. Foyt, P.E. Senior Project Manager Garter Burgess MULTATECH P.O. Box 901058 ENGINEERING, INC. Fort Worth, TX 76101-2058 Re: Proposed NS II Ground Storage Tank ALFRED SAENZ and NS III & IV Pump Station WILLIAM A.MANNING,P.E. VICTOR A.WEIR,II,P.E. JACK A.OTTESON,P.E. Dear Mr. Foyt: LAURENCE J.MALONEY,P.E. Multatech Engineering, Inc. is pleased to re-submit an updated fee for professional architectural, plumbing, HVAC, electrical & instrumentation design engineering on the above referenced project. Based upon our prior meetings and MEI's understanding of the project scope, the proposed revised fee is as follows: I. Design Services Architectural(10 sheets) $ 70,000 Plumbing/HVAC(3 sheets) $ 22,000 Electrical/Instrumentation(20 sheets) 73,000 Sub-Total Fee: $165,000 II. C/A Services $ 40,000 Grand Total: $205,00 Please note this fee is for complete engineering design services through bidding including site concept layouts of pump station and ground storage tank and one presentation perspective. C/A services covers shop drawing reviews,periodic site visits, and record drawings. Due to the fact that our original fee is almost 2 years old, we have increased the fee to 1407 TEXAS STREET cover past increases of salary expenses and future increase in expenses which will SUITE 200 FORT WORTH,TEXAS occur during the project design, bidding, and construction phases. 78102-3428 MEI will be sub-contracting with the non-MBE firm of Walton & Walton to assist in the construction documents phase. We have allocated $57,000 of the above fee for PHONE(817)877-5571 this. METRO(817)429-7457 FAX(817)8774245 Thank you for selecting us to be on your team. We look forward to working on this project. EMAIL business@multatech.com Sirely, . /,n ctor . Weir, II P.E. �ljA , ; Principal JUN 1 5 2005 CART - �`�a t1)��, �5,],iNNC. 0:/Proposal/2003/03000,24/NS Ill&N Pump-Fee Prop.Foyt-re-submit 6-10-05 WALTON V WALTON A�RQR'T=9-102ZRTD" —TTrrrcrat08.MESION 1407 TEXAS ST.SUITE 104,FORT WORT$,TEX r G 76102 P.O.HOX 1990,FORT WORTS,TEXAS 76101 817-732-1336 817-737.4138 FA3' June 13, 2005 Proposal to Provide Architectural Services Sendera Northside 32 MGD Pump Station City of Fort Worth Water Department Services to Include: • 2 Prelim Designs Schemes, • One B&W Presentation Perspective • Outline Cost Estimate • 10 -11 Architectural Sheets incl. Architectural Site Plan • Applicable Architectural Specifications using MasterSpec • A.D.A. Submittal&Review(Not Including Registration Fee of About$1,500) • Shop Drawing Submittal Review w/Color Selection. • Construction Administration $57,000 plus reimbursements Respectfully Submitted, Randall H. Walton, A.I.A. Attachment "D" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK &WATER MAINS MAS-TEK ENGINEERING, INC. SERVICES CarternBurgess AGREEMENT FOR SUBCONSULTANT SERVICES a: Consultant: Carter& Burgess, Inc. Address: A` � PROJECT: Northside II, III, IV, Improvements PROJECT NUMBER: 01-33` 7 Subconsultant: Mas-Tek Engineering & Associates Contact: Address: 3228 Halifax Street, Suite B Dallas, Texas 75247 Carter & Burgess, Inc. ("C&B" or "Consultant") has entered, or will enter, into an agreement ("Prime Agreement") with ("Client") and desires to employ Mas-Tek Engineering & Associates, Inc. ("Sub" or"Subconsultant") to perform certain professional services required of C&B according to the Prime Agreement. SCOPE of SERVICES : 50 Geotechnical Borings to depths of 15'to 50' at locations staked by Carter & Burgess, laboratory testing and geotechnical report per Mas-Tek Proposal P03-0826E. COMPENSATION to be on a basis of: Lump Sum of $55,650.00 THE TERMS & CONDITIONS ATTACHED HERETO ARE A PART OF THIS AGREEMENT. IN WITNESS WHEREOF, C&B and Sub have executed this Agreement for Subconsultant Services ("Agreement"), to be effective as of November 17, 2005. Mas-Tek Engineering & Associates, Inc., CARTER & BURGESS, INC., a Texas corporation a Texas poration// By: Name: Mark J. Farrow, P.E. Name: < � Title: Principal Title: �-z ,NC Revised 9-9-05 Terms and Conditions to Agreement for Subconsultant Services 1.1 Sub covenants with C&B to furnish its best skill and judgment and to cooperate with Client's other consultants in furthering the interests of Client and C&B. Sub agrees to furnish to C&B all services provided for herein, consistent with the terms of the Prime Agreement and applicable professional standards in such professional manner as will permit C&B to perform all of its obligations to Client as, provided in the Prime Agreement,with respect to the services for which Sub is hereby employed. Sub shall endeavor to promote furtherance of the Project in the most expeditious and economical manner consistent with the interests of Client and C&B and the requirements of this Agreement and the Prime Agreement. 1.2 Sub agrees to work under the general direction of C&B and, if applicable,work with other consultants of Client. In no event shall C&B's general direction be construed as C&B's assumption of Sub's duties. Sub is solely responsible for the professional quality, technical accuracy and timely completion of its services. 1.3 Time is of the essence, and Sub agrees to undertake all necessary efforts to expedite the performance of its services, so that each phase of the Project can be substantially completed within the time periods required by the Prime Agreement. Neither Sub nor C&B shall be deemed to be in breach of this Agreement for delays caused by circumstances beyond their reasonable control, provided such circumstances also excuse performance by C&B under the Prime Agreement. In the event of such delays, the affected party must give timely notice to the other party and Client and undertake reasonable efforts to mitigate any delay. 1.4 Sub shalt proceed with sufficient qualified personnel necessary to fully complete all services. Sub's personnel assigned to this Agreement shall be subject to C&B's and Client's periodic review and approval. Sub's key personnel shall not be replaced without C&B's prior written consent. C&B retains the right to request replacement, for reasonable cause, of any employee assigned by Sub to the Project. C&B's decisions in this regard shall not be the basis for any claim for additional compensation by Sub or be construed as an assumption of Sub's duties. 1.5 Sub shall complete each phase of its services within the time and budget limits prescribed therefor. 2.1 Payment by C&B shall be subject to receipt of detailed invoices and subject to approval of C&B's Project Manager. Acceptance by Sub of final payment shall operate as a release of C&B from all claims against C&B for additional compensation arising from services provided under this Agreement. 2.2 Sub's listed rates shall not increase during its performance of services hereunder unless specifically approved by C&B in writing. 2.3 Sub shall pay all applicable fees,charges and expenses necessary for performance of its services. 2.4 Sub shall submit partial payment invoices no later than the (5th) day of each month, based on actual work accomplished and expenses incurred during the preceding month. The format of the invoices shall be as approved by C&B and shall describe tasks accomplished, including percentage of task completion, list hours expended by person and list expenses with receipts. Upon approval of each invoice, C&B shall submit it to Client along with C&B's regular monthly billing. 2.5 Approval of an invoice by C&B shall not constitute a release of the responsibility and liability of Sub, its officers, agents, employees and subcontractors for the accuracy and competency of their work; nor shall such approval be deemed an assumption of responsibility by C&B for any defect in the work prepared by Sub, its officers,agents,employees and subcontractors. 2.6 C&B's obligation to compensate Sub is a"pay-when-paid"obligation. C&B shall have no obligation to pay Sub until_ten_(10)business days after C&B's receipt of payment from Client. 3.1 (a) It may be necessary for performance of this Agreement for a party (the "Disclosing Party") to disclose Confidential Information (as defined below) to the other party (the "Receiving Party"). In such event, and to the extent allowed by the applicable law governing this Agreement, the Receiving Party agrees to(i) maintain in strict confidence all Confidential Information disclosed to it by the Disclosing Party; (ii) limit access to the Confidential Information solely to the Receiving Party's officers, directors, employees and agents who have the need to review the information in connection with the undertakings of this Agreement; (iii) insure that persons with proper access to the Confidential Information will abide by the terms of this Section 3.1;and(iv)use the Confidential Information solely in furtherance of this Agreement. (b) For the purposes of this Section 3.1, "Confidential Information" shall mean (i) any information or material which is proprietary, sensitive or confidential to the Disclosing Party, to any related entity of the Disclosing Party, or to any entity doing business with the Disclosing Party, and (ii) any material designated as"Confidential Information" by the Disclosing Party, of which the Receiving Party may obtain knowledge or access as a result of this Agreement. (c) The Receiving Party shall continue to observe the requirements of this Section 3.1, notwithstanding the termination of this Agreement,for so long as the Confidential Information remains proprietary and sensitive. (d) In the event of a breach of this Section 3.1 by the Receiving Party, the Disclosing Party shall be entitled to injunctive relief in addition to any other remedy, including claims for damages that it might otherwise have. 4.1 All of Sub's documentary work product, reports and correspondence to C&B under this Agreement and the intellectual property rights imbedded therein, including without limitation all copyrights, shall be the property of C&B and, upon completion of this Agreement, such documentary work product shall be promptly delivered to C&B in a reasonably organized form, without restriction on its future use by Client on any additional work associated with the Project. Notwithstanding anything to the contrary herein,the provisions of the Prime Agreement shall govern the ownership of the documentary work product and the intellectual property rights embedded therein. Sub acknowledges that this agreement as to ownership rights is supported by independent and sufficient consideration. 4.2 Client and C&B shall have access during the time this Agreement is in effect, and for five (5)years after the expiration of this Agreement,to all of Sub's records and documents covering reimbursable expenses, actual base hourly rates, time cards and annual salary escalation records, maintained in connection with this Agreement for purposes of auditing same at the sole cost of C&B or Client. Refusal by Sub to comply with this Section 4.2 shall entitle C&B to withhold further payments to Sub until compliance is obtained 5.1 Sub shall not be considered an employee of C&B or Client, but shall occupy the status of independent contractor as a professional consultant to C&B. Sub shall perform its tasks and duties consistent with such status, and will make no claim or demand for any right or privilege applicable to an agent,servant or employee of C&B or Client, including, but not limited to,worker's compensation,disability benefits,tax withholding, accident or health insurance,unemployment insurance,social security or retirement benefits. 6.1 Without limiting Sub's indemnification of C&B, Sub shall, at all times during the term of this Agreement, and for not less than two (2) years after completion of all work performed hereunder, provide and maintain solely at its own expense,the following types of insurance,written by companies authorized or approved in the state in which the Project is located or meeting surplus lines requirements of the state in which the Project is located and acceptable to C&B, protecting the interests of C&B, with limits of liability not less than those specified hereafter: (a)Worker's Compensation Insurance as required by law for the state in which the Project is located and in the states in which the Sub is domiciled,insuring against any and all judgments arising out of workers'compensation claims in the amounts required by the statutes of such states, and Employer's Liability Insurance with minimum coverage of $500,000 Each Accident, $500,000 Disease-Policy Limit, and $500,000 Disease-Each Employee. (b) Commercial General Liability ("CGL") Insurance, including Personal Injury Liability and Contractual Liability covering, but not limited to, this Agreement, with a combined bodily injury (including death) and property damage minimum limit of $5,000,000 per occurrence, $5,000,000 annual aggregate. Coverage shall be on an "occurrence" basis. These limits may be satisfied by a combination of general and umbrella liability policies. (c)Automobile Liability Insurance including hired and non-owned automobile liability coverage in an amount not less than $1,000,000 combined single limit for any hired, owned or non-owned vehicle used in the performance of work hereunder. These limits may be satisfied by a combination Revised 9-9-05 of automobile and umbrella liability policies. (d)Professional Liability Insurance in an amount not less than $1,000,000 per claim and annual aggregate insuring Sub for professional errors or omissions in the performance of work hereunder. 6.2 Each insurance policy shall include the following conditions by endorsement to the policy: (a) CGL and Automobile Liability policies shall be endorsed to name C&B,its officers,employees,and agents as additional insureds with respect to operations performed by or on behalf of Sub in the performance of this Agreement. Each policy shall require that thirty(30)days prior to the expiration,cancellation,non-renewal or any material change in coverage,a notice therefor shall be given to C&B by U.S.first class mail. Sub shall also notify C&B within three(3)business days after receipt of any notices of expiration,cancellation, non-renewal or material change in coverage it receives from its insurer. Coverage shall be continuous(by renewal or extended reporting period) until completion of all work required by this Agreement,and acceptance by C&B. (b)All policies shall contain a waiver of subrogation against C&B and Client. (c)The insurance shall be evidenced by delivery to C&B of certificates of insurance,executed by the insurer or agent,listing coverage and limits,expiration date and term of policy. C&B will not process payments to Sub until satisfactory evidence of all insurance coverage is received. (d)Companies issuing the insurance policies shall have no recourse against C&B for payment of any premiums or assessments for any deductibles which all are the sole responsibility and risk of Sub. 6.3 Sub shall provide copies of the insurance policies to C&B or Client, upon request. 7.1 SUB AGREES TO DEFEND, INDEMNIFY AND HOLD C&B, ITS OFFICERS, DIRECTORS, EMPLOYEES AND AGENTS HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, JUDGMENTS, COSTS, AND EXPENSES FOR PERSONAL INJURY (INCLUDING DEATH), PROPERTY DAMAGE OR OTHER HARM FOR WHICH RECOVERY OF DAMAGES IS SOUGHT THAT MAY ARISE OUT OF OR BE RELATED TO SUB'S BREACH OF ANY OF SUB'S OBLIGATIONS HEREUNDER, OR BY ANY OTHER ACT OR OMISSION OF SUB, ITS OFFICERS, AGENTS, EMPLOYEES OR SUBCONSULTANTS, IN THE PERFORMANCE OF SUB'S DUTIES HEREUNDER; EXCEPT THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF C&B, ITS OFFICERS, EMPLOYEES OR SEPARATE CONSULTANTS AND CONTRACTORS, AND IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH SUB AND C&B, RESPONSIBILITY, IF ANY, SHALL BE APPORTIONED COMPARATIVELY WITHOUT WAIVING ANY DEFENSES OF THE PARTIES. THE PROVISIONS OF THIS PARAGRAPH SHALL SURVIVE THE COMPLETION OR TERMINATION OF THIS AGREEMENT AND ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS,CONTRACTUAL OR OTHERWISE,TO ANY OTHER PERSON OR ENTITY. 8.1 This Agreement may be terminated by C&B, by written notice to Sub, or at such time as the Prime Agreement is terminated. C&B may also terminate this Agreement, upon five (5) days written notice to Sub, for C&B's convenience or upon Sub's failure to substantially perform in accordance with the terms of this Agreement.On the effective date of any such termination,Sub shall cease all work on the Project.Within 30 days after termination, Sub shall submit to C&B all files, calculations, exhibits, and other Project related documents and a final billing for all work performed prior to the effective date of termination. Upon a termination based on Sub's failure to substantially perform in accordance with the terms of this Agreement, (i)C&B may finish the work required hereunder by whatever reasonable method C&B may deem expedient; (ii)Sub shall not be entitled to receive further payment until the work required hereunder is finished; (iii) if the unpaid balance due to Sub exceeds C&B's costs of finishing the work required hereunder ("C&B's Completion Cost"), including compensation for necessary design professionals' services and expenses and other damages incurred by C&B,such excess shall be paid to Sub; (iv)if C&B's Completion Costs exceed the unpaid balance due to Sub, Sub shall pay the difference to C&B;and(v)subject to(ii), (iii)and (iv), above, Sub shall be entitled to receive only compensation for all work done prior to the effective date of termination. Sub shall not be paid for loss of anticipated profits or revenues or other economic loss arising out of or resulting from termination,regardless of the cause of termination. 8.2 In no event shall C&B's action of terminating this Agreement,whether for cause or otherwise, be deemed an exclusive election of C&B's remedies, nor shall such termination limit,in any way,at law or at equity, C&B's right to seek damages from or otherwise pursue Sub for any default or breach hereunder or other action. 9.1 This Agreement shall be binding on the parties hereto, their successors, assigns and representatives. Sub shall not transfer or assign this Agreement or Sub's interest in or to this Agreement or any part hereof,without having first obtained C&B's and, if necessary, Client's prior written consent. 9.2 .This Agreement shall be governed by and construed solely in accordance with the laws of the State of Texas,except with respect to its conflicts of law provision.This Agreement shall be performable in Fort Worth,Texas and exclusive venue for any legal action shall lie in Tarrant County, Fort Worth,Texas. 9.3 Sub covenants and represents that Sub, its officers, employees, agents, and subconsultants will have no substantial financial interest, direct or indirect,in product,materials or equipment that will be specified for the design or construction of the Project. 9.4 Any and all representations and conditions made by Sub under this Agreement shall survive the execution, delivery and termination of this Agreement. 9.5 In the event of default by Sub herein,C&B shall have all rights and remedies afforded to it at law or in equity to recover damages and interpret or enforce the terms hereof. The exercise of any one right or remedy shall be without prejudice to the enforcement of any other right or remedy allowed at law or in equity. 9.6 Each provision and clause required by law or the Prime Agreement to be inserted into this Agreement shall be deemed to be included herein and this Agreement shall be read and enforced as though each were physically included herein. 9.7 The failure on the part of C&B at any time to require the performance by Sub of any portion of this Agreement shall not be deemed a waiver of, or in any way affect, C&B's rights to enforce such provision or any other provisions. Any waiver by C%B of any provision hereof shall not be taken or held to be a waiver of any other provisions hereof or any other breach hereof. 9.8 This Agreement and the Exhibits, if any, referenced herein are incorporated herein for all purposes and, together, constitute the entire Agreement and supersede all prior agreements and understandings between the parties concerning the subject matter hereof. 9.9 The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity, legality or enforceability of any other provision of this Agreement. 9.10 Sub represents to C&B that Sub has full power and authority to execute,deliver and perform this Agreement, and the execution, delivery, and performance hereof has been duly authorized by its management and governing board and no other action is or was required to be taken to permit the execution,delivery and performance of this Agreement by Sub. 9.11 If allowed by the Prime Agreement and subject to Section 3.1 hereof, Sub shall have the right to include representations of, and information regarding, Sub's work on the Project among Sub's professional materials, provided proper credit is given to C&B, which shall be identified as the "Executive Lead Architect/Engineer", in all materials. 9.12 Any notice required hereunder will be in writing, addressed to the appropriate party at its address on the first page of this Agreement and given personally,or by certified mail, postage prepared, or by a commercial courier service. All notices shall be effective upon the date of receipt. vR��IJ f4� Revised 9-9-05 August 28, 2003 Mr. Terry Foyt, P.E. Phn: (817) 735-6202 Senior Project Manager Fax: (817) 735-6148 Carter & Burgess, Inc. 777 Main Street Fort Worth, Texas 76102 Re: Subsurface Exploration Borings and Geotechnical Investigation Proposal Sendera Northside Transmission Main Fort Worth, Texas Mas-Tek Proposal No. P03-0826E Dear Mr. Foyt: Mas-Tek Engineering and Associates is pleased to submit this proposal to perform subsurface exploration borings and provide a geotechnical report for the above referenced project. PROJECT INFORMATION This project is for the construction of the Sendera Northside 32 MGD Pump Station constructed at grade, a 5,000,000 gallon Ground Storage Tank and associated 42-inch Water Transmission Main. The project will be located northwest of the City of Haslet in the City of Fort Worth. The pump station and ground storage tank will be located at the northwest corner of the Sendera Ranch Development. The storage tank will be approximately 40 feet tall and 150 feet in diameter. The water transmission main will run from the proposed ground storage tank traveling east, turning and traveling south and connecting to an existing 36-inch main in the north side of the City of Haslet. The total length of the transmission main will be about 31,000 lineal feet. DRILLING AND SAMPLING A total of fifty (50) borings are proposed for this investigation as outlined below. It is anticipated that most borings will be drilled through existing roadways. Pump Station: 5 Borings to 30' Ground Storage Tank: 5 Borings to 50' Tunnel Sections: 12 Borings to 30' Aerial Creek Crossings: 3 Borings to 30' Transmission Main: 25 Borings to 15' Carter & Burgess, Inc. Sendera Northside Transmission Main Fort Worth, Texas Mas-Tek Proposal No. P03-0826E September 15, 2005 Page 2 All borings are to be staked by client in areas accessible to truck mounted equipment and at locations that will not require traffic control or flagmen. Ground elevations at each boring location will be provided by client. Mas-Tek will sample non-cohesive overburden with a split-spoon sampler. Standard penetration tests will be made to ascertain relative density of material by measuring the blow count and recording per ASTM Standards. In cohesive overburden materials, Mas-Tek will take undisturbed samples using a Shelby tube sampler. Samples will be preserved for laboratory testing. Rock will be cored with a double-tube NX core barrel at the tunnel locations. All soil and rock core samples will be placed in standard cardboard core boxes.. Borings will be logged in the laboratory under the supervision of a Senior Geotechnical Engineer. The recovery and rock RQD for each core run performed will be measured and reported on the boring logs. GROUNDWATER The depth where groundwater is first encountered will be reported on the boring logs. All borings will be backfilled with cuttings and patched with concrete after completion. CARE AND HANDLING OF SAMPLES Soil Samples. Disturbed soil samples will be sealed in plastic bags to prevent loss of moisture. Undisturbed cohesive soil samples will be sealed to prevent loss of moisture and shrinkage. Cohesive soils will be extruded from the sample tube immediately after the sample is obtained and placed in plastic sample bags. Soil samples will then be placed in standard cardboard core boxes. Rock Core Samples. Rock samples selected for laboratory testing will be specially handled and designated as "Special Core". Selected samples of rock core for laboratory testing will be one to two feet in length of unbroken sample, if possible. Depths of greatest interest will be specified for each boring to guide the geologist or engineer logging the rock in selection of appropriate samples for laboratory testing. In addition, samples containing apparent Bentonite seams or evidence of fracture filling material, or samples exhibiting more argillaceous facies, will also be selected for handling as "Special Core" to insure preservation of these more fragile characteristics which can be important for design. The "Special Core" samples will be placed in plastic bags to prevent moisture loss. All other cores of testable length will also be placed in Carter & Burgess, Inc. Sendera Northside Transmission Main Fort Worth, Texas Mas-Tek Proposal No. P03-0826E September 1.5, 2005 Page 3 plastic sample bags. All core will be stored in an environmentally controlled (heated/air-conditioned) warehouse until the final geotechnical report is completed. The core will be disposed of 30 days after the final report is completed. If the City of Fort Worth desires, the core can be delivered to their facility at an additional charge as indicated on attachment. Mas-Tek should be notified after the final report is completed. LABORATORY TESTING Prior to beginning the laboratory testing program, all soil and rock core will be carefully examined by the undersigned Senior Geotechnical Consultant. Selected samples will be properly preserved and delivered to our testing laboratory for classification and strength testing. For estimating purposes, we have assumed the following type of tests will be performed: • Atterberg Limits Tests • Moisture Content Tests • Unit Weight Determinations • Unconfined Compression Tests Also, pocket penetrometer readings will be performed on all clay and shale samples. The results of all pocket penetrometer readings will be reported on the boring logs along with field Standard Penetration Test results. SAMPLE LOCATIONS AND TEST PROCEDURES Samples to be preserved and sent to the laboratory will be selected. Generally, in a micro- tunnel section of the project, samples for unconfined testing will be taken at representative locations 10 feet above the crown and at the crown GEOTECHNICAL REPORT Mas-Tek will furnish the engineer five (5) copies of a Geotechnical Report detailing the investigation, subsurface conditions, boring logs with rock RQD and results of laboratory testing. Recommendations will be provided for design and construction of proposed improvements detailed in this proposal. Carter & Burgess, Inc. Sendera Northside Transmission Main Fort Worth, Texas Mas-Tek Proposal No. P03-0826E September 15, 2005 Page 4 UTILITY CLEARANCE AND RIGHTS-OF-ENTRY The Owner or Client will provide right-of-entry for drilling during normal working hours. Any dozer assistance required to access boring locations with conventional truck mounted equipment must also be provided by Client. Mas-Tek will be responsible for utility clearance coordination. TERMS AND CONDITIONS We have assumed that we will be provided with right-of-entry to the property and that the boring locations will be accessible to conventional truck mounted drilling equipment during normal working hours. It is assumed that all borings will be drilled at locations that will not require traffic control or flagmen. Any existing underground utilities will be located by Mas-Tek prior to drilling activities. Invoices for work performed will be submitted the middle of each month and are payable within 30 days. CLOSURE We look forward to working with you on this project. Should you have any questions, please contact the undersigned at your convenience. If acceptable, please sign below as our authorization to proceed. Sincerely, MAS-TEK ENGINEERING & ASSOCIATES, INC. Mark J. Farrow, P.E. Principal Approved by: Date: Signature Title PRELIMINARY INVESTIGATION PROJECT BUDGET SUMMARY - £ ";_La� timated- nit'Cost-: Cost'. y FIELD INVESTIGATION Permits, Clearing, Bonds, Special Insurance & Dozer Cost+ 10% Work Pavement Penetrations/Patching 40 ea $60.00 $2,400.00 Traffic Control 0 ea $0.00 $0.00 30 hr. $88.00 $2,640.00 Site Reconnaissance, Field & Laboratory Coordination, 40 hr. $45.00 $1,800.00 Utility Clearance by Geotechnical Consultants/Aide 8 hr. $120.00 $960.00 Field Trips, ea. 10 $30.00 $300.00 Rig Mobilization & Support Vehicles per day 10 $250.00 $2,500.00 Soil Drilling & Sampling 925 $10.00 $9,250.00 Continuous Rock Coring 300 $20.00 $6,000.00 Logging, Sample Handling, Waxing by Geologist/day 0 $700.00 $0.00 2" Groundwater Monitor Well, feet 0 $20.00 $0.00 Additional Well Installation, Labor, and Purging, hour 0 $150.00 $0.00 Cardboard Core Boxes, ea. 0 $10.00 $0.00 Well Covers, Well Materials Lump Sum $0.00 $0.00 Grouting Boreholes per TNRCC, foot 0 $10.00 $0.00 Penetration Tests, ea. 195 $20.00 $3,900.00 ESTIMATED FIELD SUBTOTAL $29,750.00 LABORATORY TESTS Atterberg Limits Tests, ea. 50 $45.00 $2,250.00 Moisture Content, ea. 200 $5.00 $1,000.00 Unconfined Compressive Strength Tests, ea. 45 $40.00 $1,800.00 Swell Tests (Pressure-Swell), ea. 12 $220.00 $2,640.00 Hand Penetrometer(Strength-Swell Profiling), ea. 250 $2.00 $500.00 Splitting Tensile, ea. 0 $80.00 $0.00 Grain Size 10 $55.00 $550.00 Unit Weight, ea. 60 $17.00 $1,020.00 Consolidation, ea. 3 $350.00 $1,050.00 -200 Sieve 10 $30.00 $300.00 Jar Slake 0 $100.00 $0.00 Direct Shear 0 650.00 $0.00 ESTIMATED LABORATORY SUBTOTAL $11,110.00 PROJECT BUDGET SUMMARY ry > vig- z Estimated Es# mated F Est/i+matedi � k r=COSI ary' tUhits SOIL/CORE EXAMINATION, SAMPLE REWRAPPING, MONITORING WATER LEVELS Project Manager, Senior Geotechnical Consultant, hr. 40 $120.00 $4,800.00 Project Engineer, hr. 60 $88.00 $5,280.00 Engineering Aide, hr. 20 $45.00 $900.00 AutoCAD Technician, hr. 40 $50.00 $2,000.00 Trip Charge . 0 $30.00 $0.00 Well purging, sampling,testing,water quality 0 1,100.00 $0.00 Clerical, hr. 20 $45.00 $900.00 Meetings, Design Coordination w/Consultant Team hr. 8 $120.00 $960.00 Reimbursables, Bailers, Core Spacers, Transport, etc. Lump Sum $250.00 $250.00 ESTIMATED ENGINEERING SUBTOTAL $14,790.00 STORAGE OF CORE, PRE-BID PRESENTATION ON-SITE, PRE-CONSTRUCTION PRESENTATION ON-SITE Environmental Controlled Core Storage (month) 0 $150.00 $0.00 Core Transport to Site Pre-Bid and Pre-Construction tris 0 $500.00 $0.00 Core Pre-Bid Presentation/Pre-Construction Meetings ea. 0 $750.00 $0.00 ESTIMATED STORAGE/PRESENTATION SUBTOTAL $0.00 X & 114 r z,,...n....iL WON 0141 ,� "k'�;a *� �ESTIMAD TOTAL $55650 011e ,:r hk n.73+f G aTE atFs #a.tiajra - ^ RIM i .:s .�.,� , as M_ u ?x"'w *Does not include any clearing, dozer work, permits or bonds required for access by truck mounted drilling equipment. Does not include re-drilling for borings if requested by Client or Owners Consultant if low core recovery occurs due to inclusions within formation or blockage within core barrel caused by jointing orientation, bentonite/clay seams or any other reason. Proposal estimate does not include any other special handling cost that is not identified and/or included. Additional Charges Grouting boreholes $10.00/ft. Delivery of Core to COFW Time and Materials Indicated above. Attachment "E" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK &WATER MAINS ELK ENGINEERING, INC, SERVICES CarternBurgess AGREEMENT FOR SUBCONSULTANT SERVICES Consultant: Carter & Burgess, Inc. , Address: R PROJECT: PROJECT NUM!35,,I33'19N ANA B Subconsultant: ELK Engineering Associates, Inc. Contact: Craig K. Bender Address: 8950 Forum Way crai-qba-elkeng.com Fort Worth, TX 76140 Carter & Burgess, Inc. ("C&B" or "Consultant') has entered, or will enter, into an agreement ("Prime Agreement") with •_Mlient') and desires to employ Elk Engvroft,`!25 ("Sub" or "Subconsultant') to perform certain professional services required of C&B according to the Prime Agreement. SCOPE OF SERVICES See Attached THE TERMS & CONDITIONS ATTACHED HERETO ARE A PART OF THIS AGREEMENT. IN WITNESS WHEREOF, C&B and Sub have executed this Agreement for Subconsultant Services ("Agreement'), to be effective as of I 1 e , 200-5. [NAM F SUBCONS TANT], CARTER & BURGESS, INC.,a Texas corporation a [St t and Type of nt y] By: ZN`� 7 By: Name: Craig K. Bender. Name: �vv-:j C- tgco- ,9•E - Title: Proiect Manager Title: N. a. U Revised 9-9-05 Terms and Conditions to Agreement for Subconsultant Services 1.1 Sub covenants with C&B to furnish its best skill and judgment and to cooperate with Client's other consultants in furthering the interests of Client and C&B. Sub agrees to furnish to C&B all services provided for herein, consistent with the terms of the Prime Agreement and applicable professional standards in such professional manner as will permit C&B to perform all of its obligations to Client as provided in the Prime Agreement,with respect to the services for which Sub is hereby employed. Sub shall endeavor to promote furtherance of the Project in the most expeditious and economical manner consistent with the interests of Client and C&B and the requirements of this Agreement and the Prime Agreement. 1.2 Sub agrees to work under the general direction of C&B and, if applicable, work with other consultants of Client. In no event shall C&B's general direction be construed as C&B's assumption of Sub's duties. Sub is solely responsible for the professional quality,technical accuracy and timely completion of its services. 1.3 Time is of the essence, and Sub agrees to undertake all necessary efforts to expedite the performance of its services, so that each phase of the Project can be substantially completed within the time periods required by the Prime Agreement. Neither Sub nor C&B shall be deemed to be in breach of this Agreement for delays caused by circumstances beyond their reasonable control, provided such circumstances also excuse performance by C&B under the Prime Agreement. In the event of such delays,the affected party must give timely notice to the other party and Client and undertake reasonable efforts to mitigate any delay. 1.4 Sub shall proceed with sufficient qualified personnel necessary to fully complete all services.Sub's personnel assigned to this Agreement shall be subject to C&B's and Client's periodic review and approval. Sub's key personnel shall not be replaced without C&B's prior written consent. C&B retains the right to request replacement, for reasonable cause, of any employee assigned by Sub to the Project. C&B's decisions in this regard shall not be the basis for any claim for additional compensation by Sub or be construed as an assumption of Sub's duties. 1.5 Sub shall complete each phase of its services within the time and budget limits prescribed therefor. 2.1 Payment by C&B shall be subject to receipt of detailed invoices and subject to approval of C&B's Project Manager. Acceptance by Sub of final payment shall operate as a release of C&B from all claims against C&B for additional compensation arising from services provided under this Agreement. L oe*> fZ-IZ-oS 2.2 Sub's listed rates shall not increase during its performance of services unless specifically approved by C&B in writing. 2.3 Sub shall pay all applicable fees,charges and expenses necessarygo performance of its services. 2.4 Sub shall submit partial payment invoices no later than the(1n)day of each month,based on actual work accomplished and expenses incurred during the preceding month. The format of the invoices shall be as approved by C&B and shall describe tasks accomplished,including percentage of task completion, list hours expended by person and list expenses with receipts. Upon approval of each invoice, C&B shall submit it to Client along with C&B's regular monthly billing. 2.5 Approval of an invoice by C&B shall not constitute a release of the responsibility and liability of Sub, its officers, agents, employees and subcontractors for the accuracy and competency of their work;nor shall such approval be deemed an assumption of resp bili by C&B for any defect in the work prepared by Sub,its officers,agents,employees and subcontractors. � dS5- IY-tz-LfS 2.6 C&B's obligation to compensate Sub is a "pay-when-paid"obligation. C&B shall have no obligation to pay Sub until-teA LC business days after C&B's receipt of payment from Client. 3.1 (a) It may be necessary for performance of this Agreement for a party (the "Disclosing Party") to disclose Confidential Information(as defined below) to the other party (the "Receiving Party"). In such event, and to the extent allowed by the applicable law governing this Agreement, the Receiving Party agrees to(i)maintain in strict confidence all Confidential Information disclosed to it by the Disclosing Party; (ii)limit access to the Confidential Information solely to the Receiving Party's officers, directors, employees and agents who have the need to review the information in connection with the undertakings of this Agreement; (iii) insure that persons with proper access to the Confidential Information will abide by the terms of this Section 3.1;and(iv)use the Confidential Information solely in furtherance of this Agreement. (b) For the purposes of this Section 3.1, "Confidential Information" shall mean (i) any information or material which is proprietary,sensitive or confidential to the Disclosing Party, to any related entity of the Disclosing Party, or to any entity doing business with the Disclosing Party, and(ii) any material designated as"Confidential Information"by the Disclosing Party, of which the Receiving Party may obtain knowledge or access as a result of this Agreement. (c) The Receiving Party shall continue to observe the requirements of this Section 3.1, notwithstanding the termination of this Agreement,for so long as the Confidential Information remains proprietary and sensitive. (d) In the event of a breach of this Section 3.1 by the Receiving Party, the Disclosing Party shall be entitled to injunctive relief in addition to any other remedy,including claims for damages that it might otherwise have. 4.1 All of Sub's documentary work product, reports and correspondence to C&B under this Agreement and the intellectual property rights imbedded therein, including without limitation all copyrights, shall be the property of C&B and, upon completion of this Agreement,such documentary work product shall be promptly delivered to C&B in a reasonably organized form, without restriction on its future use by Client on any additional work associated with the Project. Notwithstanding anything to the contrary herein,the provisions of the Prime Agreement shall govern the ownership of the documentary work product and the intellectual property rights embedded therein.,Sub ackno�wlleoes that this a�eement as to ownership rights is supported by independent and sufficient consideration. �9 �V.0-`V,> vZ-1?-o> 4.2 Client and C&B shall have access during the time this Agreement is in effect,and for L- q.J 3)years after the expiration of this Agreement,to all of Sub's records and documents covering reimbursable expenses, actual base hourly rates, time cards and annual salary escalation records, maintained in connection with this Agreement for purposes of auditing same at the sole cost of C&B or Client. Refusal by Sub to comply with this Section 4.2 shall entitle C&B to withhold further payments to Sub until compliance is obtained 5.1 Sub shall not be considered an employee of C&B or Client, but shall occupy the status of independent contractor as a professional consultant to C&B. Sub shall perform its tasks and duties consistent with such status,and will make no claim or demand for any right or privilege applicable to an agent,servant or employee of C&B or Client,including,but not limited to,worker's compensation,disability benefits,tax withholding,accident or health insurance,unemployment insurance,social security or retirement benefits. 6.1 Without limiting Sub's indemnification of C&B, Sub shall, at all times during the term of this Agreement, and for not less than two (2)years after completion of all work performed hereunder,provide and maintain solely at its own expense,the following types of insurance,written by companies authorized or approved in the state in which the Project is located or meeting surplus lines requirements of the state in which the Project is located and acceptable to C&B, protecting the interests of C&B, with limits of liability not less than those specified hereafter: (a)Worker's Compensation Insurance as required by law for the state in which the Project is located and in the states in which the Sub is domiciled,insuring against any and all judgments arising out of workers'compensation claims in the amounts required by the statutes of such states, and Employer's Liability Insurance with minimum coverage of $500,000 Each Accident, $500,000 Disease-Policy Limit, and $500,000 Disease-Each Employee. (b) Commercial General Liability("CGL") Insurance, including Personal Injury Liability and Contractual Liability covering, but not limited to, this Agreement, with a combined bodily injury (including death) and property damage minimum limit of $5,000,000 per occurrence, $5,000,000 annual aggregate. Coverage shall be on an "occurrence" basis. These limits may be satisfied by a combination of general and umbrella liability policies. (c)Automobile Liability Insurance including hired and non-owned automobile liability coverage in an amount not less than $1,000,000 combined single limit for any hired,owned or non-owned vehicle used in the performance of work hereunder. These limits may be satisfied by a combination Revised 9-9-05 of automobile and umbrella liability policies. (d)Professional Liability Insurance in an amount not less than $1,000,000 per claim and annual aggregate insuring Sub for professional errors or omissions in the performance of work hereunder. 6.2 Each insurance policy shall include the following conditions by endorsement to the policy: (a) CGL and Automobile Liability policies shall be endorsed to name C&B,its officers,employees,and agents as additional insureds with respect to operations performed by or on behalf of Sub in the performance of this Agreement. Each policy shall require that thirty(30)days prior to the expiration,cancellation,non-renewal or any material change in coverage,a notice therefor shall be given to C&B by U.S.first class mail. Sub shall " also notify C&B within three(3)business days after receipt of any notices of expiration,cancellation,non-renewal or material change in coverage it receives from its insurer. Coverage shall be continuous(by renewal or extended reporting period)until completion of all work required by this Agreement,and acceptance by C&B. (b)All policies shall contain a waiver of subrogation against C&B and Client. (c)The insurance shall be evidenced by delivery to C&B of certificates of insurance,executed by the insurer or agent,listing coverage and limits,expiration date and term of policy. C&B will not process payments to Sub until satisfactory evidence of all insurance coverage is received. (d)Companies issuing the insurance policies shall have no recourse against C&B for payment of any premiums or assessments for any deductibles which all are the sole responsibility and risk of Sub. 6.3 Sub shall provide copies of the insurance policies to C&B or Client,upon request. 7.1 SUB AGREES TO DEFEND, INDEMNIFY AND HOLD C&B, ITS OFFICERS, DIRECTORS, EMPLOYEES AND AGENTS HARMLESS AGAINST ANY AND ALL CLAIMS, LAWSUITS, JUDGMENTS, COSTS, AND EXPENSES FOR PERSONAL INJURY (INCLUDING DEATH), PROPERTY DAMAGE OR OTHER HARM FOR WHICH RECOVERY OF DAMAGES IS SOUGHT THAT MAY ARISE OUT OF OR BE RELATED TO SUB'S BREACH OF ANY OF SUB'S OBLIGATIONS HEREUNDER, OR BY ANY OTHER ACT OR OMISSION OF SUB, ITS OFFICERS, AGENTS, EMPLOYEES OR SUBCONSULTANTS, IN THE PERFORMANCE OF SUB'S DUTIES HEREUNDER; EXCEPT THAT THE INDEMNITY PROVIDED FOR IN THIS PARAGRAPH SHALL NOT APPLY TO ANY LIABILITY RESULTING FROM THE SOLE NEGLIGENCE OF C&B, ITS OFFICERS, EMPLOYEES OR SEPARATE CONSULTANTS AND CONTRACTORS, AND IN THE EVENT OF JOINT AND CONCURRENT NEGLIGENCE OF BOTH SUB AND C&B, RESPONSIBILITY, IF ANY, SHALL BE APPORTIONED COMPARATIVELY WITHOUT WAIVING ANY DEFENSES OF THE PARTIES. THE PROVISIONS OF THIS PARAGRAPH SHALL SURVIVE THE COMPLETION OR TERMINATION OF THIS AGREEMENT AND ARE SOLELY FOR THE BENEFIT OF THE PARTIES HERETO AND NOT INTENDED TO CREATE OR GRANT ANY RIGHTS,CONTRACTUAL OR OTHERWISE,TO ANY OTHER PERSON OR ENTITY. 8.1 This Agreement may be terminated by C&B, by written notice to Sub, or at such time as the Prime Agreement is terminated. C&B may also terminate this Agreement, upon five (5) days written notice to Sub, for C&B's convenience or upon Sub's failure to substantially perform in accordance with the terms of this Agreement.On the effective date of any such termination,Sub shall cease all work on the Project.Within 30 days after termination, Sub shall submit to C&B all files, calculations, exhibits, and other Project related documents and a final billing for all work performed prior to the effective date of termination. Upon a termination based on Sub's failure to substantially perform in accordance with the terms of this Agreement,(1)C&B may finish the work required hereunder by whatever reasonable method C&B may deem expedient;(ii)Sub shall not be entitled to receive further payment until the work required hereunder is finished; (iii) if the unpaid balance due to Sub exceeds C&B's costs of finishing the work required hereunder ("C&B's Completion Cost"), including compensation for necessary design professionals' services and expenses and other damages incurred by C&B,such excess shall be paid to Sub;(iv)if C&B's Completion Costs exceed the unpaid balance due to Sub,Sub shall pay the difference to C&B;and (v)subject to(ii), (iii)and (iv),above,Sub shall be entitled to receive only compensation for all work done prior to the effective date of termination. Sub shall not be paid for loss of anticipated profits or revenues or other economic loss arising out of or resulting from termination,regardless of the cause of termination. 8.2 In no event shall C&B's action of terminating this Agreement,whether for cause or otherwise,be deemed an exclusive election of C&B's remedies, nor shall such termination limit,in any way,at law or at equity,C&B's right to seek damages from or otherwise pursue Sub for any default or breach hereunder or other action. 9.1 This Agreement shall be binding on the parties hereto, their successors, assigns and representatives. Sub shall not transfer or assign this Agreement or Sub's interest in or to this Agreement or any part hereof,without having first obtained C&B's and, if necessary, Client's prior written consent. 9.2 This Agreement shall be governed by and construed solely in accordance with the laws of the State of Texas,except with respect to its conflicts of law provision.This Agreement shall be perfornable in Fort Worth,Texas and exclusive venue for any legal action shall lie in Tarrant County,Fort Worth,Texas. 9.3 Sub covenants and represents that Sub, its officers, employees, agents, and subconsultants will have no substantial financial interest, direct or indirect,in product,materials or equipment that will be specified for the design or construction of the Project. 9.4 Any and all representations and conditions made by Sub under this Agreement shall survive the execution, delivery and termination of this Agreement. 9.5 In the event of default by Sub herein, C&B shall have all rights and remedies afforded to it at law or in equity to recover damages and interpret or enforce the terms hereof. The exercise of any one right or remedy shall be without prejudice to the enforcement of any other right or remedy allowed at law or in equity. 9.6 Each provision and clause required by law or the Prime Agreement to be inserted into this Agreement shall be deemed to be included herein and this Agreement shall be read and enforced as though each were physically included herein. 9.7 The failure on the part of C&B at any time to require the performance by Sub of any portion of this Agreement shall not be deemed a waiver of,or in any way affect, C&B's rights to enforce such provision or any other provisions. Any waiver by C&B of any provision hereof shall not be taken or held to be a waiver of any other provisions hereof or any other breach hereof. 9.8 This Agreement and the Exhibits,if any, referenced herein are incorporated herein for all purposes and, together, constitute the entire Agreement and supersede all prior agreements and understandings between the parties concerning the subject matter hereof. 9.9 The invalidity, illegality or unenforceability of any provision of this Agreement shall not affect the validity, legality or enforceability of any other provision of this Agreement. 9.10 Sub represents to C&B that Sub has full power and authority to execute, deliver and perform this Agreement, and the execution, delivery, and performance hereof has been duly authorized by its management and governing board and no other action is or was required to be taken to permit the execution,delivery and performance of this Agreement by Sub. 9.11 If allowed by the Prime Agreement and subject to Section 3.1 hereof, Sub shall have the right to include representations of, and information regarding, Sub's work on the Project among Sub's professional materials, provided proper credit is given to C&B,which shall be identified as the "Executive Lead Architect/Engineer",in all materials. 9.12 Any notice required hereunder will be in writing, addressed to the appropriate party at its address on the first page of this Agreement and given personally,or by certified mail, postage prepared,or by a commercial courier service. All notices shall be effective upon the date of receipt. N. 4Z,: i Revised 9-9-05 ELK ENGINEERING ASSOCIATES, INC. 8950 Forum Way, Fort Worth, TX 76140 817.568.8590 ♦FAX 817.568.8590 TOLL FREE 1.800.442.5641 8 June 2005 Mr. Terry Foyt, PE Carter - Burgess P. O. Box 985006 Fort Worth, TX 76185-5006 Re: Proposal for Corrosion Control Design Services Sendera Northside Pump Station, Ground Storage Tank, and Water Line Proposal Number 05-0605 Dear Mr. Foyt: We appreciate the opportunity provided Elk Engineering Associates, Inc. (ELK) to provide a cathodic protection design for the water line, ground storage reservoir, and the pump station yard piping. We propose the following Scope of Work for this project. I. SCOPE OF WORK A. Design Services 1. All design work shall be under the direction of a licensed PE (TX) with dual accreditation by NACE International as a Corrosion Specialist and a Cathodic Protection Specialist. All field-testing shall be performed by NACE International accredited Corrosion Technicians, Corrosion Technologist, or Senior Corrosion Technologist. 2. After the proposed pipeline right-of-way has been staked, ELK will take soil resistivity (SR), pH tests, and other tests deemed necessary along the proposed pipeline right-of-way, pump station, and storage tank locations. Measurements will be taken at intervals averaging about every 1/2 mile over the pipeline right-of- way. The number of tests may increase if we see significant variations in electrical resistivity between the test sites. The SR tests will be performed using the Wenner 4-pin test procedure. We will use pin spacings to test the soil at depths of 5, 10, 15, and 20 feet per test. ELK will measure soil pH with a standard antimony electrode, a copper/copper sulphate reference electrode, and a digital D.C. multimeter such as a Fluke Model 87 or equivalent. ELK will investigate potential interference problems with foreign pipeline crossings that have cathodic protection systems. 3. ELK will contact the Fort Worth water department to determine the water source and the resistivity or TDS of the water for use in designing a corrosion control system in the advent that the storage tanks is fabricated from welded steel plate. Proposal for Corrosion Control Design Services 8 June 05 Sendera Northside Pump Station, Ground Storage Tank, Page 2 and Water Line Proposal Number 05-0603 We will also review the latest technology to determine if cathodic projection is required in a concrete storage tank. 4. ELK will review the design drawings and specifications during each phase of the submittal process, or when required, to assure that no conflicts exist between the proposed corrosion control design and the other team member's designs. Any conflicts between the designs will be brought to both Carter & Burgess and the responsible consultant for further review and coordination. 5. ELK will prepare a specification or specifications for a comprehensive corrosion control design based upon our investigations and design reviews listed above for all phases of the project. Preparation of a coating specification for ductile iron and steel pipe is excluded from this proposal. 6. ELK will provide all corrosion control details to pertain to the design of the system. 7. ELK will prepare an opinion of probable cost for the corrosion control systems for each phase of the project. B. Submittals 1. ELK will submit hard copies of the specification for review in a format matching the overall style of the design package. We will submit an electronic copy of the specification via email or CD when requested or required by C&B or the Client. 2. ELK will provide hard copies of marked up detail drawings and digital copies of the required details, in digital exchange format (DXF) format, for incorporation into a cathodic protection detail sheet. C&B will provide two sets of full size drawings for our review and markup before each submittal. We will redline the drawings for any changes, additions, or deletions that are required. C&B shall provide all drafting services. II. CONSTRUCTION SUPPORT SERVICES A. Services 1. ELK will provide construction support services to the Contractor, Client, or Owner on an "as-needed" basis, including, but not limited to a. Submittal reviews b. Project clarifications C. Periodic construction meetings and observations d. System commissioning e. Final acceptance testing 2. Final acceptance testing is based on one set of tests for each phase of the project. In the event that the systems fail to perform as designed due to construction deficiencies, and additional testing is required, the Contractor shall be responsible for all costs associated with additional testing. Revised 9-9-05 Proposal for Corrosion Control Design Services 8 June 05 Sendera Northside Pump Station, Ground Storage Tank, Page 3 and Water Line Proposal Number 05-0603 III. FEE A. Design Services 1. For the basic services listed in Section I, we propose the following Fixed Fee of a. Transmission Main $ 10,500.00 b. Pump Station $ 2,700.00 C. Water Tank $ 2,800.00 B. Construction Support Services 1. For the basic services listed in Section II, we propose the following Not-to- Exceed (NTE) cap of a. Transmission Main $20,000.00 b. Pump Station $ 4,200.00 C. Water Tank $ 2,700.00 d. ELK will bill C&B, per the attached fee schedule through the duration of this project, based on the actual hours used, up to the NTE cap amount. If additional hours are required, ELK will submit a request stating our reasons for the additional hours. Backup copies of time sheets and job accounting records for fieldwork will be provided with all invoices. IV. WORK SCHEDULE A. ELK will commence work on this project immediately following your written "Notice to Proceed" or Contract and will schedule the fieldwork at a mutually agreed upon time. B. Design work will commence upon receipt of initial pipeline alignment sheets, pump station site utility drawings, and water tank design drawings. V. TERMS AND CONDITIONS G A. All invoices afe-Net39: w A\ r J���,� Z � VI. PROVIDED BY C&B o IZ-R'mb A. C&B will provide all drafting services including printing or plotting required by ELK. NT" 1�o .:t!�✓U� L iISGUo Revised 9-9-05 - Proposal for Corrosion Control Design Services 8 June 05 Sendera Northside Pump Station, Ground Storage Tank, Page 4 and Water Line Proposal Number 05-0603 We look forward to working with Carter Burgess on this project. If there are any questions concerning this quotation, please feel free to contact the undersigned. Sincerely, E Engineering Associates, Inc. Craig K. der CKB/sj Encl.: (1) File: S:\Bids\FY2005\06Bids\05-'0603.doc Revised 9-9-05 ELK Engineering Associates, Inc. 8950 Forum Way, Fort Worth, TX 76140 817.568.8585 ♦Fax: 817.568.8590 „ 1.800.442.5641 www.eikeng.com FEE SCHEDULE (Effective 1 January 2005) Fee Schedule: For services of qualified personnel in problem evaluation,testing, engineering, design,specification preparation,installation,inspection, supervision and CAD. Charges: Based on normal eight-hour day. Weekends and holidays may be billed at 1.5 times normal rates. Personnel time is billed in 0.1-hour increments. All Work: Performed under the supervision of a Professional Engineer or Accredited Corrosion Specialist. Field Time: Time is calculated portal-to-portal from the office where personnel are based. Terms: Net 30 days. Interest of 1-1/2%per month charged on all past due accounts. All payments in USD. RATES PER HOUR Professional Engineer $135.00 Water Chemistry Consultant $105.00 NACE International Corrosion/Cathodic Protection Specialist $110.00 Staff Engineer(E.I.T.) $75.00 NACE International Paint&Coating Inspector Quote NACE International Senior Corrosion Technologist $85.00 NACE International Corrosion Technologist $75.00 NACE International Corrosion Technician, Senior Status $64.00 NACE International Corrosion Technician $58.00 Corrosion Technician in Training $48.00 Corrosion Helper $39.00 CAD Operator&System $54.00 to$84.00 Word Processing/Clerical $40.00 EXPENSES Travel Expense Cost+ 15% Equipment Cost+ 15% Sub-Contract Labor Cost+ 15% Construction Materials Cost+25% CHARGES PER MILE 4-Wheel Drive Pickup Truck $0.65 Pickup Truck $0.55 Compact Pickup Truck $0.52 Automobile $0.47 RATES PER HOUR FOR OVERSEAS TRAVEL Professional Engineer $210.00 Water Chemistry Consultant $160.50 NACE International Senior Corrosion Technologist $135.00 Corrosion Technologist $112.50 Corrosion Technician $90.00 ATTACHMENT "F" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK &TRANSMISSION MAINS DESCRIPTION OF PROJECT This project is for the construction of the Northside II, III & IV Pump Station, Ground Storage Tank and Water Mains. The project will be located northwest of the City of Haslet in the City of Fort Worth. The pump station and ground storage tank will be located at the northwest corner of the Sendera Ranch Development. The water transmission main will run from the from the proposed ground storage tank traveling east, turning and traveling south and connecting to an existing 36- inch main in the north side of the City of Haslet. The project will include, but not limited, to the following: 32 MGD PUMP STATION: • Northside III & IV pump station housed in a single brick veneer or precast concrete building of approximately 10,000 square feet. • Including 4— high pressure pumps to serve Northside III • Including 4— high pressure pumps to serve Northside IV. • Including 1 —cross beam bridge crane. • Including architectural, structural, mechanical, electrical, plumbing, HVAC, cathodic protection and other appurtenances. • Including site civil work. 5,000,000 GALLON GROUND STORAGE TANK: • Northside II ground storage tank with a concrete foundation. The type (concrete and/or steel) of tank will be determined during design. • Including valuing, piping, vaults, instrumentation, cathodic protection and other appurtenances. • Including site civil work. 42-INCH WATER TRANSMISSION MAIN: • Approximately 29,140 linear feet of 42-inch Northside II water transmission water main. The exact length of the main will be determined during alignment determination and design. • Including gate valves, air & vacuum release valves, blow-offs w/ gate valves, fittings, a cathodic protection system and other appurtenances. 36 & 24-INCH WATER TRANSMISSION MAIN: • Approximately 12,300 linear feet of 36 and 24-inch Northside III water transmission water main. The exact length of the main will be determined during alignment determination and design. • Including gatevalves, air & vacuum release valves, blow-offs w/ gate valves, fittings, fire hydrants, a cathodic protection system and other appurtenances. ATTACHMENT "G" OPINION OF PROBABLE COST NORTHSIDE il, III & IV PUMP STATION, GROUND STORAGE TANK&WATER MAIN BID UNIT TOTAL QUANTITY UNITS WORK DESCRIPTION PRICE AMOUNT 5 MG-Ground Storage Tank 5,000,000 GAL. Structural/Tank/Foundation $0.25 $1,250 000 1 % Tank A urtenances 10% $125,000 $125,000 Subtotal $1,375,000 15%Contingencies, $206,250 GRAND TOTAL $1,581,250 G-2 ATTACHMENT "G" OPINION OF PROBABLE COST NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK &WATER MAIN BID UNIT TOTAL QUANTITY UNITS WORK DESCRIPTION PRICE AMOUNT 32 MGD-PUMPING STATION Civil/Site Work 750 S.Y. Concrete Paving $50.00 $37,500 280 L.F. New 5'Sidewalk $17.00 $4,760 2 L.S. Valve Vaults $15,000.00 $30,000 4,900 C.Y. Grade Work $10.00 $49,000 1,300 C.Y. lExcavating $5.00 $6,500 1,300 C.Y. Structural Fill $12.00 $15,600 1 L.S. 1-1/2 Inch Water Line $500.00 $500 1 L.S. City Tap and Meter $500.00 $500 1,800 L.F. Fence and Gates $15.00 $27,000 5 AC. Clear and Grub $2,700.00 $13,500 131,000 S.F. I Seeding $0.10 $13,100 Pump Station 1,200 C.Y. Total Concrete $400;00 $480,000 10,000 S.F. Building System $125.00 $1,250,000 1 L.S. HVAC/Plumbing $75,000.00 $75,000 1 EA. ICross Beam Bridge Crane& Rails $50,000.00 $50,000 31,000 S.F. I Paint $2.00 $62,000 Pumping Mechanical Piping Systems 8 EA. High Pressure Pumps and Controls (4-NS III,4-NS IV) $126,500.00 $1,012,000 8 EA. 14"Butterfly Valve $12,700.00 $101,600 8 EA. 12"Butterfly Valve $10,600.00 $84,800 8 EA. 12"Ball Valve with Air/Oil Actuator and PLC $13,400.00 $107,200 2 L.S. ISurge Relief System (each pressure plane) $26,000.00 $52,000 2 EA. Gate Valve w/EMO $50,000.00 $100,000 1,000 L.F. Steel Piping $190.00 $190,000 1 L.S. Steel Fittings 35%of pipe) $48,108.00 $66,500 1 L.S. Pipe Supports $3,000.00 $3,000 1 L.S. Sump Pump System $2,600.00 $2,600 2 L.S. I Pressure Sensor Vault $25,000.00 $50,000 1 % ....Piping Appurtenances @ 5% $88,485.00 $88,485 Electrical/SCADA 1 LS Lump Sum $850,000.00 $850,000 Subtotal $4,823,145 15%Contingencies $723,472 GRAND TOTALI $5,546,617 G-1 ATTACHMENT "G" OPINION OF PROBABLE COST NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK&WATER MAIN BID UNIT TOTAL QUANTITY UNITS WORK DESCRIPTION PRICE AMOUNT 42-Inch Water Transmission Main 28,140 L.F. 42"Prestressed Concrete Cylinder Water Main all depths) $145.00 $4,080,300 1,000 L.F. 42"Prestressed Concrete Cylinder Water Main w/Casing trenchless $650.00 $650,000 1 L.S. Concrete Pressure Pie Fittings $225,000.00 $225,000 8 EA. 42"Resilant Wedge Gate Valve and Access Vault $100,000.00 $800,000 14 EA. 2"Combination Air&Vacuum Release Valve&Vault $4,000.00 $56,000 14 EA. 6"Blow-Off w/6-Inch Gate Valve and Sump Manhole $5,000.00 $70,000 1 L.S. Cathodic Protection System $100,000.00 $100,000 100 C.Y. Rock Ri -Ra 15"-8" 2'Dee $30.00 $3,000 1,000 S.Y. 8"Concrete Pavement Repair $55.00 $55,000 200 S.Y. 2"As halt Pavement Repair $40.00 $8,000 28,140 L.F. Trench Safety $2.00 $56,280 1 L.S. Erosion Control $15,000.00 $15,000 1 L.S. Traffic Control $10,000.00 $10,000 156,333 S.Y. H dromul hing $0.50 $78,167 3,000 L.F. Remove and Install 5-Strand Barbed Wire Fence $5.00 $15,000 Subtotal $6,221,747 15%Contingencies $933,262 GRAND TOTAL $7,155,009 G-3 ATTACHMENT "G" OPINION OF PROBABLE COST NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK&WATER MAIN BID UNIT TOTAL QUANTITY UNITS WORK DESCRIPTION PRICE AMOUNT 36-Inc -Inch Water Transmission Main 9,200 L.F. 36"Prestressed Concrete Cylinder Water Main all depths) 125.00 $1,150,000 2,600 L.F. 24"Prestressed Concrete Cylinder Water Main all depths) 90.00 $234,000 500 L.F. 24"Prestressed Concrete Cylinder Water Main w/Casing trenchless $450.00 $225,000 1 L.S. Concrete Pressure Pipe Fittings $95,000.00 $95,000 3 EA. 36"Resilant Wedge Gate Valve and Access Vault $60,000.00 $180,000 3 EA. 24"Resilant Wedge Gate Valve and Access Vault $25,000.00 $75,000 6 EA. 2"Combination Air&Vacuum Release Valve&Vault $4,000.00 $24,000 6 EA. 6"Blow-Off w/6-Inch Gate Valve and Sump Manhole $5,000.00 $30,000 12 EA. Fire H drant Assembly $3,500.00 $42,000 1 L.S. Cathodic Protection System $50,000.00 $50,000 50 C.Y. Rock Rip- a 15"-8" 2'Dee $30.00 $1,500 200 S.Y. 8"Concrete Pavement Repair $55.00 $11,000 100 S.Y. 2"Asphalt Pavement Repair $40.00 $4,000 11,800 L.F. Trench Safety $1.00 $11,800 1 L.S. Erosion Control $5,000.00 $5,000 1 L.S. Traffic Control $5,000.00 $5,000 Subtotal $2,143,300 15%Contingencies $321,495 GRAND TOTAL $2,464,795 G-4 ATTACHMENT "H" DESIGN AND SURVEY FEES I. PUMP STATION & GROUND STORAGE TANK BASIC SERVICES FIRM FEES % PROVIDING BASIC SERVICES (TSPE CURVE "A") Construction Documents Const Cost = $7,127,867 x 6.2% $441,928 77.6% Includes: Architectural 6 $70,000 Plumbing/HVAC 6 $22,000 Elect. / Instrumentation 6 $73,000 Construction Administration 6 $40,000 Civil/Mechanical 1 $236,928 Subtotal $441,928 77.6% SPECIAL SERVICES Project Coordination 1 $25,000 4.4% Platting & Platting Fees 1 $5,000 0.9% Design Surveying 1 $5,000 0.9% Geotechnical Investigation 2 $11,103 1.9% Cathodic Protection 3 $12,400 2.2% Surge Analysis 4 $15,000 2.6% Technical Oversight 5 $18,000 3.2% Storm Water Pollution Prevention Plans 1 $5,000 0.9% 10% Sub Markup 1 $26,150 4.6% Expenses 1 $5,000 0.9% Subtotal $127,653 22.4% TOTAL OF ITEM 1 $569,581 100.0% FIRMS 1 Carter& Burgess, Inc-Prime 2 MasTek Engineering - Geotechnical (M/WBE) 3 ELK Engineering -Cathodic Protection 4 Chiang, Patel &Yerby-Surge Analysis (M/WBE) 5 Chiang, Patel &Yerby-Technical Review(M/WBE) 6 Multatech -Arch./Plumbing/HVAC/Electrical/Instrumentation (M/WBE) .lf � H-1 II. 42-INCH WATER TRANSMISSION MAIN BASIC SERVICES FIRM FEES % PROVIDING BASIC SERVICES (TSPE CURVE "B") Construction Documents Const Cost = $7,155,009 x 5.2% 1 $372,060 50.4% Subtotal $372,060 50.4% SPECIAL SERVICES Project Coordination 1 $30,000 4.1% Routing Study 1 $30,000 4.1% Design Surveying 1 $129,774 17.6% Easement Preparation 1 $15,000 2.0% Geotechnical Investigation 2 $31,976 4.3% Cathodic Protection 3 $21,960 3.0% Surge Analysis 4 $15,000 2.0% Permitting 1 $45,000 6.1% Storm Water Pollution Prevention Plans 1 $15,000 2.0% Traffic Control Plans 1 $15,000 2.0% 10% Sub Markup 1 $6,894 0.9% Expenses 1 $10,000 1.4% Subtotal $365,604 49.6% TOTAL OF ITEM II $737,664 100.0% FIRMS 1 Carter& Burgess, Inc- Prime 2 MasTek Engineering - Geotechnical (M/WBE) 3 ELK Engineering -Cathodic Protection 4 Chiang, Patel &Yerby-Surge Analysis (M/WBE) TJ2�O H-2 Ill. 36-INCH &24-INCH WATER TRANSMISSION MAIN BASIC SERVICES FIRM FEES % PROVIDING BASIC SERVICES (TSPE CURVE "B") Construction Documents Const Cost =$2,464,795 x 5.4% 1 $133,099 48.8% Subtotal $133,099 48.8% SPECIAL SERVICES Project Coordination 1 $10,000 3.7% Routing Study 1 $10,000 3.7% Design Surveying 1 $50,426 18.5% Easement Preparation 1 $5,000 1.8% Geotechnical Investigation 2 $12,435 4.6% Cathodic Protection 3 $8,540 3.1% Surge Analysis 4 $10,000 3.7% Permitting 1 $15,000 5.5% Storm Water Pollution Prevention Plans 1 $5,000 1.8% Traffic Control Plans 1 $5,000 1.8% 10% Sub Markup 1 $3,098 1.1% Expenses 1 $5,000 1.8% Subtotal $139,499 51.2% TOTAL OF ITEM III $272,598 100.0% FIRMS 1 Carter& Burgess, Inc- Prime 2 MasTek Engineering-Geotechnical (M/WBE) 3 ELK Engineering -Cathodic Protection 4 Chiang, Patel &Yerby-Surge Ananysis (M/WBE) H-3 IV. FEE SUMMARY FEES BASIC SERVICES $947,087 SPECIAL SERVICES $632,755 GRAND TOTAL $1,579,842 H-4 Attachment "I" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK&WATER MAINS M/WBE PARTICIPATION ATTACHMENT "I" NORTHSIDE PUMP STATON, GST &WATERLINES M/WBE PARTICIPATION October 11, 2005 TASK FIRM FEES Pump Station Architectural Multatech $70,000 Pump Station Plumbing / HVAC Multatech $22,000 Pump Station Electrical / Instrumentation Multatech $73,000 Pump Station Construction Administration Multatech $40,000 Pump Station Geotechnical MasTek $11,103 Pump Station Technical Oversight Chiang, Patel & Yerby $18,000 Pump Station Surge Analysis Chiang, Patel & Yerby $15,000 42-Inch Geotechnical MasTek $31,976 42-Inch Surge Analysis Chiang, Patel & Yerby $15,000 36-Inch & 24-Inch Geotechnical MasTek $12,435 36-Inch & 24-Inch Surge Analysis Chiang, Patel & Yerby $10,000 TOTAL M/WBE FEES $318,514 TOTAL FEE $1,579,842 % M/WBE FEE 20.16% Attachment "J" NORTHSIDE II, III & IV PUMP STATION, GROUND STORAGE TANK &WATER MAINS PROJECT SCHEDULE cD Os O O rn �r ��0 00 .. ..................................................... .................. .................................. ..................................... ................. Lu . Ll E E �2 0 E Cl F F-I IL or 2 v w 6 g W U) R. R. . . . . . 0_ . m `p . SIa 'R �. . . . . . . . . . . 2q E: -,z 2 OMF- ov V, 0 w 52 ir z am 75 0 E F., 2 0 72 2 > IE 0 , - 1. 1. . . d L° z'6 2 g > U) < 2 S C, dw .g & W M: W < �2) d _ U- --TZW V CD O tD O E:::] 6.4 01 El F1 O-cl ............................... ................................. .. ......................... ..................... ........................ ............ ................ uj F1 W F1 0 2',W M LO as m ma a LU Z N Lu ON Nl — 0 N4� 4 5 .4" !f -- 5 -N I L IL ILL LL IL iLL w H F IL Ii LL li LL 1 0 w ILL 0 ;'a 4 4 53 �,3 2 S', SR Z2 O o E E E 0 E o < IS o for iz- 0 o co2 rn g-5 ER J ? -i56- .2 2 ,883: 0 > E G E S o CL 'a 10 .9? -6 I 0 FL '6 a o E & -6 3E Z" Y2 9' . . . i E i . iL C3 0 0 Lo E E 2 w U) LU w 0 Page 1 of 2 City of Fort Worth, Texas Mayor and Council Communication COUNCIL ACTION: Approved on 11/15/2005 DATE: Tuesday, November 15, 2005 LOG NAME: 60SENDERARANCH REFERENCE NO.: C-21159 SUBJECT: Authorize Execution of a Community Facilities Agreement with One Sendera Ranch, L.P., and Two SR, L.P., for the Design of the Sendera Ranch Pump Station and Ground Storage Tank, the Northside II 42-inch Approach Water Main and the Northside III Water Main RECOMMENDATION: It is recommended that the City Council authorize the City Manager to execute a community facilities agreement with One Sendera Ranch, L.P., and Two SR, L.P., for the design of the Sendera Ranch Pump Station and Ground Storage Tank, the Northside II 42-inch Approach Water Main and the Northside III Water Main to serve the Sendera Ranch, Sendera Ranch East and adjacent developments. DISCUSSION: On September 15, 1998, (M&C C-18878) the City Council authorized the execution of a developer's agreement to provide adequate water around the Alliance Airport area including areas to the west of Alliance Airport. On December 11, 2001, (M&C C-18878) the City Council authorized the execution of a Development Agreement for Sendera Ranch, which provided for the construction of a 36-inch water main to the proposed Sendera Ranch development for water service. Current water studies are showing that the rapid growth in this area could result in water shortages as early as the summer of 2007, if additional water supply facilities are not installed as identified in the current Water Master Plan (2004). The proposed water facilities include a 42-inch Northside II water main, from the existing 48-inch water line in the Alliance Airport area, to a proposed Sendera Ranch Pump Station and 5 Million Gallon (MG) Ground Storage Tank in the Sendera Ranch development. The Northside III water main will provide additional service to the Sendera Ranch and Sendera Ranch area and adjacent properties. The Sendera Ranch Pump Station will be capable of pumping water to Northside III and Northside IV pressure plane areas, which include the zone 287 annexed area. The Developers have agreed to participate in the engineering and construction costs, estimated to be $18,327,000, of the Sendera Ranch 42-inch approach water main, pump station and ground storage tank, with the City. The development agreement is in the process of being negotiated. However to meet the schedule of additional water service by the summer of 2007, the design must start as soon as possible. The Sendera Ranch Developer has agreed to pay all the developer's engineering costs at this time, if the City agrees to pay its portion of the engineering costs as shown. Engineering Costs Developer's Cost $693,448.00 City's Cost $886.395.00 Total Cost $1,579,843.00 This community facilities agreement represents the collective effort of the Water Department and the http://www.cfwnet.org/council_packet/Reports/mc_print.asp 10/16/2006 Page 2 of 2 Developer's (Senders Ranch, Sendera East and Hillwood Development) to address the future water demand issue and provide orderly growth in this area. The proposed Engineer is providing 20% MWBE participation for the design work. The development is located in COUNCIL DISTRICTS 2 and 7. FISCAL INFORMATION/CERTIFICATION: The Finance Director certifies that funds are available in the current capital budget, as appropriated, of the Water Capital Project Fund. TO Fund/Account/Centers FROM Fund/Account/Centers P160 539140 060160151850 $886,395.00 Submitted for City Manager's Office by Marc Ott (8476) Originating Department Head: S. Frank Crumb (8207) Additional Information Contact: David Townsend (8369) http://www.cfwnet.org/council_packet/Reports/mc_print.asp 10/16/2006