Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2022-096 2022-05-09
RESOLUTION NO. R2022-96 A Resolution of the City Council of the City of Pearland, Texas, authorizing a design contract with Weston Solutions, Inc., for design services associated with the Westminster Autumn Lakes Lift Station Rehabilitation Project, in the estimated amount of $99,369.50. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for design services associated with the Autumn 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 Autumn Lakes Lift Station Rehabilitation Project. PASSED, APPROVED and ADOPTED this the 9th day of May, A.D., 2022. _____________________________ J.KEVIN COLE MAYOR ATTEST: _____________________________ LESLIE CRITTENDEN CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: 0A25AF02-898B-4C60-9D95-62A4A2F9D6EE 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 Weston Solutions, Inc. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Autum Lakes Station Rehabilitation ("PROJECT"). (Project #WW2203) 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 perform the described 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: D049B519-6E74-447E-BD95-BF580EC62346 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: D049B519-6E74-447E-BD95-BF580EC62346 Design 3 of 7 D2 Revised 04/2019 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end Semptember 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) $74,550.50 2. Additional Services shall require independent and specific authorization and shall be billed as (Lump Sum): $0.00 3. Bid Phase Services (Hourly Not to Exceed) $3,780.00 4. Construction Phase Services (Hourly Not to Exceed) $19,593.00 5. Reimbursable Expenses (Not to Exceed) $1,500.00 6. Total: $99,369.50 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: D049B519-6E74-447E-BD95-BF580EC62346 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: D049B519-6E74-447E-BD95-BF580EC62346 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 2929 Briarpark Dr., Suite 175, Houston, TX 77042. 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: D049B519-6E74-447E-BD95-BF580EC62346 Design 6 of 7 D2 Revised 04/2019 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, th e 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. ____________________________ CITY OF PEARLAND, TEXAS DATE ____________________________ CONSULTANT DATE 4/18/2022 DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 5/12/2022 | 7:41 AM CDT House Bill 89 Verification Megan Schwartz (Person name), the undersigned representative (hereafter referred to as "Representative") of Weston Solutions, Inc. _ (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 3. 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. ,.~ SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 19th day of __April , 20 22 . Notary Public Commonwealth of Pennsylvania-NotarySeal Michelle Walker, Notary Public ChesterCounty My commission expiresAprit 17, 2024 Commission number 1173388 Member, Pennsylvania Association of NotaNed Design 7 of 7 D2 Revised 04/2019 DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 BASIC SERVICES: PHASE II and PHASE III SERVICES FOR Autumn Lake Lift Station Improvements WBS LEVEL OF EFFORT ESTIMATE BASIC SERVICES• DESIGN/RIDDING/CONSTRUCTION PHASE SERVICES Item Description / Task Estimated Manhours Subtotal (cost $) Subs (cost) Subs (cost+l0%) Total Fee Princ.in Charge (hrs) Julian Bielawski QA/QC. (hrs) Lori Bender Project Mgr. (his) Javier Martin Structural Eng. John Lardas Junior Egr. (his) Stephanie Straudt CADD (hrs) Admin. (hrs) Subtotal (hrs) Bill Rate $ 235.00 $ 190.00 $ 165.00 $ 165.00 $ 100.00 $ 96.00 $ 77.00 I Phase II - Final Design : A Project Management and Document Submission 1. COP / Site / Coordination Meetings (4) 2 0 8 16 0 0 26 $ 3,390.00 $ - $ 3,390.00 2. Progress Updates/Project Management 1 0 5 0 0 10 16 $ 1,830.00 $ - $ 1,830.00 Subtotal Project Management 42 $ 5,220.00 $ - $ - $ 5,220.00 B Construction Sets 1. Progress Submittals 30% (Basis of Design), 60%, 90% & 100% 0 22 16 60 46 0 144 $ 17,236.00 - $ 17,236.00 2. Specifications, Preparation & Review, Project Manual 0 2 12 36 0 4 54 $ 6,268.00 - $ 6,268.00 3. Construction Cost Estimate, Preparation & Review 0 2 12 24 0 2 40 $ 4,914.00 - $ 4,914.00 4. Review & Incorporate Submittal Review Comments 0 0 8 22 25 4 59 $ 6,228.0 - $ 6,228.00 5. Limited Survey for Elevations 0 0 0 0 0 0 0 $ - $ 1,500.00 1,500.00 $ 1,500.00 General Drawings G-1 Cover Sheet & Vicinity Map 0 0 2 4 10 0 16 1,690.0 - $ 1,690.00 G-2 Drawing Index, Legend & Abbreviations & Project Identification Sign 0 0 2 2 14 0 18 1,874.0 - $ 1,874.00 G-3 General Notes 0 0 2 4 10 0 16 1,690.0 - $ 1,690.00 Civil Drawings C-1 Facility Plan & Site Improvement 0 0 2 8 16 0 26 2,666.0 $ - $ 2,666.00 C-2 LS Wetwell Rehabiliation / Civil Details 0 0 2 4 20 0 26 2,650.0 $ - $ 2,650.00 Structural Drawings S-1 Piping Support/Structural Details 0 0 2 3 4 24 0 33 $ 3,529.00 $ - $ 3,529.00 Mechanical Drawings M-1 LS Demo Plan 0 0 2 4 18 0 24 $ 2,458.0 $ - $ 2,458.00 M-2 LS Proposed Plan wl Curves & Proposed Cross Sections 0 0 3 10 24 0 37 $ 3,799.0 - $ 3,799.00 M-4 LS Details 0 0 2 10 18 0 30 $ 3,0 - $ 3,058.00 Electrical & Inst. Drawings E-1 Electrical Drawings 0 0 2 4 12 0.5 18.5 $ 1,920.50 $ 8,500.00 $ 9,350.00 $ 11,270.50 541.5 $ 59,980.50 $ 10,000.00 $ 10,850.00 $ 70,830.50 III II Bidding Phase 1. Attend Pre -Bid Meeting 0 0 2 0 0 0 2 $ 330.00 $ - $ 330.00 2. Prepare 8, Issue Addenda (2) 0 0 1 5.5 0 0 6.5 $ 715.00 $ - $ 715.00 3. Respond to Bidder Questions 0 0 1 3 0 0 4 $ 465.00 $ 800.00 $ 880.00 $ 1,345.00 4. Bid Evaluation / Bid Tabulation 0 0 2 2 0 0 4 $ 530.00 $ - $ 530.00 5. Recommendation of Award 0 0 2 0 0 0 2 $ 330.00 $ - $ 330.00 Subtotal 6. Const. Contract Preparation 0 0 2 2 0 0 4 $ 530.00 $ - $ 530.00 Bidding Phase 22.5 $ 2,900.00 $ 800.00 $ 880.00 $ 3,780.00 C:\Users\benderR4ppData\Local\Microsof\Windows\INetCache\Content.Outlook\JOBUGFM4\R320220217 Design Fee Estimation Spreadsheet_MG (002) Page 1 of 2 Printed:3/14/2022 9bEZ9a3089d8-56O8-3Lbb-b/39-6 6586b0O :01 edoieAu3 u6Snooa BASIC SERVICES: PHASE II and PHASE III SERVICES FOR Autumn Lake Lift Station Improvements WBS LEVEL OF EFFORT ESTIMATE BASIC SERVICES: DESIGN/BIDDING/CONSTRUCTION PHASE SERVICES Item Description / Task Estimated Manhours Subtotal (cost $) Subs (cost) Subs (cost+10%) Total Fee Princ.in Charge (hrs) Julian Bielawski QA/QC. (hrs) Lori Bender Project Mgr. (hrs) Javier Martin Structural Eng. John Lardas Junior Egr. (hrs) Stephanie Straudt CADD (hrs) Admin. (hrs) Subtotal (hrs) III Bill Rate $ 235.00 $ 190.00 $ 165.00 $ 165.00 $ 100.00 $ 96.00 $ 77.00 CONSTRUCTION PHASE SERVICES: 1. Attend Pre -Construction Meeting 4 0 4 4.65 0 0 12.65 2,065.00 $ 2,400.00 $ 2,640.00 $ 4,705.00 2. Conformed Drawings 0 0 2 10 1 0 13 1,426.00 $ $ 1,426.00 3. Submittals as Required by Project Specifications 0 0 5 16 0 0 21 2,425.00 $ $ 2,425.00 4. Re -Submittals ( assume 1/3 of Total Submittals) 0 0 2 8 0 0 10 1,130.00 $ $ 1,130.00 5. RFIs (assume 3 RFIs) 0 0 3 8 2 0 13 1,487.00 $ $ 1,487.00 6. Subst./Final Completion Walk-Thru / Recommendations 0 0 6 10 0 0 16 $ 1,990.00 $ $ 1,990.00 7. Preparation of Record Drawings 0 0 4 12 36 0 52 $ 5,316.00 $ $ 5,316.00 8. Witness Startup Testing (ATS/Generator/Pumps) 0 0 4 4 0 0 8 $ 1,060.00 $ $ 1,060.00 Subtotal Phase III - Construction Phase Services 72. 0 145.65 $ 16,899.00 $ 2,400.00 $ 2,640.00 $ 19,539.00 DESIGN PHASE SERVICES HOURS 3 26 82‘' 3 212 W 20.5 583.5 583.5 $ 65,200.50 DESIGN PHASE SERVICES (LUMP SUM) COST $ 705.00 $ 4,940.00 $ 13,530.00 $ 495.00 $ 21,200.00 $ 22,752.00 $ 1,578.50 $ 10,000.00 $ 10,850.00 $ 76,050.50 BIDDING PHASE SERVICE HOURS BIDDING PHASE SERVICE(T&M NOT TO EXCEED) COSTS 0 0 10 0 12.5 0 0 22.5 $ 2,900.00 $ 800.00 $ - $ - $ 1,650.00 $ - $ 1,250.00 $ - $ - $ - $ 880.00 $ 3,780.00 TOTAL CONSTRUCTION PHASE SERVICES HOURS 4 0 30 0 72.65 39 0 145.65 145.65 TOTAL CONSTRUCTION PHASE SERVICES (T&M NOT TO EXCEED) COSTS $ 940.00 $ - $ 4,950.00 $ - $ 7,265.00 $ 3,744.00 $ - $ 16,899.00 $ 16,899.00 $ 2,400.00 $ 2,640.00 $ 19,539.00 C:\Users\benderR4ppData\Local\Microsof\Windows\INetCache\Content.OW00k\JOBUGFM4\R320220217 Design Fee Estimation Spreadsheet_MG (002) $ 99,369.50 Page 2 of 2 Printed:3/14/2022 9b£Z9a308538-56O8-3Lbb-bL39-6L586b0O :01 edoieAu3 u6snooa DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 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: 2022-875532 Date Filed: 04/19/2022 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Weston Solutions Inc. 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 Pealand 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. WW2203. Engineering Services 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 Sam Irrinki , and my date of birth is , 3427 Tourmaline Trail Roundrock TX My address is 78681 USA , (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Williamson County, State of TX , on the 19 day of April 20 22 (month) (year) , ''le: ----.._, L.---- = t..,. 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: D049B519-6E74-447E-BD95-BF580EC62346 ACORL CERTIFICATE OF LIABILITY INSURANCE DATE (MM.DD;YYYY) 04;1912022 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 TNSURED 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 MAISI I USA INC. 1717 Arch Street Philadelphia, PA 19103 Mtn: Phredd Oia.certa@a-ssl.core Fax: 212-945-0360 CNrr 023 :7781 -LPN -Prof -22.23 INSURED WESTON SOLUTIONS, INC. 1400 WESTON WAY 1'dEIST CHESTER, PA 19380 COVERAGES CERTIFICATE NUMBER: CONTACT NAME; PHONE (A(C, No, Ext): E-MAIL. ADDRESS FAX (A:C7, Nn}: INSURERS) AFFORDING COVERAGE INSURER A : Greer wioh Insurance Company INSURER E Liberty Mutual Ins:LPance Corperelion INSURER C : NIA INSURER o : Liberty Mutual Fire i rs Co INSURER F : Libony Insurance Cnrporalion INSURER F CLE 0%6874390 01 REVISION NUMBER: NAIC$L 22.372 73043 N/A 23035 47404 TI I]S IS TO CERTIFY THAT THE POLICIES OF INSUI LANCE LISTED BELOW E IAVE BEEN ISSUED TO THE INSUftED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTItACLr OH OTHER DOCUMENT WITH RESPECT TO WI IICH THIS CERTIFICATE MAY RE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SI1OWN MAY I IAVE BEEN REDUCED SY PAID CLAIMS. ILTH•NSF] WVD • POLICY NUMBER POLICY EFF ' POLICY EXP r LIMITS TYPE OF INSURANCE EMOLIC YEFF ! IPPOLICY A X COMMERCIAL GENERAL. LIABILITY c: AIMS -MADE I X OCCUR GE.N 1. AGGREGATE LIMIT APPLIES PEP: X POLICY ! JECT 1 LO C OTHER: GEC300071707 0111512022 0111512023 EACH OCCURRENCE [7AMACI. FL] Ili:NTI :7 PREMISES (Era rccurre• r:: MED EXP ,'A.rry one persorl PERSONALS ADV INJL.DY GENERAL ACOREOATE PRODL;CTS COMP/OP AGO 1,000,000 1,T1C0,000 10:000 1,000.000 2.000,000 2.000.003 C B E3 F AUTOMOBILE LIABILITY X ANv AUTO OWNED AU I OS ONLY x HIRED AU T OS ONLY UMBRELLA LTA➢ EXCESS ;JAB DED SCHEDULED • AUTOS x I NON -OWNED AUTOS ONLY RETENTION $ Al2.631.477160-042 01;1512022 01/1512023 COMBINED SWOLE LIMIT (E -a a^cldentl HOITIL Y IN,Ii111Y (s'r.•r parson] HOW Y INJURY ,per acC'oenLI $ r'FDI'E:l1•.? L7AP.+AC:- 'Per accuen[ OCCUR CLAIMS -MADE WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPRL]F'RIETOR.PARTNER;EXEC:I:r IVE OF:F-ICFRIME-MRFRE-XCI UDF-D? (Mandatary in NH) I' yes, descrSe order DESCrIIPTION OF OPERAT-ONS belo.v Y; N N N;A WAS -(12D-477'60-0:.2 {ADS WC:S-Ei:31-477160-052 (WI) V'C7-631-477160-062 (MA) 1,030,000 EACH OCCURRENCE 3 AGGREGATE P 0105/2072 01115,+2023 01:11512077 0111512023 131/15?2022 0111512.023 X PER CTH- SrArl1TF - ELI . E.L. EACH ACC:DENT ',000,000 E._. DISEASE EA EMPLOYE:I 3 ':,000,000 E:.'... I55FA51: f'(7'..ICY I Ihgi I 1,000,000 A P+tDFESSICNAL:-IAHIITY FECC045365O7 0/11512072 0111512023 511/: $5.00.353 EACH OCCURRENCE 1,000,000 AGGREGATE 1.00'5,0(10 DESCRIPTION OF OPERATIONS + LOCATIONS (VEHICLES (ACORD 105, Addillonal Remarks Schedule, may be allached if mere space is required) He: Aur.:rn Lake Lit Salien fie"ahililetirn City of Pear+.and Is included as additional insured (except far workers' r.C,rnT]ensatiC,r! ai.d profess'nnel lieb iityl as required by wrtten coolract. Waiver of subrogation is applicable where ra:i:l rep by written C(]rltrect. CERTIFICATE HOLDER CANCELLATION City of Peadalld 2559 I liIlhause Pearland, TX 77584 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORE2ER REPRESENTATIVE r/L. vz4Gl !/L5T4 &7 ACORD 25 (2016/03) © 1988-2016 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: D049B519-6E74-447E-BD95-BF580EC62346 ENDORSEMENT This endorsement, effective 12:01 a.m., 01-15-2022 forms a part of Policy No. GEC3000717-07 issued to Weston Solutions, Inc. by Greenwich Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION NOTIFICATION TO OTHERS ENDORSEMENT In the event coverage is cancelled for any statutorily permitted reason, other than nonpayment of premium, advanced written notice will be mailed or delivered to persons) or entity(ies) according to the notification schedule shown below: Name of Person(s) or Entity(ies) Mailing Address: Number of Days Advanced Notice of Cancellation: Any person(s) or entity(ies) requiring by written contract that the Named Insured provide advanced written notice of cancellation. The person or entity must be listed on a spreadsheet from the broker that includes the person's or entity's name and valid mailing address. This spreadsheet must be received by the Company within five days of the Company's request to the broker. Otherwise, the Company will bear no responsibility for such advanced written notice of cancellation. Refer to spreadsheet provided by broker 30 All other terms and conditions of the Policy remain unchanged. IXI 405 0910 ® 2010 X.L. America, Inc, All Rights Reserved. May not be copied without permission.