Loading...
HomeMy WebLinkAboutR2022-064 2022-03-28RESOLUTION NO. R2022-64 A Resolution of the City Council of the City of Pearland, Texas, authorizing a design contract with AARK Engineers, for design services associated with the Sunrise Lakes Lift Station Rehabilitation Project, in the estimated amount of $89,674.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for design services associated with the Sunrise Lakes Lift Station Rehabilitation Project, a copy of which is attached hereto as Exhibit “A” and made a part hereof for all purposes, is hereby authorized and approved. Section 2. That the City Manager or his designee is hereby authorized to execute and the City Secretary to attest a contract for design services associated with the Sunrise Lakes Lift Station Rehabilitation Project. PASSED, APPROVED and ADOPTED this the 28th day of March, A.D., 2022. _____________________________ J.KEVIN COLE MAYOR ATTEST: _____________________________ LESLIE CRITTENDEN CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 99075401-9410-4064-975A-FE8B25C4C3D3 CITY OF PEARLAND Sunrise Lakes LS WW2204 2" - 15" Gravity Line g Force 2"-15" Sub -Regional Project Limits 0 01 0 03 SUNLAKE This product is for informational purposes and may not have been prepared for or be suitable for legal. engineering. or surveying purposes. It does not represent an on -the -ground survey and represents only the approximate relative location of property boundaries. MAP PREPARED: MARCH 2022 CREATED WITH WEB PRINT TOOL Design 1 of 7 D2. Revised 04/2019 CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is entered into upon final execution by and between the City of Pearland ("CITY") and ARKK Engineers, LLC. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Sunrise Lakes Lift Station Rehabilitation ("PROJECT"). (Project #WW2204) SECTION I - SERVICES OF THE CONSULTANT The CONSULTANT shall perform the following professional services to CITY standards and in accordance with the degree of care and skill that a professional in Texas would exercise under the same or similar circumstances: A.The CONSULTANT shall provide professional services. See Exhibit A, attached, for a detailed SCOPE OF WORK and PROJECT schedule. The PROJECT schedule shall be submitted in digital and hard copy form in the Microsoft Project for Windows format. B.The CONSULTANT shall prepare and submit a detailed opinion of estimated cost of the PROJECT. C.The CONSULTANT acknowledges that the CITY (through its employee handbook) considers the following to be misconduct that is grounds for termination of a CITY employee: Any fraud, forgery, misappropriation of funds, receiving payment for services not performed or for hours not worked, mishandling or untruthful reporting of money transactions, destruction of assets, embezzlement, accepting materials of value from vendors, or consultants, and/or collecting reimbursement of expenses made for the benefit of the CITY. The CONSULTANT agrees that it will not, directly or indirectly; encourage a CITY employee to engage in such misconduct. D.The CONSULTANT shall submit all final construction documents in both hard copy and electronic format. Plans shall be AutoCAD compatible and all other documents shall be Microsoft Office compatible. The software version used shall be compatible to current CITY standards. Other support documents, for example, structural calculations, drainage reports and geotechnical reports, shall be submitted in hard copy only. All Record Drawings electronic files shall be submitted to the CITY in TIF format. E.The CONSULTANT recognizes that all drawings, special provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the CONSULTANT under the CONTRACT shall be delivered to the CITY upon request, shall become subject to the Open Records Laws of this State. F.The CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons, damages to property, or any errors EXHIBIT A DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A Design 2 of 7 D2 Revised 04/2019 and omissions relating to the performance of any work by the CONSULTANT, its agents, employees or subcontractors under this Agreement, as follows: (1) Workers’ Compensation as required by law. (2) Professional Liability Insurance in an amount not less than $1,000,000 in the aggregate. (3) Comprehensive General Liability and Property Damage Insurance with minimum limits of $1,000,000 for injury or death of any one person, $1,000,000 for each occurrence, and $1,000,000 for each occurrence of damage to or destruction of property. (4) Comprehensive Automobile and Truck Liability Insurance covering owned, hired, and non-owned vehicles, with minimum limits of $1,000,000 for injury or death of any one person, $1,000,000 for each occurrence, and $1,000,000 for property damage. The CONSULTANT shall include the CITY as an additional insured under the policies, with the exception of the Professional Liability Insurance and Workers’ Compensation. The CONSULTANT shall agree to waive its Right to Subrogation. Certificates of Insurance and endorsements shall be furnished to the CITY before work commences. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled, and/or reduced in coverage or in limits (“Change in Coverage”) except with prior written consent of the CITY and only after the CITY has been provided with written notice of such Change in Coverage, such notice to be sent to the CITY either by hand delivery to the City Manager or by certified mail, return receipt requested, and received by the City no fewer than thirty (30) days prior to the effective date of such Change in Coverage. Prior to commencing services under this CONTRACT, CONSULTANT shall furnish CITY with Certificates of Insurance, or formal endorsements as required by this CONTRACT, issued by CONSULTANT’S insurer(s), as evidence that policies providing the required coverage, conditions, and limits required by this CONTRACT are in full force and effect. G. The CONSULTANT shall indemnify and hold the CITY, its officers, agents, and employees, harmless from any claim, loss, damage, suit, and liability of every kind for which CONSULTANT is legally liable, including all expenses of litigation, court costs, and attorney's fees, for injury to or death of any person, for damage to any property, or errors in design, any of which are caused by the negligent act or omission of the CONSULTANT, his officers, employees, agents, or subcontractors under this CONTRACT. H. All parties intend that the CONSULTANT, in performing services pursuant to this CONTRACT, shall act as an independent contractor and shall have control of its own work and the manner in which it is performed. The CONSULTANT is not to be considered an agent or employee of the CITY. DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A Design 3 of 7 D2 Revised 04/2019 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end September 30, 2023. SECTION III - CONSULTANT'S COMPENSATION A. The total compensation for the services performed shall not exceed the total noted in Section B. B. The CITY shall pay the CONSULTANT in installments based upon monthly progress reports and detailed invoices submitted by the CONSULTANT based upon the following: 1. Basic Services (Lump Sum) $55,518.00 2. Additional Services shall require independent and specific authorization and shall be billed as (Lump Sum): $10,130.00 3. Bid Phase Services (Hourly Not to Exceed) $3,925.00 4. Construction Phase Services (Hourly Not to Exceed) $19,351.00 5. Reimbursable Expenses (Not to Exceed) $750.00 6. Total: $89,674.00 C. The CITY shall make payments to the CONSULTANT within thirty (30) days after receipt and approval of a detailed invoice. Invoices shall be submitted on a monthly basis. D. CONSULTANT shall invoice for work performed during the preceding thirty day period (“Billing Period”). The Billing Period shall run from the 26th day to the 25th day of each consecutive month. Invoices shall be submitted to CITY not more frequently than once every 30 days. CONSULTANT shall be responsible for timely submittal of all invoices and CONSULTANT shall not be entitled to payment for invoices in arrears. All invoices shall reflect most recent single Billing Period only and represent the true, correct and accurate account of work performed during the Billing Period. E. For an agreed contract amount identified as “Lump Sum”, Not to Exceed” and “Reimbursable” the CONSULTANT shall not exceed the fixed contractual amount without written authorization in the form of a Contract Amendment. CONSULTANT shall provide 45 days prior notice to the CITY in the event contract fees may exceed the fixed contract amount. CONSULTANT shall be responsible for ensuring that such authorization is complete and executed by all parties performing any work or submitting any invoices for work that exceeds the fixed contract amount under any expense category. DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A Design 4 of 7 D2 Revised 04/2019 F. Allowable Reimbursable Expenses CONSULTANT shall identify and include in the proposal any anticipated Reimbursable Expenses, and shall itemize Reimbursable Expenses by work category. Reimbursable Expenses shall be invoiced AT COST without subsequent markup by the CONSULTANT. All invoices containing a request for Reimbursable Expenses shall include copies of the original expense receipts itemized per the allowable category. Allowable Reimbursable Expenses include: • Hard copy reproductions, copies and/ or binding costs • Postage • Mileage, for travel from Consultant’s local office (within a 25 mile radius) to meetings at the City or job-site. Mileage shall be charged at the current IRS rates. • Travel expenses, mileage from local office to State or federal regulatory agency office beyond 100 miles. • Lodging expenses, for destinations beyond 100 miles from the Consultant’s local office AND when business hours exceed eight hours within one business day OR requires more than one eight hour day. F.2. Disallowed Expenses Disallowed Expenses include travel expenses for professional expertise traveling into the greater Houston area from Consultant offices outside of the greater Houston area. SECTION IV - THE CITY'S RESPONSIBILITIES A. The CITY shall designate a project manager during the term of this CONTRACT. The project manager has the authority to administer this CONTRACT and shall monitor compliance with all terms and conditions stated herein. All requests for information from or a decision by the CITY on any aspect of the work shall be directed to the project manager. B. The CITY shall review submittals by the CONSULTANT and provide prompt response to questions and rendering of decisions pertaining thereto, to minimize delay in the progress of the CONSULTANT'S work. The CITY will keep the CONSULTANT advised concerning the progress of the CITY'S review of the work. The CONSULTANT agrees that the CITY'S inspection, review, acceptance or approval of CONSULTANT'S work shall not relieve CONSULTANT'S responsibility for errors or omissions of the CONSULTANT or its sub- consultant(s) or in any way affect the CONSULTANT’S status as an independent contractor of the CITY. DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A Design 5 of 7 D2 Revised 04/2019 SECTION V - TERMINATION A. The CITY, at its sole discretion, may terminate this CONTRACT for any reason -- with or without cause -- by delivering written notice to CONSULTANT personally or by certified mail at 7322 Southwest Fwy., Ste. 1040, Houston, TX 77074. Immediately after receiving such written notice, the CONSULTANT shall discontinue providing the services under this CONTRACT. B. If this CONTRACT is terminated, CONSULTANT shall deliver to the CITY all drawings, special provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the CONSULTANT under the CONTRACT, entirely or partially completed, together with all unused materials supplied by the CITY on or before the 15th day following termination of the CONTRACT. C. In the event of such termination, the CONSULTANT shall be paid for services performed prior to receipt of the written notice of termination. The CITY shall make final payment within sixty (60) days after the CONSULTANT has delivered to the CITY a detailed invoice for services rendered and the documents or work product generated by the CONSULTANT under the CONTRACT. D. If the remuneration scheduled under this contract is based upon a fixed fee or definitely ascertainable sum, the portion of such sum payable shall be proportionate to the percentage of services completed by the CONSULTANT based upon the scope of work. E. In the event this CONTRACT is terminated, the CITY shall have the option of completing the work, or entering into a CONTRACT with another party for the completion of the work. F. If the CITY terminates this CONTRACT for cause and/or if the CONSULTANT breaches any provision of this CONTRACT, then the CITY shall have all rights and remedies in law and/or equity against CONSULTANT. Venue for any action or dispute arising out of or relating to this CONTRACT shall be in Brazoria County, Texas. The laws of the State of Texas shall govern the terms of this CONTRACT. The prevailing party in the action shall be entitled to recover its actual damages with interest, attorney’s fees, costs and expenses incurred in connection with the dispute and/or action. CONSULTANT and CITY desire an expeditious means to resolve any disputes that may arise between under this CONTRACT. To accomplish this, the parties agree to mediation as follows: If a dispute arises out of or relates to this CONTRACT, or the breach thereof, and if the dispute cannot be settled through negotiation, then the parties agree first to try in good faith, and before pursuing any legal remedies, to settle the dispute by mediation of a third party who will be selected by agreement of the parties. DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A SECTION VI — ENTIRE AGREEMENT This CONTRACT represents the entire agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or contracts, either written or oral. This CONTRACT may be amended only by written instrument signed by both parties. SECTION VII — COVENANT AGAINST CONTINGENT FEES The CONSULTANT affirms that he has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT to solicit or secure this CONTRACT, and that he has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of the CONTRACT. For breach or violation of this clause, the CITY may terminate this CONTRACT without liability, and in its discretion, may deduct from the CONTRACT price or consideration, or otherwise recover, the full amount of such fee, commission, percentage brokerage fee, gift, or contingent fee that has been paid. SECTION VIII- SUCCESSORS AND ASSIGNS This CONTRACT shall not be assignable except upon the written consent of the parties hereto. DocuSigned by: puorsbk, 5/12/2022 I 2:54 PM CDT 0D0203D60CC04G0.. CITY OF FEARLAND, TEXAS DATE /1,4. 3- is.- z, o z.2_ CONSULTANT DATE Design 6 of 7 U2 Revised 44±2019 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A CITY OF PEARLAND STANDARD FORM OF AGREEMENT APPENDIX B House Bill 89 Verification �, •« (Person na e, the undersigned representative (hereafter referred to as "Representative") of E # .e t5, Ll r (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2_ That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Pearland; and _ That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. RE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this / day of .OrcA , DAVID JAN55EM EATT!G Notary It #131233869 My Commission Expires August 27. 2025 Notary Public DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A AR KKENGI NEERS February 7, 2022 Ms. Darcy Gomez Project Manager— Engineering & Capital Projects City of Pearland 2016 Old Alvin Road Pearland, Texas 77581 Re: Proposal for Engineering and Construction Phase Services for the City of Pearland's "Sunrise Lakes Lift Station Rehabilitation" project (CIP Project No. WW2204) Dear Ms. Gomez: ARKK Engineers, LLC (ARKK) is pleased to submit this proposal for engineering services associated with the referenced project. This proposal is based on our meetings and conversations and information provided by the City. A brief overview of the project and scope of services are provided below: GENERAL OVERVIEW The Sunrise Lakes Lift Station is located on the south side of Sundown Drive, just west of Sunny Shores Drive, on a tract adjacent to the Sunrise Lakes HOA park and swimming pool. The lift station wet well basin is round in shape, having a diameter of 8 feet and a depth of 25 feet. The lift station currently has two submersible pumps having 6 -inch diameter discharge piping, and a slot available for the addition of a third pump. The lift station has the following equipment presently installed: • Two Gorman -Rupp submersible pumps with 6" ductile iron flanged discharge piping • 8' diameter wet well with a deteriorated epoxy wall liner • One unused slot for a future third pump • A below -grade valve pit with 6" ductile iron piping • Control panels, non-VFD, with a manual transfer switch and quick connection for mobile generator As part of this project, it is anticipated that the following improvements will be made: • Replace the two existing Gorman -Rupp submersible pumps with two new submersible pumps of the City's preferred manufacturer; new base elbow and guide rails. Page 1 of 7 7322 Southwest Fwy Suite 1040 • Houston, TX 77074 • (713)-400-ARKK • www.arkkengineers.com • TX PE Firm No. 13872 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A • Remove all pump discharge piping from the wet well. Replace with new pump discharge piping, and extend the new piping above grade through the basin slab. Extend the discharge piping to a new above -ground valve and header installation. Demolish existing below -grade valve pit. Include piping and valves to allow for a pump hose to be attached to the header piping, for use for emergency bypassing in the future. Provide an inline flow meter on the discharge header. Replace all plug valves, check valves, air valves, and header piping to be above -grade. • Replace the lift station's steel hatch with a new aluminum hatch. • Provide new control panels and electrical service, SCADA equipment, in accordance with the City's standard lift station preferences. • The existing manual transfer switch and quick connect is in good condition, and is to remain in place. • Removal of the epoxy wall liner material, and replacement with a 100% calcium aluminate cementitious corrosion -resistant wall liner (trade name: SewperCoat) material over the wet well basin walls and ceiling. • Replace the existing 8' cedar fence and gate with new cedar fencing, to the City's preference of materials and fence design. • Provide concrete pavement in all of the non -paved areas of the site inside the fence. • Install new 2" water service to the site, with a backflow preventer, meter vault, and blow off valve. A standard hose bib can also be added to the 2" blowoff valve if the City desires. Based on preliminary cost estimates prepared by ARKK, an order -of -magnitude construction cost of the project is $642,000 (includes a 20% construction contingency). During construction of this project, the City of Pearland will provide a project site representative to observe the progress of construction. Therefore, construction inspection and management services by ARKK Engineers personnel are not part of the scope of this project. SCOPE OF WORK I. DESIGN PHASE SERVICES • ARKK will evaluate the capacity of the lift station needed to serve the existing wastewater service area, and the capacity needed to serve the service area at full build - out of the service area Page 2 of 7 7322 Southwest Fwy Suite 1040 • Houston, TX 77074 • (713)-400-ARKK • www.arkkengineers.com • TX PE Firm No. 13872 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A • Perform field reconnaissance and measurements of the lift station site geometry to verify the wet well dimensions and other information that would impact design and construction. The field measurements of the lift station site geometry and associated work will be performed by ARKK's personnel. A full topographical survey of the lift station site is not included in the proposal. • Prepare project specifications, civil drawings, mechanical drawings, electrical drawings, and bid documents based on the anticipated improvements. • Coordinate with lift station contractors for constructability review and comments. • Upload to the City's site the 30% plan drawings and calculations to the City for review and comments. • Incorporate comments into the design. • Upload to the City's site the 60% plan drawings, cost estimate, and project manual to the City for review and comments. • Incorporate comments into the bid documents. • Upload to the City's site 90% plan drawings, cost estimate, and project manual to the City for review and comments. • Incorporate comments from the City into the final bid documents. • Prepare a final cost estimate for the project. • Prepare electronic documents for the City's e -bid online procurement system. • Costs for reproduction will be charged under Reimbursibles for reproduction of plans, specifications and reports. • Reproduction for review sets, submittals to the City, governmental agencies, and utility companies will be included in the cost for reproduction. Page 3 of 7 7322 Southwest Fwy Suite 1040 • Houston, TX 77074 • (713)-400-ARKK • www.arkkengineers.com • TX PE Firm No. 13872 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A II. BID PHASE SERVICES Bid Phase Services: • Assist the City in obtaining bids for the project. City of Pearland will advertise the project and will absorb all related advertising costs. ARKK will coordinate with the City and will assist in developing the wording of the advertisement. • Notify local contractors specializing in lift station work of the project. • Conduct a pre -bid conference for potential bidders. Prepare meeting agenda and minutes summary. • During the bidding process, provide information to and answer questions from potential bidders concerning the Project's construction documents. • Prepare addendums as necessary. • Prepare bid tabulation for this project. Check the bids for mathematical errors and/or bid irregularities. • Evaluate the bids and the qualifications of the apparent low bidders and advise the City as to the acceptability of the apparent low bidder. • Prepare of letter of recommendation for award of construction contract. • Attend and participate in City Council meeting to award the construction contract. Construction Administration Services: • Prepare an agenda for the pre -construction conference. • Conduct a pre -construction conference for the project. • Prepare a summary of meeting minutes for the pre -construction conference and distribute to all attendees. • Review and respond accordingly to all submittals as required by the contract specifications. • Create RFP's and review and respond to RFI's. Page 4 of 7 7322 Southwest Fwy Suite 1040 • Houston, TX 77074 • (713)-400-ARKK • www.arkkengineers.com • TX PE Firm No. 13872 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A • Prepare change orders necessitated by field conditions. • Review the contractor's pay estimates, evaluate the completion of work and make payment recommendations to the City. • Visit the site at intervals appropriate to the various stages of construction to observe the progress and quality of executed work and to determine in general if such work is proceeding in accordance with the Contract Documents. • ARKK will not be responsible for the means, methods, techniques, sequences or procedures of construction selected by the Contractor(s) or the safety precautions and programs incident to the work of the Contractor(s). ARKK's effort will be directed toward providing a greater degree of confidence for the City that the completed work of Contractor(s) will conform to the Contract Documents, but ARKK will not be responsible for the failure of Contractor(s) to perform the work in accordance with the Contract Documents. During site visits and on the basis of on -site observations ARKK shall keep the City informed of the progress of the work, shall endeavor to guard the City against defects and deficiencies in such work and may disapprove or reject work failing to conform to the Contract Documents. • Conduct a final inspection of the Project and make a recommendation for Final Payment on the project. FEE Basic Design Services - lump sum amount of: Capacity Study Services - lump sum amount of: Site and Station Measurements - lump sum amount of: Additional Services (Electrical Design) - lump sum amount of: Reproduction Budget — not to exceed amount of: Bid Phase Services - lump sum amount of: Civil & Mechanical Constr. Administration Services — Not to exceed amount of: Electrical Construction Administration Services — Not to exceed amount of: $49,826.00 $3,756.00 $1,936.00 $10,130.00 $ 750.00 $ 3,925.00 $ 16,225.00 $3,126.00 Total Fee $89,674.00 ARKK Engineers, LLC will submit monthly progress invoices for all work completed to invoice date. Hourly Services will be based on the attached Rate Schedule. Additional Services beyond those described in the Scope of Services will be invoiced on the basis of the Rate Schedule and direct cost plus 10%. Mileage will be invoiced at the federal rate. No additional services beyond the Page 5 of 7 7322 Southwest Fwy Suite 1040 • Houston, TX 77074 • (713)-400-ARKK • www.arkkengineers.com • TX PE Firm No. 13872 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A scope of this proposal will be performed or invoiced without prior authorization from the City of Pearland. SCHEDULE • Plans complete to 30%: 45 days from Notice to Proceed. • 60% Plans complete: 60 days from receiving City comments on the 30% phase • 90% Plans complete: 60 days from receiving City comments on the 30% phase • 100% Plans complete: 30 days from receiving City comments on the 90% phase ARKK Engineers appreciates the opportunity to submit this proposal and we look forward to continuing our work with the City of Pearland. Sincerely, ARKK Engineers, LLC. t.i.gic44 tA;614.q.i,.... Madhu Kilambi, P.E. Senior Project Manager / Principal Page 6of7 7322 Southwest Fwy Suite 1040 • Houston, TX 77074 • (713)-400-ARKK • www.arkkengineers.com • TX PE Firm No. 13872 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A RATE SCHEDULE Employee Classification Project Principal Senior Construction Manager Senior Project Engineer Project Engineer Senior Designer CADD Operator Construction Technician Billing Rate $190/hour $190/hour $190/hour $155/hour $135/hour $ 95/hour $ 90/hour Reimbursable expenses will be charged at cost plus 10%. Mileage will be charged at the current IRS prevailing rate. Page 7of7 7322 Southwest Fwy Suite 1040 • Houston, TX 77074 • (713)-400-ARKK • www.arkkengineers.com • TX PE Firm No. 13872 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A BAI RD GILROY DIXON ? C P S February 1, 2022 David Kasper, P.E. Arkk Engineers, LLC 7322 Southwest Fwy, Suite 1040 Houston, Tx 77074 Re: Professional Engineering Services Proposal for Sunrise Lakes Lift Station Rehabilitation Pearland, Texas BGD Project No. 154-0014; Rev.0 Dear Dave: 9711 S. Mason Rd. Suite 125 PMB 326 Richmond, Texas 77407 (281) 529-5005 www.bgdeng.com TBPE Firm No. 16575 We appreciate the opportunity to present this proposal for electrical engineering services in connection with the Sunrise Lakes Lift Station Rehabilitation Project. Project Understanding The existing lift station is in need of a complete rehabilitation to bring it up to current City of Pearland standards. This includes installation of new Flygt submersible pumps to replace the existing and replacement of the control panel and instrumentation to meet the City's standards. The new control panel will include breakers, starters, surge protection, and SCADA equipment as required for the site. A new flow meter will be installed to measure pump flow from the lift station. The electrical service equipment will be replaced to meet the City's standards. Coordination with CenterPoint service consultant will occur to verify equipment meets their standards during the design phase. A manual transfer switch and generator connector will be provided for portable emergency power. Square D equipment and components will be specified and included throughout the electrical design. Provisions will be made in the design to ensure that the existing cellular tower installed onsite has continuous power throughout construction. Temporary or bypass circuits will be installed to keep the tower in service. Based on our understanding of your project, the review and approval process, we prepared the following scope of services and fee proposal for your consideration. Scope of Services A. Electrical Design Phase Services 1. Pre -design site visit to verify existing electrical conditions. 2. Electrical Service coordination with CenterPoint Energy DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A David Kasper, P.E. Page 2 February 1, 2022 3. The electrical construction drawings shall include the following: a. Electrical site layout depicting location of electrical equipment and conduit routing. b. Electrical one -line diagram of the complete facility and load analysis specifying electrical equipment sizes. c. Conduit schedule specifying conductor and conduit sizes. d. Electrical control schematics for the proposed equipment. e. Electrical details. 4. Electrical Technical Specifications a. Division 16 specifications for electrical work and equipment required. 5. Deliverables a. 80% review set for internal and agency reviews in electronic format (PDF). b. 100% signed and sealed construction drawings in electronic format (PDF). c. Electrical specifications in electronic format (PDF). d. Bid item descriptions for bid form. 6. Items provided by Client a. AutoCAD drawings. i. Site layout ii. Border b. Load information including motor horsepower and/or equipment wattage of current and ultimate phase. c. Mechanical and process equipment specifications. B. Construction Phase Services 1. Review electrical shop drawings and submittals. 2. Review and comment on any Requests for Information (RFI). 3. Attend (1) interim site inspection to observe construction. 4. Attend (1) final inspection at substantial completion and provide a punch list of observed electrical deficiencies. Additional site visits may be requested and shall be billed as an hourly service. 5. Interpret the intent of the plans via telephone or email. Proposed Fee A. Electrical Design Phase Services (Lump Sum) B. Construction Phase Services (Lump Sum) Total Proposed Fee Special Considerations This proposal is based on the following special considerations: = $10,000 = $3,000 = $13,000 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A David Kasper, P.E. Page 3 February 1, 2022 1. This proposal shall be subject to the Professional Services Agreement dated April 3, 2019, between ARKK Engineers, LLC and Baird Gilroy & Dixon, LLC (formerly Baird & Gilroy LLC). 2. Civil design items including buildings, concrete slabs, drainage, and landscaping are not included. 3. Reimbursable expenses including outside services not performed by Baird Gilroy & Dixon, LLC personnel shall be provided and reimbursed at cost plus 10%. Although we do not anticipate any Reimbursable Expenses in addition to the structural design of the concrete slab, these services typically include reproduction and deliveries. 4. Hourly Services, if any, shall be provided in accordance with the enclosed Schedule of Hourly Rates. This rate may be revised upon written notification in January of each year. 5. The proposed fees shall be considered in their entirety for the scope of services. Should you wish to contract with us for only a portion of the work, we reserve the right to negotiate individual scope items on their own merits. 6. Cost estimates prepared by the engineer represent their best judgment as a design professional familiar with the construction industry. It is recognized, however, that the engineer has no control over the cost of labor, materials, or equipment; over the contractor's methods of determining bid prices; or over competitive bidding or market conditions. Accordingly, the engineer cannot and does not guarantee that bids will not vary from any cost estimate prepared by them. 7. This proposal shall be valid for sixty days from this date and may be extended upon approval by this office. We appreciate the opportunity to submit this proposal and look forward to working with you. An executed copy of this proposal will serve as our notice to proceed. Please return one copy to our office. Should you have any questions, please call. Sin e -ly N. han E. Ladner, P.E. Baird Gilroy & Dixon, LLC Senior Project Engineer \Projects\154\0014\Contracts\Proposal-Pearland Sunrise Lakes Lift Station Rehab Rev.0.docx Enclosure DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A David Kasper, P.E. Page 4 February 1, 2022 APPROVED BY: Signature Name and Title (Printed) 5/12/2022 I 2:54 PM CDT Date ARKK Engineers Project Number DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A 574.)GIL RD &DIXON E L E C T ', C A L ENGINEEPS SCHEDULE OF HOURLY RATES Effective January 2022 Subject to Annual Revision in January 2023 ENGINEERING PERSONNEL Electrical Staff Engineer $120 Electrical Project Engineer $145 Electrical Sr. Project Engineer $160 Electrical Project Manager $190 Officer— Principal $220 DESIGNER/DRAFTING PERSONNEL CAD Operator I CAD Operator II Designer I Designer II PROGRAMMING PERSONNEL Programmer I Programmer II Programmer III Programmer IV $70 $85 $100 $115 $120 $145 $160 $175 9711 S. Mason Rd. Ste. 125 PMB 326 Richmond, TX 77407 (281) 529-5005 www.bgdeng.com TBPE No. F-16575 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A City of Pearland Rehabilitation of the Sunrise Lakes Wastewater Lift Station Construction Cost Estimate Feb 4, 2022 by D. Kasper/ARKK Engineers Item No. BASE BID ITEMS: Item Description Unit Quantity Engineer's Estimate Unit Price Total 1 Mobilization (Not to exceed 4% of total bid) LS 1 $ 20,590.00 $ 20,590.00 2 Site Demolition, complete in place, the sum of: LS 1 $ 20,000.00 $ 20,000.00 3 Bypass pumping, including all pumps, piping, valves, connections, electrical, instrumentation, personnel, autodailer, and controls to provide temporary wastewater bypassing operations, complete in place, the sum of: LS 1 $ 50,000.00 $ 50,000.00 4 Lift Station Improvements: All work shown on Plans and described in Specifications including as follows, but not limited to: Purchase and installation of pumps, all piping, force main segments, connections, fittings, guide rails, lift chains, vent, valves, pump control panel, lighting and receptacles, submersible pump motor feeders and terminal boxes, electrical service equipment, autosensory controls, floats, structural slab, hatches, and all incidentals necessary to complete the work for a complete and operating system, complete in place, the sum of: LS 1 $ 350,000.00 $ 350,000.00 5 Wall Liner Wet Well Walls and Ceiling, Includes 100% calcium aluminate lift station wall liner per specifications at minimum 1" thickness, cleaning and debris removal, Complete in place, the sum of: SF 700 $ 50.00 $ 35,000.00 6 Install one Endress-Hauser 6" Flow Meter Tube and Panel, Complete in Place, the Sum of: LS 1 $ 25,000.00 $ 25,000.00 7 2" Water Tap and Valve EA 1 $ 2,500.00 $ 2,500.00 8 2" Water Service Pipe LF 58 $ 100.00 $ 5,800.00 9 2" Backflow Preventer Assembly, Above Ground EA 1 $ 2,000.00 $ 2,000.00 10 2" Meter Vault, Not Including the Meter and Transmitter EA 1 $ 2,500.00 $ 2,500.00 11 2" Blow Off Valve EA 1 $ 1,250.00 $ 1,250.00 12 6" Thick Concrete Site Pavement, incudes concrete pavement, crushed concrete subgrade, and steel reinforcement, Complete in Place, the Sum of: SY 17 $ 225.00 $ 3,825.00 13 Cedar fencing, 8' high, complete in place, the sum of: LF 98 $ 60.00 $ 5,880.00 14 Swing Gate, 8' high, 14' wide clear opening, Cedar, complete in place, the sum of: EA 1 $ 4,000.00 $ 4,000.00 15 Filter Fabric Fence LF 50 $ 5.00 $ 250.00 TOTAL BASE BID ITEMS: SUPPLEMENTAL ITEMS 16 Extra Concrete with Forms and Reinforcing, Complete in Place, the Sum of: 17 Extra Ductile Iron Fittings Install extra cement stabilized sand backfill, complete in place the sum of: Extra Excavation (Machine) CY Ton 2 1 $ 528,595.00 $ 350.00 $ 700.00 $ 3,500.00 $ 50.00 $ 25.00 $ 1,750.00 $ 1,250.00 $ 1,000.00 18 19 CY CY 25 40 20 Extra Labor (unskilled) Man Hours 60 TOTAL SUPPLEMENTAL ITEMS: TOTAL: TOTAL W/ 20% Contingency: $ 35.00 $ 2,100.00 $ 6,800.00 $ 535,395.00 $ 642,500.00 DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A Sunrise Lakes Lift Station Rehabilitation City of Pearland MANHOUR ESTIMATE DATE: 2/7/2022 Sr. Project Project Design CADD CADD Construction Engineer Manager Engineer Engineer II Operator III Operator II Tech TOTAL TOTAL HOURS COST TASK DESCRIPTION $185 $185 $145 $116 $95 $85 $90 DESIGN PHASE 1 Project Kickoff Meeting - Onsite 2 2 2 6 $892 2 Project Progress Meetings 4 4 8 $1,204 3 Review existing drawings, maps, master planning documents, GIS database, and available As -Built drawings provided by the City. 4 4 8 $1,204 4 Perform site visits to identify surface features such as landscaping, utility markers, pipeline markers, structures, and other apparent items that may impact the design and construction of the project. 2 8 8 18 $2,058 5 Coordinate with electrical engineering subconsultant 2 2 $370 6 Provide estimated construction costs - 30% Level 2 8 10 $1,298 7 Provide estimated construction costs - 60% Level 2 8 10 $1,298 8 Provide estimated construction costs - 90% Level 2 8 10 $1,298 9 Provide estimated construction costs - 100% Level 2 8 10 $1,298 10 Determination of replacement pump make, model, curve & present to City 12 12 $2,220 11 Develop lift station bypass pumping plan 4 4 $740 12 Prepare Project Specifications - Front End Contracts 4 8 12 $1,668 13 Prepare Project Specifications - Civ. & Mechanical Technical Specifications 4 8 24 36 $4,684 14 Prepare Project Specifications - Electrical Specifications 8 8 $1,480 15 QA/QC - 30%/60%/90% & 100% 16 8 8 32 $5,200 DESIGN DRAWINGS 16 Cover Sheet /Vicinity Map 1 2 2 5 $665 17 General Notes 2 4 4 10 $1,330 18 Mechanical Plan and Sections - Pump, piping, and valve replacement 12 18 32 62 $7,870 19 Mechanical Plan - Lift Station Wet Well Rehabilitation 1 4 4 8 17 $1,989 20 Bypass Pumping Plan 4 8 24 36 $4,180 21 Lift Station Rehabilitation Details 1 4 8 24 36 $4,180 22 Lift Station Rehabilitation Details 2 4 8 24 36 $4,180 23 Electrical Plans - Panel Design 8 4 10 22 $3,010 24 Electrical Plans - Electrical Service Design & CenterPoint Coordination 8 4 8 20 $2,820 25 Electrical Plans - Electrical Site Plans and Schematics 8 4 8 20 $2,820 SITE SURVEY / MEASUREMENTS 26 On Site Field Measurements of the site 2 6 6 14 $1,936 CAPACITY STUDY 27 Capacity Study : Existing and Ultimate 4 8 16 28 $3,756 REPRODUCTION OF PLANS AND SPECIFICATIONS 28 Reproduction Costs $750 DESIGN PHASE TOTALS 16 120 88 108 160 0 0 492 $66,398 BID PHASE Sr. Project Project Design CADD Construction Engineer Manager Engineer Engineer II Operator Tech 29 Notify local contractors specializing in lift station work on the project 1 2 3 $417 30 Conduct a pre -bid conference for potential bidders. Prepare meeting agenda and minutes summary 2 4 6 $1,110 31 provide information to and answer questions from potential bidders concerning the Project's construction documents 2 2 $370 32 Prepare addendums as necessary 2 2 $370 33 Prepare bid tabulation for this project. Check the bids for mathematical errors and/or bid irregularities 2 4 6 $592 34 Evaluate the bids and the qualifications of the apparent low bidders and advise the City as to the acceptability of the apparent low bidder 1 4 5 $649 35 Prepare of letter of recommendation for award of construction contract 1 2 3 $417 36 Attend and participate in City Council meeting to award the construction contract 0 $0 BID PHASE TOTALS 2 11 0 10 0 4 27 $3,925 Sr. Construction Sr. Project Design CADD Construction Manager Engineer Engineer Engineer II Operator Tech CONSTRUCTION ADMINISTRATION PHASE 37 Prepare Pre- Construction Meeting Agenda 1 2 1 4 $507 38 Attend Pre -Construction Conference 4 4 8 $1,480 39 Attend Progress Meetings - 8 meetings 16 4 20 $3,700 40 Submittal Review 2 4 12 18 $2,190 41 Electrical Submittal Review and CA Services 10 8 1 $3,126 41 City Staff Field Support 8 0 0 8 $1,480 42 Field Meetings - 2 Meetings 8 8 $1,480 43 Review and Approve Pay Estimates 4 8 6 18 $2,208 44 Substantial Walk Through 4 4 8 $1,204 45 Final Walkthrough 2 2 4 $602 46 Review and Approve Final Pay Estimate 2 4 6 12 $1,374 CONSTRUCTION ADMINISTRATION PHASE TOTALS 42 31 8 0 25 108 $19,351 SUMMARY: Design Phase: Bid Phase: $66,398 $3,925 $19,351 $89,674 Construction Phase: TOTAL: DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A PROJECT SCHEDULE - SUNRISE LAKES LIFT STATION 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 TASK 3/1/2022 3/8/2022 3/15/2022 3/22/2022 3/29/2022 /5/2022 /12/2022 /19/2022 N N O N LID 5/3/2022 5/10/2022 5/17/2022 5/24/2022 5/31/2022 6/7/2022 6/14/2022 6/21/2022 6/28/2022 7/5/2022 7/12/2022 7/19/2022 7/26/2022 8/2/2022 8/9/2022 8/16/2022 8/23/2022 8/30/2022 9/6/2022 9/13/2022 9/20/2022 9/27/2022 10/4/2022 10/11/2022 10/18/2022 10/25/2022 11/1/2022 11/8/2022 11/15/2022 11/22/2022 11/29/2022 12/6/2022 12/13/2022 12/20/2022 12/27/2022 1/3/2023 1/10/2023 1/17/2023 1/24/2023 ARKK Design Phase - Sunrise Lakes Lift Station Design to 30% Submit 30% to City Staff Review Design to 60% Submit 60% to City Staff Review Design to 90% Submit 90% to City 71 Staff Review - Design to 100% Submit 100% to City 4' Staff Review Finalize Advertise for Bids Letter of Recommendation Council Approval of Construction Contarct DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 -4 and 6 it there are interested parties. Complete Not, 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number- 2022-847127 Date Filed: D2/0412022 Dale Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. ARKK Engineers LLC Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract tar which the form is being tiled. City of Fearland 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. WW 2204 ARKK ConsLIIung Engineering Services Name of Interested Parry City, State, Country (place of business) Nature at interest (check applicable) Controlling I Intermediary 5 Check only if there is NO Interested Party 6 UNSWCRN DECLARATION My name is 4f r.e4 - iii/ a.5r2 r , and my date of birth Is , f/_ / I- / q 10 My address is 311 Coq/r.,.ivl-0nrs Y I.-1 61- Dr. ,71bi' Yr a.ri ,' 17 33( , as?? {street) (oily) {Stale) (zip Code) (country) I declare under penalty of perjury that the foregoing is true and correct. t1 Executed in 4314--v-,-1. D County, State of 45 , on the I day of rte+ , 20 X727 (month) (y0ar) . gnatire of authorized agent or contracting business entity (Declarant) Forms provided by Texas Ethics Commission w\ w,ethics.state,fx.us Version V1.1.191bEedc DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2022-862359 Date Filed: 03/17/2022 Date Acknowledged: 03/21/2022 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. ARKK ENGINEERS, LLC Houston, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Pearland 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. WW2204 Professional Services for Sunrise Lakes Lift Station Rehabilitation Project 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 UNSWORN DECLARATION My name is , and my date of birth is , My address is , , , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in County, State of , on the day of , 20 . (month) (year) Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.1.191b5cdc DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A ARKKENG-01 DTAPIA ,4comb CERTIFICATE OF LIABILITY INSURANCE 4.......----2 DATE (MM/DD/YYYY) 2/4/2/4/2022 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Securance Corporation Agency 10205 Westheimer Rd., Ste. 1100 Houston, TX 77042 CONTACT NAME: PHONE FAX (A/C, No, Ext): (713) 977-6606 (A/C, No):(713) 785-6722 E-MAILDSS: info@securancecorp.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Valley Forge Insurance Company 20508 INSURED ARKK Engineers, LLC James Andrews 7322 S/W Frwy #1040 Houston, TX 77074 INSURER B : Continental Casualty Company 20443 INSURER C : American Casualty Co. of Reading, PA 20427 INSURER D : Lloyds of London 15792 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF !MM/DDIYYYYI POLICY EXP !MM/DDIYYYYI LIMITS A X COMMERCIAL GENERAL LIABILITY X X 5085716164 12/17/2021 12/17/2022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGES (RENTED PREMISES (Ea occurrence) $ MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE POLICY OTHER: LIMIT APPLIES PRX JECT O PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE X LIABILITY X SCHEDULED AUTOS AUUTOS ONLY X X 5085716164 12/17/2021 12/17/2022 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY a E accident) DAMAGE $ $ B X UMBRELLA LIAB EXCESS LIAB OCCUR CLAIMS -MADE X X 5085716276 12/17/2021 12/17/2022 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 DED X RETENTION $ 10,000 $ C WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N / A X 5085716231 12/17/2021 12/17/2022 " PER STATUTE OTH- ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 D D Professional Liabili Professional Liabili ANE4320816.21 ANE4320816.21 11/14/2021 11/14/2021 11/14/2022 11/14/2022 Limit Aggregate 2,000,000 2,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SEE ATTACHED ADDENDUM Project: Sunrise Lakes Lift Station Rehabilitation Project CERTIFICATE HOLDER CANCELLATION City of Pearland 3519 Liberty Drive Pearland, TX 77581 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ,4,-/o6f14C( ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 0289137B-F76D-4782-8E2E-8CE98B6D9F6A AGENCY CUSTOMER ID: ARKKENG-01 LOC #: 1 DTAPIA AFRO ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Securance Corporation Agency NAMED INSURED nd ews ' LLC James Engineers, 7322 S/W Frwy #1040 Houston, TX 77074 POLICY NUMBER SEE PAGE 1 CARRIER SEE PAGE 1 NAIL CODE SEE P 1 EFFECTIVE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance General Liability and Auto policies provide Blanket Additional Insured with Primary and Noncontributory wording. General Liability, Auto, and Workers Compensation provides Blanket Waiver of Subrogation, all where required in an executed written contract. 30 Days Notice of cancellation except for non payment of premium. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD