Loading...
HomeMy WebLinkAboutR2022-111 2022-11-07DocuSign Envelope ID: 756B33E6-6414-4285-9C70-8E8CFDE5D40A RESOLUTION NO. R2022-111 A Resolution of the City Council of the City of Pearland, Texas, authorizing a contract with Infra Tech Engineers & Innovators, LLC, for design services associated with the Pearland Parkway Intersection Improvement Project (Pearland Parkway at Broadway), in the estimated amount of $127,651.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for design services associated with the Pearland Parkway Improvement 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 Pearland Parkway Improvement Project. PASSED, APPROVED and ADOPTED this the 7th day of November, A.D., 2022. DocuSigned by: 9z• LC�L 1. '<FORM _ E _ MAYOR ATTEST: ,-DocuSigned by: 'V'aaAtt,s anti FRWE`rASGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: (—DocuSigned by: I kfiq811F4LOKER CITY ATTORNEY yy+am,„, ,n 1..� ....�..N.,T. DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 Exhibit A CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is entered into upon final execution by and between the City of Pearland ("CITY") and InfraTECH Engineers and Innovators, Inc. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Broadway at Pearland Parkway Intersection Improvements ("PROJECT"). (Project #TR2001) 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 Design 1 of 7 D2. Revised 04/2019 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 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. Design 2 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end August 31, 2023. SECTION III - CONSULTANT'S COMPENSATION A. B. The total compensation for the services performed shall not exceed the total noted in Section 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) 2. Additional Services shall require independent and specific authorization and shall be billed as (Not to Exceed): 3. Bid Phase Services (Hourly Not to Exceed) 4. Construction Phase Services (Hourly Not to Exceed) 5. Reimbursable Expenses (Not to Exceed) 6. Total: $113,066.00 $0.00 $5,688.00 $7,296.00 $1,601.00 $127,651.00 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 Design 3 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 performing any work or submitting any invoices for work that exceeds the fixed contract amount under any expense category. 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 - Design 4 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 consultant(s) or in any way affect the CONSULTANT'S status as an independent contractor of the CITY. 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 11111 Wilcrest Green Dr, Suite 410, 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. Design 5 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 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. c—DocuSigned by: ec,arSDIA, 11/8/2022 I 9:46 AM CST CI'1S1!EARLAND, TEXAS DATE Anwar Zahid, President & CEO March 04, 2022 CONSULTANT DATE Design 6 of 7 D2 Revised 04/2019 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 House Bill 89 Verification "t ter (Person name), the undersigned representative (hereafter referred to as "Representative") of ;'1, 5.1 ?'r! l 'rte s (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 t i day of +Cjl, , 20 ,` U1 0 fa12-67 JAMIE L. KRENEK ' 4▪ 3 ( MY COMMISSION EXPIRES f#r OCTOBER 22, 2023 �rfr▪ +o��rtl NOTARY MD: 7+]9467 Notar Public 7 ar 7 02 Revised 04/2019 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 Scope of Services For Broadway at Pearland Parkway Intersection Improvement Project Project No. TR2001 City of Pearland ALI'''. Engineers I. InnovoPors liC infraTECH DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 infraTECH I. PROJECT DESCRIPTION The work to be performed by infraTECH Engineers & Innovators, LLC and team members (CONSULTANT) will generally consist of developing Plans, Specifications, and Estimates (PS&E) in accordance with the City of Pearland (CITY) and Texas Department of Transportation (TxDOT), wherever applicable, criteria, standards, and specifications to add an additional left -turn lane on the south approach and a right - turn lane on the north and south approaches at the intersection of Broadway St (FM 518) and Pearland Parkway. II. GENERAL REQUIREMENTS a) The CONSULTANT shall develop project specific design criteria, based on design speed, functional class of roads, and other applicable CITY and TxDOT Manuals and CITY ordinances, and summarize those in a Design Summary Report (DSR). All assumptions and constraints shall be identified and documented. The design criteria shall be reviewed and approved by the CITY prior to commencing the design work. b) The CONSULTANT shall coordinate with the utility companies that have utilities within or adjacent to the PROJECT boundary on any and all exposure, removal, and/or relocation work necessary to implement the PROJECT. The CONSULTANT shall coordinate with the CITY in reviewing existing utility information and provide a utility conflict analysis. If it is determined that any other utility coordination will be necessary by the CONSULTANT, the task will be accomplished through an amendment to this Agreement. c) Since the PROJECT involves a state highway (FM 518), the CONSULTANT shall coordinate with the Brazoria Area Office of TxDOT- Houston District at the early stage and throughout the design period of the PROJECT regarding permit needs and other TxDOT requirements. The CONSULTANT shall be responsible for obtaining any permits required for the PROJECT. Page 2 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 �ainfrcTECH d) The CONSULTANT shall prepare plans following the CITY Engineering Design Criteria Manual and other applicable TxDOT Manuals. Plan sequence shall follow the CITY Engineering Design Criteria Manual. e) For submittals to the CITY, the CONSULTANT shall follow the guidelines provided in Chapters 1 and 2 of the CITY Engineering Design Criteria Manual. For TxDOT submittals, the CONSULTANT shall submit necessary copies, as required by TxDOT, of 11"X17" plans. These shall be reviewed and checked by the CITY and TxDOT and returned to the CONSULTANT for corrections. f) After addressing the comments adequately, the CONSULTANT shall submit an electronic copy of the revised and final construction plans and other documents along with responses to comments and redlined plans to the CITY for approval. g) All plans, specifications, documents, provisions, attachments, and correspondence provided in accordance with the contract shall be dated. The CONSULTANT shall also provide monthly progress reports to the CITY during the course of the design. Monthly progress reports will not be provided during bid phase or construction. III. BASIC SERVICES The Consultant shall render the following professional engineering services to the CITY in connection with the construction of the PROJECT. 1. Preliminary Phase Services a. The CONSULTANT shall attend meetings with the CITY & TxDOT- Houston District, as required, to identify & solicit necessary information. The CONSULTANT shall coordinate with the TxDOT regarding the permit needs and other TxDOT requirements. b. The CONSULTANT will gather and review existing information from: i. Available as -built plans and existing right-of-way (ROW) maps from the CITY and TxDOT; and public and private utility plans Page 3 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 m.a:IpvinfraTECH ii. Available drainage studies and floodplain information from FEMA, CITY, TxDOT, and BDD4 iii. CITY and TxDOT General Notes for Plans iv. Applicable Standard Drawings/Details c. The CONSULTANT shall provide or procure additional information, as required. 2. Field Survey a. The CONSULTANT shall determine existing ROW line based on recorded data. b. Perform topographic survey of: • Pearland Parkway from approximately 300' south of the intersection to approximately 450' north of the intersection and will include detail intersection information. Detailed survey will not be collected on the departure side for both north and south approaches. Deliverables • Planimetric design file containing field survey data in dgn/AutoCAD format. 3. Design Services a. The CONSULTANT shall prepare a conceptual design and meet with the CITY for concurrence prior to moving forward with design. b. The CONSULTANT shall conduct limited drainage impact analysis for the intersection within limits defined. The scope doesn't include drainage mitigation alternatives study and design The CONSULTANT shall: i. Review existing plans and drainage system ii. Prepare a Technical Memorandum documenting the analysis findings iii. Coordinate with the CITY. No BDD4 approval is required per communication with the District. Page 4 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 ��:infrcTECH c. The CONSULTANT shall identify utility conflicts & notify all utility companies and other entities that have facilities within the project limit d. The CONSULTANT shall prepare a preliminary Engineer's opinion of probable cost estimate e. The CONSULTANT shall attend monthly progress/update meetings Deliverables • Conceptual Design Plan for review and concurrence • Preliminary Engineer's opinion of probable cost estimate 4. Final Design Phase Services This phase will consist of three submittals: 60%, 90%, and Final. a. The CONSULTANT shall prepare plans, specifications, and cost estimate in accordance with City of Pearland's Design Criteria Manual (DCM) and applicable TxDOT standards. i. The CONSULTANT shall prepare the following plans: • Title/Cover Sheet • Index Sheets • Project Layout — The layout should depict project limit with begin and end stations, and north arrow. • Existing and Proposed Typical Sections — The existing and proposed typical sections should be shown with roadway (pavement, curb, sidewalk, ROW etc.) characteristics. The CONSULTANT shall incorporate pavement design for the pavement widening based on the existing pavement section. • General Notes (inserted by the CONSULTANT) — The CONSULTANT will edit the Master General Notes file(s) provided by the CITY and will insert into the plan set. Any required TxDOT notes will also be incorporated (for signal design). Page 5 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 infraTECH • Estimate and Quantities (inserted by the CONSULTANT) — The CONSULTANT will prepare, in a spreadsheet format, a complete listing of construction bid items and compute estimated quantities required for each bid item and insert it in the plan set. • Traffic Control Plans (TCP) — The CONSULTANT shall develop a detailed TCP when traffic handling during construction involves complications for which a feasible solution is not covered by the current edition of the TMUTCD or the current TxDOT TCP Standards. TCP will be submitted to the CITY for approval after 60% submittal. The CONSULTANT shall prepare plans, details, typical sections, and phasing for the construction. • Survey (H & V) Control — This sheet will include centerline alignment data, tied to project control, for the entire project limits including curve data and bearing/coordinates for each alignment. • Removal Sheets — These sheets will show all items that need to be removed to accommodate the proposed design. • Roadway and Drainage Plan/Profile — These sheets will show roadway and drainage plans and profiles, including roadway transitions, based on the controlling criteria and standards mentioned above. • Intersection Layout — The CONSULTANT shall design the intersection to accommodate the design vehicle turning radius. ADA ramps will be designed following ADA standards. The CONSULTANT will be responsible for all necessary submittals to the Texas Department of Licensing and Regulation (TDLR) for final review and inspection of all proposed pedestrian and bicycle facilities. • Miscellaneous Roadway Details — This sheet(s) may be developed to illustrate any necessary additional construction details not covered by the Standards. The CONSULTANT shall obtain CITY approvals for these details. Page 6 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 ��in fra•TECH • Signing and Pavement Marking — The CONSULTANT shall prepare signing and pavement marking plans according to the TMUTCD. Details of any non-standard sign(s) will be shown in the plans. • Traffic Signal — The CONSULTANT shall provide the design plans for installing traffic signal at the intersection of Broadway and Pearland Parkway. It is assumed that existing signals will be replaced with new signal system. Additionally, temporary signals will also be needed. It is assumed that the temporary signal will utilize a combination of existing mast arms and wood pole mounted signal heads. • Erosion Control Plan — Prepare erosion control layout sheets showing all necessary erosion control devices. Provide any details necessary to clarify the construction requirements of the erosion control plans. This task doesn't include preparation of SW3P permitting assuming that the Contractor will prepare the SW3P in accordance with the latest EPA and TCEQ criteria in order to comply with NPDES requirements. • Standard Drawings — The CONSULTANT shall identify all applicable CITY and TxDOT standards for TCP, Roadway, Drainage, Signing and Pavement Markings, Traffic Signals and other details. The CONSULTANT shall prepare a list of standard drawings. Standard Drawings will not need to be attached to the plan set. • Cross Sections — The CONSULTANT will develop cross sections at 50' interval. Cross Sections will be developed at a scale following CITY guidance. ii. The CONSULTANT shall prepare Engineer's opinion of probable cost estimates for each submittal. iii. The CONSULTANT shall prepare bid documents for the Final Plan Submittal, including a specification package including standard Page 7 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 ITOIROMI CITY and TxDOT specifications, and any special specifications/ provisions. b. The CONSULTANT shall provide 60% and 90% plans to all utility companies or other entities that have facilities within the project limit. If requested by the CITY, the CONSULTANT shall coordinate and attend the utility coordination meeting(s) and schedule relocation. c. The CONSULTANT shall coordinate with TxDOT, provide plans, and obtain necessary permit. d. The CONSULTANT shall assist the CITY in obtaining a Local On -System Agreement (LOSA) from TxDOT. e. The CONSULTANT shall attend monthly progress/update meetings at the City. The last meeting will be the Technical Review Committee which will consist of: • Review of project and solution • Review of the plans and basis of design • Designed systems (roadway, storm, landscape, pedestrian facilities, etc.) • Review of constructability • Review of key specifications • Review cost estimate • Review bid items and bid proposal • Review schedule for advertisement and bid phase f. The CONSULTANT shall prepare bid sets for distribution via the City's e - bid system; including Plans, Specifications, Bid Proposal, (utilizing City Standard Details + Specs; for details & specification sections the City does not have, submit proposed supplement specs) and submit to CITY for signatures i. provide two (2) sets plans and specifications and estimates to City for review at 60% & 90%; provide written comments/resolution to City revisions/comments Page 8 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 %nfr�a fiECH Deliverables • Presentation materials and supporting documents for public involvement meetings, if requested by CITY • Hard copy plans at 60% and 90% to utility companies for coordination meetings, if needed • Plans, specifications, and estimates to CITY for review at 60% and 90% designs (electronic) • Written comments/resolutions to CITY comments/revisions • Revised Engineer's cost estimates • Bid Documents • One (1) signed and sealed of Final Design Plan (electronic) • A CD containing electronic files of plans, CADD, Civil 3D, GIS compatible files, and engineering calculations 5. Bid Phase Services (Hourly Not to Exceed) The CONSULTANT shall provide services to assist the CITY in selection of a Contractor for the construction of the PROJECT. These services shall consist the following: a. Provide Notice to Bidders (NTB) to the Project Manager in an electronic form appropriate for the CITY's e -bid system format. CITY is responsible for advertising. b. Reproduce and disseminate bid sets to Dodge, AGC, ABC, Amtek and (2) two sets to the City [PM (1), Purchasing (1), and interested bidders] c. Distribute (including the sale of) plans to interested bidders i. Keep record of plan holder's list d. Chair pre -bid meeting and attend the Bid Opening e. Respond in writing to questions from bidders and prepare addenda as necessary. f. Assist with design of Bid Proposal* Page 9 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 m.a:IFYinfroTECH g. Prepare Engineer's Recommendation of Award Letter that includes the following required content: i. Check for math errors and reconcile any mathematical discrepancies ii. Review for unbalance bid items iii. Certified Bid Tabulation including Engineer's estimate iv. Review of contractor's financial standing and references provided v. Explanation of discrepancies between the Engineer's estimate and bids vi. Recommendation to award h. Attend City Council meeting and recommendation for award of Contract for Construction. i. Produce and transmit to selected contractor five (5) sets of project manuals ready for execution with City's Notice of Intent to Award (NOI) Deliverables • Notice to Bid in electronic format to CITY • Bid sets to Dodge, AGC, ABC, Amtek and (2) two sets to the CITY • Engineer's Recommendation of Award Letter • Five (5) sets of PROJECT Manual to the awarded contractor 6. Construction Phase Services (Hourly Not to Exceed) These services are intended to assist the CITY in the following areas during construction; administering the contract for construction, monitoring the performance of the construction contractor, verifying that the contractor's work is in substantial compliance with the Contract Documents, and in responding to the events that occur during construction. The CONSULTANT shall provide Construction Administration services as defined below. a. Construction Administration Page 10 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 44infrcTECH i. Attend pre -construction meeting to provide information & answer questions ii. Attend monthly progress meetings with Construction Manager, Contractor & City of Pearland as needed iii. Review/approve & comment on Contractor's submittals, RFIs, Contractor Proposals, Request for Change Orders (RCO) including coordination with Construction Manager on Proposals & Change Orders using the City of Pearland's Pro-Trak system. iv. Provide interpretive guidance for Contractor, Construction Manager in resolution of problems v. Conduct Substantial Completion Inspection with CM or PM to: • Review progress of work for Substantial Completion walk through • Generate a punch list of items for correction • Substantiate items that are completed • Issue both Certificate of Substantial Completion (signed snf sealed from Design Engineer) & Final Acceptance or 2nd walk through vi. Issue Final Completion & Acceptance letter to City recommending acceptance & release of final payment vii. Coordinate contractors, CM/CI to provide complete record of As- Builts Drawing viii. Within thirty (30) days after receipt of As-Builts from the contractor to the CM, the project engineer shall provide to the City one (1) set of full size reproducible record drawings, an electronic file copy (PDF format) and an AutoCAD file (.dwg) or compatible .dxf file Deliverables • Meeting minutes, logs, and documentations, as required • A CD containing Record Drawings Page 11 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 m.a:ipvinfroTECH IV. ITEMS NOT INCLUDED IN THE SCOPE OF SERVICES The CITY and the CONSULTANT agree that the following services are beyond the Scope of Services described above. However, the CONSULTANT may provide these services, upon the CITY's written request. Any additional amounts paid to the CONSULTANT as a result of any material change to the Scope of the PROJECT shall be agreed upon in writing by both parties before the Services are performed. The additional Services include the following: • Water and Sanitary Sewer Design; • Signal Warrant Analysis; • Environmental permitting and mitigation; • Pavement Design; • Private utility relocation design and layout; • Geotechnical Investigations; • Construction phase services other than items mentioned above; • Construction staking. V. FEE SCHEDULE The following table shows the summary fee schedule for the project. A detailed level of effort is provided in Attachment A. Services Fee 1. Basic Services (Lump Sum) $113,066.00 2. Bid Phase Services (NTE) $5,688.00 3. Construction Phase Services (NTE) $7,296.00 4. Other Direct Expenses $1601.00 Total $127,651.00 VI. DRAFT SCHEDULE A draft schedule is provided in Attachment B. Page 12 of 12 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 infraTECH Engineers & Innavaiars. LLC ATTACHMENT A Fee Schedule PROJECT: Broadway at Pealand Parkway Intersection Improvements (TR2001) TEAM: infraTECH & KUO AGENCY PM: Sergio Becerril CONSULTANT PM: Zahidul Siddique TASK DESCRIPTION PROJECT MANAGER PROJECT ENGINEER DESIGN ENGINEER EIT Sr. CADD Tech ADMIN / CLERICAL TOTAL LABOR HRS. & COSTS PRELIMINARY PHASE SERVICES DATA COLLECTION/REVIEW 1 2 3 FIELD RECONNAISSANCE 2 2 4 TXDOT PERMITTING/COORDINATION 2 2 8 12 UTILITY COORDINATION 1 2 8 11 DRAINAGE IMPACT ANALYSIS 1 4 8 13 HOURS SUB -TOTALS 4 6 13 20 0 0 43 CONTRACT RATE PER HOUR $288.00 $164.00 $155.00 $115.00 $135.00 $80.00 TOTAL LABOR COSTS $1,152.00 $984.00 $2,015.00 $2,300.00 $0.00 $0.00 $6,451.00 SUBTOTAL $6,451.00 TASK DESCRIPTION PROJECT MANAGER PROJECT ENGINEER DESIGN ENGINEER EIT Sr. CADD Tech ADMIN / CLERICAL TOTAL LABOR HRS. & COSTS FIELD SURVEY FIELD SUREY (KUO) 0 HOURS SUB -TOTALS 0 0 0 0 0 0 97 CONTRACT RATE PER HOUR TOTAL LABOR COSTS $0.00 $0.00 $0.00 $0.00 $0 00 $0.00 $9,920.00 SUBTOTAL $9,920.00 PAGE 1 OF 4 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 infraTECH ATTACHMENT A Fee Schedule EngInbers S. Innoralors, LLC TASK DESCRIPTION PROJECT MANAGER PROJECT DESIGN ENGINEER ENGINEER EIT Sr. CADD Tech ADMIN / CLERICAL TOTAL LABOR HRS. & COSTS PROJECT MANAGEMENT AND ADMINISTRATION PROJECT MANAGEMENT/ADMINISTRATION 6 6 12 PROGRESS/COORDINATION MEETINGS WITH CITY INCLUDES MILESTONE REVIEW AND RESOLUTION MEETINGS 12 2 4 18 COORDINATE WITH SURVEY SUBCONSULTANT 1 2 3 HOURS SUB -TOTALS 19 4 0 4 0 6 33 CONTRACT RATE PER HOUR TOTAL LABOR COSTS $288.00 $5,472.00 $164.00 $155.00 $656.00 $0.00 $115.00 $460.00 $135.00 $0.00 $80.00 $480.00 $7,068.00 SUBTOTAL $7,068.00 TASK DESCRIPTION PROJECT MANAGER PROJECT ENGINEER DESIGN ENGINEER EIT Sr. CADD Tech ADMIN / CLERICAL TOTAL LABOR HRS. & COSTS DESIGN PHASE SERVICES 60%, 90%, AND FINAL PLANS PRELIMINARY DESIGN (SCHEMATIC) 1 1 2 8 12 ROADWAY PLANS TITLE SHEET 1 1 2 INDEX SHEET 1 2 3 PROJECT LAYOUT (SCALE 1"=2000') 2 2 EXISTING TYPICAL SECTIONS 1 1 8 10 PROPOSED TYPICAL SECTIONS 1 1 2 12 16 GENERAL NOTES 1 1 2 2 6 SUMMARY AND QUANTITY SHEETS 1 1 6 8 SURVEY CONTROL DATA SHEETS 1 1 HORIZONTAL ALIGNMENT DATA SHEETS 1 2 3 TRAFFIC CONTROL GENERAL NOTES 1 1 2 4 8 TRAFFIC CONTROL PLANS 1 1 6 12 20 REMOVAL SHEETS 1 2 12 15 ROADWAY P&P SHEETS (SCALE: H 1"=50'; V 1"=10') 4 16 16 80 116 INTERSECTION LAYOUT SHEET 1 2 4 8 15 MISCELLANOUES ROADWAY DETAIL SHEETS 1 1 2 6 10 DESIGN CROSS SECTION SHEETS (@ 50' INTERVALS - 4 PER SHEET) 1 2 2 24 29 SIGNING & PAVEMENT MARKINGS LAYOUTS (SCALE: 1"=50') 1 2 4 24 31 SUMMARY OF SIGNS 1 1 1 4 7 SIGNALIZATION NOTES 1 1 2 4 8 CONDITION DIAGRAM 1 1 12 14 PAGE 2 OF 4 LAYOUT DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 infraTE H Engineers & Innavaiars, LLC ATTACHMENT A Fee Schedule 2 12 24 80 118 DETAILS 1 2 8 24 35 TEMPORARY SIGNALS 2 4 16 24 46 MAST ARM DETAILS 1 1 2 4 POLE FOUNDATION DETAILS 1 1 2 4 STORM WATER POLLUTION PREVENTION PLAN (SW3P) STANDARD DRAWINGS SHEET 1 1 2 12 16 1 2 3 COMPUTE AND TABULATE QUANTITIES (60%, 90%, 100%) REMOVAL QUANTITIES 4 4 ROADWAY QUANTITIES 1 1 2 20 24 SIGNING & MARKING QUANTITIES 1 1 1 8 11 SIGNAL QUANTITIES 1 1 1 8 11 SW3P QUANTITIES 1 2 3 PREPARE CONSTRUCTION COST ESTIMATE 2 1 2 5 PROJECT BOOKLET 2 12 4 18 LOSA 1 4 5 SUBMITTAL PREPARATION / COMMENT RESPONSES 60% PS&E SUBMITTAL 1 2 4 7 90% PS&E SUBMITTAL 1 1 2 4 100% PS&E SUBMITTAL 1 2 2 5 HOURS SUB -TOTALS 33 77 109 440 0 0 659 CONTRACT RATE PER HOUR $288.00 $164.00 $155.00 $115.00 $135.00 $80.00 $0.00 TOTAL LABOR COSTS $9,504.00 $12,628.00 $16,895.00 $50,600.00 $0.00 $89,627.00 SUBTOTAL FINAL DESIGN PHASE $89,627.00 TOTAL BASIC SERVICES (LUMP SUM) TOTAL MH TOTAL COSTS PRELIMINARY PHASE SERVICES 4 6 13 20 0 0 43 $6,451.00 FIELD SURVEY 0 0 0 0 0 0 97 $9,920.00 PROJECT MANAGEMENT AND ADMINISTRATION 19 4 0 4 0 6 33 $7,068.00 DESIGN PHASE SERVICES 33 77 109 440 0 0 659 $89,627.00 SUBTOTAL BASIC SERVICES 56 87 122 464 0 6 832 $113,066.00 SUBTOTAL $5,688.00 PAGE 3 OF 4 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 infraTE H Engineers S. Innavaiars. LLC ATTACHMENT A Fee Schedule TASK DESCRIPTION PROJECT MANAGER PROJECT ENGINEER DESIGN ENGINEER EIT Sr. CADD Tech ADMIN / CLERICAL TOTAL LABOR HRS. & COSTS CONSTRUCTION PHASE SERVICES (NOT TO EXCEED) 8 8 8 8 40 0 HOURS SUB -TOTALS 8 8 8 8 0 0 40 CONTRACT RATE PER HOUR $288.00 $164.00 $155.00 $115.00 $135.00 $80.00 TOTAL LABOR COSTS $2,304.00 $1,312.00 $1,240.00 $920.00 $0.00 $0.00 $7,296.00 SSUBTOTAL $7,296.00 OTHER DIRECT EXPENSES UNIT TDLR Inspection & Follow Ups LS 1 $1,450.00 Mileage mile 140 $76.30 Photocopies B/W (11" X 17") each 200 $40.00 Photocopies B/W (8 1/2" X 11") each 100 $10.00 Photocopies Color (11" X 17") each 20 $25.00 SUBTOTAL DIRECT EXPENSES $1,601.00 TOTAL TOTAL BASIC SERVICES (LUMP SUM) $113,066.00 BID PHASE SERVICES (NOT TO EXCEED) $5,688.00 CONSTRUCTION PHASE SERVICES (NOT TO EXCEED) $7,296.00 OTHER DIRECT EXPENSES $1,601.00 GRAND TOTAL $127,651.00 PAGE 4 OF 4 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 KUO & associates, Inc, (.'onsulting Engineers & Surveyors February 3, 2022 10300 Westoffice Drive, Ste. 800 Houston, TX 77042 Phone: (713) 975-8769 Fax: (713) 975-0920 Engineering Firm Reg. No. F-4578 Surveying Firm Reg. No. 10075600 www.kuoassociates.com Zahidul Siddiqui, Ph. D, PE, PTOE, RSP InfraTECH Engineers & Innovators, LLC 11111 Wilcrest Green Dr, Suite 410 Houston, TX 77042 Re: Pearland Pkwy @ FM 518 Topographic Surveying Dear Mr. Siddiqui: Kuo & Associates, Inc. is pleased to submit this proposal to perform topographic survey services for the above referenced project. Scope of work and fee will be as follows: SCOPE OF WORK Topographic surveying will be done along Pearland Parkway at FM 518 for the limit as shown in the attached exhibit. Scope of work includes primarily the following two items: Items Scope 1 Topographic Surveying 2 Basemap Topo/Utility Plan and Profile Item 1: Topographic Surveying: Survey shall conform to all requirements of City of Pearland Surveying guidelines/criteria. In general, scope for survey will be including the following tasks: 1. Horizontal and vertical controls will be established and tied to the Texas State Plane Coordinate System, South Central Zone NAD 83 and datum NAVD 88. 2. Nearby City of Pearland Survey Monument will be used as project benchmark 3. Cross sections will be surveyed at more or less 100' for the limits of survey. Each cross section will include as minimum elevations at curb/gutter line of median and road edges, centerline of ROW, edges of sidewalk, estimated ROW lines and 10' beyond the ROW lines. 4. All planimetric topographic features (road, driveway, sidewalk, trees, traffic signs, etc.) will be surveyed along the road right-of-way within the limit 5. All visible existing utilities (i.e., signal poles, pull boxes, signal cabinets, manholes, power poles, light poles, etc.) will be located and pipe size and flow line measure downs in the manholes and inlets will be obtained. 6. Survey all striping lines on the traffic lanes 7. Texas one -call system will be notified and pipeline companies will be contacted to probe and mark their pipeline (if any) locations to be tied to the survey. 8. Attempt will be made to recover and verify sufficient monumentation along the existing roadway to establish estimated right-of-way lines for topographic surveying scope. Task of DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 February 3, 2022 Proposal for Topographic Survey Pearland Pkwy @ FM 518 Page No. 2 establishing estimated ROW may involve some limited abstracting, however, detail boundary category survey is excluded in determination. 9. Plan view drawings will be prepared containing all topographic information and visible utility features according to the City of Pearland standards in MicroStation DGN format. 10. Signed and sealed field books containing notes as well as ASCII files of point numbers, coordinates, and descriptions will be provided. 11. Tie to TSARP/FEMA Monument: nearby TSARP monument will be tied to the survey and an equation will be provided in between surveyed elevation (based on City of Pearland Monument) and published elevation of the TSARP 12. Survey Control Map: A survey control map will be prepared to the City of Pearland standard showing swing ties to traverse and baseline points as well as TBM's. The survey control map will be signed and sealed by a Registered Professional Land Surveyor in charge of the project Item 2: Basemap Utility Plan Drawing Scope is to perform utility research and prepare plan view for underground utility lines based on survey and available record drawings. In general, scope of work will include the following 1. Coordinate with private utility companies, MUDs, TxDOT and City of Pearland for record drawings 2. Perform utility research 3. Delineate underground utility lines on plan view from available record drawing and surveyed information Deliverables: Deliverables will include the following • CAD drawing on topographic survey and utility plan in DGN • ASCII file on survey data • Copy of field book and • Signed and sealed survey control map Exclusion: To our understanding the following and any tasks not mentioned above are excluded from the scope of this proposal • Boundary level survey for determining of right of way of the street • Construction staking • Any Level A and B SUE category survey • Preparation of utility profile drawing • DTM model • Cut sheets PDF on topographic survey • Survey to satisfy TxDOT criteria DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 February 3, 2022 Proposal for Topographic Survey Pearland Pkwy @ FM 518 Page No. 3 FEE AND SCHEDULE: The fee for the above -described work is estimated to be $9,920.00 as shown itemized in the table below: Items Tasks Description Fee Total Item 1: Topographic Survey Task 1 to 10 Topo Surveying $5,996.00 $8,184.00 Task 11 Tie to TSARP $380.00 Task 12 Survey Control Map $1,808.00 Item 2: Basemap Utility Plan Task 1 to 2 Utility coordination and research $180.00 $1,736.00 Task 3 Prepare existing utility plan view $1,556.00 Total $9,920.00 * See detail breakdown in the attached pages We estimate to complete the above work in 4 to 6 weeks upon your authorization to proceed. We can start as soon as a crew becomes available given current COVID situation and conflict with other ongoing commitments We appreciate this opportunity to submit this proposal. If you need further information, please do not hesitate to contact me. Sincerely, Shaheen Chowdhury, P.E., R.P.L.S. DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 February 3, 2022 Proposal for Topographic Survey Pearland Pkwy @ FM 518 Page No. 4 LEVEL OF EFFORTS ITEM 1: Topographic Surveying Level of Efforts for Pro ect Streets Survey Tasks sub tasks RPLS $130.00 SIT $90.00 CADD $81.00 Crew $145.00 Hrs. Cost Total Survey Controls Setting controls 1 1 $145.00 $1,090.00 Horizontal control work 0.5 1 1.5 $190.00 Vertical control work 0.5 4 4.5 $625.00 QC/QA 1 1 $130.00 Topo Survey One Call coordination 1 1 $90.00 $4,906.00 Estimated ROW 1 4 5 $490.00 Surveying roadway & topo features 18 18 $2,610.00 Topo Plan 16 16 $1,296.00 Manhole inverts 2 2 $290.00 QA/QC 1 1 $130.00 Total $5,996.00 Level of Efforts for Tie to TSARP Survey Tasks sub tasks RPLS $130.00 SIT $90.00 CADD $81.00 Crew $145.00 Hrs. Cost Total Tie to TSARP TSARP Tie 1 2 3 $380.00 $380.00 Level of Efforts for Survey Control Maps Survey Tasks sub tasks RPLS $130.00 SIT $90.00 CADD $81.00 Crew $145.00 Hrs. Cost Total Survey Control Map Preparing Survey control map 1 4 8 13 $1,138.00 $1,808.00 Setting center line 1 4 5 $670.00 ITEM 2: Basemap Utility Plan Level of Efforts - Utility Plan Tasks sub tasks RPLS $130.00 SIT $90.00 CADD $81.00 Hrs. Cost Utility Plan Perform utility research and delineation of public and private utility lines on the plan view 2 2 $180.00 Delineation of ground and utility lines in the profile view 2 16 18 $1,556.00 Total $1,736.00 • LJVI.u.11y.l I CI IVCIV1JC ILl. Vl�P1V I V IJ- I DV.J-YV I L/-CI�JV-L/LJL/VJI�VI,L/V I INTERSECTION IMPROVEMENTS (PEARLAND PARKWAY AT BROADWAY) CITY OF PEARLAND Work Schedule TR2001 Updated: 11/01/2022 ID Task Name Duration Start Finish Dec 2023 Jan Feb I Mar I Apr May I Jun Jul I Aug I Sep Oct I Nov Dec Jan I Feb I Mar 1 INTERSECTION IMPROVEMENTS (PEARLAND PARKWAY AND BROADWAY) 314 days? Tue 12/20/22 Fri 3/1/24 . • 2 Start Work = Date of Execution 0 days Tue 12/20/22 Tue 12/20/22 12/20 3 GENERAL DESIGN ACTIVITIES 150 days? Tue 12/20/22 Mon 7/17/23 4 5 Preliminary Phase Services Field Survey 49 days 30 • . Tue 12/20/22 Fri 2/24/23 Mon 2/6/23 6 TxDOT Coordination • 0 days Wed Tue 5/30/23 7 Utility Coordination 150 • . Mon 7/17/23 8 SCHEMATIC DEVELOPMENT Wed 2/22/23 .1 9 Prepare Schematic 5 • . Mon 2/13/23 10 Submit Schematic to City 0 days MonMon 2/13/23 2/13 11 Schematic Review by the City 5 • . Mon 2/20/23 12 Address Comment & Update Schematic 2 days Wed 2/22/2307 ♦12/22 13 Submit Final Schematic 0 • - Wed 2/22/23 14 60% DESIGN Wed 4/26/23 1 15 Prepare 60% Plans 30 • . Thu 4/6/23 16 60% Submittal 0 • . Thu 4/6/23 "4/6 17 City Review -60% Plans 15 • . Wed 4/26/23 mama 18 90% DESIGN Tue 5/30/23 19 Prepare 90% Plans 15 • . Wed 5/17/23 20 90%Submittal 0 days Wed Wed 5/17/23 5/17 21 City Review - 90% Plans 10 • . Tue 5/30/23 22 FINAL SUBMITTAL Wed 7/12/23 23 Prepare Final Plans 15 • . Tue 6/20/23 24 Final Review by the City 10 days Wed 6/21/23 25 Prepare PS&E Documents 5 days Wed 7/5/23 Tue 7/11/23 26 Submit Final Signed and Sealed Sheets for Letting 0 days Wed . ;7112 27 BID PHASE SERVICES 30 days Mon 7/24/23 Fri 9/1/23 28 CITY AWARD 0 days Fri 9/1/23 ♦9/ 29 CONSTRUCTION PHASE SERVICES 120 days Mon 9/18/23 Fri 3/1/24 Date: Tue 11/1/22 Task Split Milestone ♦ Summary Project Summary 1111, infraTECH ENGINEERS & INNOVATORS, LLC Page 1 of 1 DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 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: 2022-882317 Date Filed: 05/04/2022 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. infraTECH Engineers & Innovators, 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. TR2001 Professional Engineering Design 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 Zahidul Siddique , and my date of birth is September 25, 1973 . My address is 5803 Nowlands Run Lane , Sugar Land TX 77479 USA (street) (city) (state) (zip code) (country) I declare under penalty of perjury that the foregoing is true and correct. Executed in Harris County. State of Texas , -on the 04 day of May , 2022 (month) (year) Signature of authorized agent of contracting business entity IDEdaranl) Forms provided by Texas Ethics Commission www.ethics.state_rx.us Version V1.1.191b5cdc DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 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: 2022-882317 Date Filed: 05/04/2022 Date Acknowledged: 05/10/2022 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. infraTECH Engineers & Innovators, 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. TR2001 Professional Engineering Design 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 , 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: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 ATTACHMENT C - INSURANCE REQUIREMENTS Contractors performing work on City property or public right-of-way for the City of Pearland shall provide the City a certificate of insurance or a copy of their insurance policy(s) evidencing the coverages and coverage provisions identified herein. Contractors shall provide the City evidence that all subcontractors performing work on the project have the same types and amounts of coverages as required herein or that the subcontractors are included under the contractor's policy. All insurance companies and coverages must be authorized by the Texas Department of Insurance to transact business in the State of Texas and must be acceptable to the City of Pearland. Listed below are the types and amounts of insurances required. The City reserves the right to amend or require additional types and amounts of coverages or provisions depending on the nature of the work. Type of Insurance Amount of Insurance Provisions 1. Workers' Compensation Employers' Liability (WC) Statutory Limits $1,000,000 per occurrence For WC, CGL, and BAL, the City is to be provided a WAIVER OF SUBROGATION. CGL and BAL, City to be listed as additional insured and provided 30 -day notice of cancellation or material change in coverage. WC, CGL and BAL, City shall be provided 30 -day notice of cancellation or material change in coverage. CGL will include a non - contributory addendum. 2. Commercial General (Public) Liability (CGL) to include coverage for: a) Premises/Operations b) Products/Completed Operations c) Independent Contractors d) Personal Injury e) Contractual Liability Personal Injury - $1,000,000 per person; Property Damage - $1,000,000 per occurrence; General Aggregate - $2,000,000 3. Business Auto Liability (BAL) to include coverage for: a) Owned/Leased vehicles b) Non -owned vehicles c) Hired vehicles Combined Single Limit - $1,000,000 If the contract involves a professional service, the contractor will also be required to provide the City with professional liability insurance in an amount of at least $1,000,000. The Insurance forms may be sent to Purchasing Department. DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 , A g CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DYY) 22 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 Higginbotham Insurance Agency Inc PO Box 870 Christi TX 78403 CONTACT Sofie Kaper PHONE FAX tic. No. Ext): 361-561-2195 (A/C, No): 361-844-0101 E-MCorpus ADDRESS: Acertificates-cr@higginbotham.net INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Twin City Fire Insurance Company 29459 INSURED INFRENG-01 Infratech Engineers & Innovators LLC 11111 Wilcrest Green Dr., Suite 410 Houston TX 77042 INSURER B: QBE Insurance Company 39217 INSURERC: INSURER D : INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 29683032 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 POLICIES 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/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY 65SBMIO9784 9/5/2021 9/5/2022 EACH OCCURRENCE $ 1,000,000 CLAIMS -MADE X OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL & ADV INJURY $ 1,000,000 GEN'L X AGGREGATE POLICY OTHER: LIMIT APPLIES PRO JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 $ A AUTOMOBILE x LIABILITY ANY AUTO OWNED x SCHEDULED AUTOS NON -OWNED AUTOS ONLY 65SBMIO9784 9/5/2021 9/5/2022 COMBINED SINGLE LIMIT (Ea accident) $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A X UMBRELLA LIAB EXCESS LIAB X OCCUR CLAIMS -MADE 65SBMIO9784 9/5/2021 9/5/2022 EACH OCCURRENCE $ 2,000,000 AGGREGATE $ 2,000,000 DED I X I RETENTION $ 10 000 $ A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANYPROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBEREXCLUDED? (Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below Y/ N N N/A 65WBCAA5TAI 9/5/2021 9/5/2022 X PER OTH- STATUTE ER E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 B Professional Liability ANE6147102 9/5/2021 9/5/2022 Each Claim Aggregate Prof Liab Retro Date $3,000,000 $3,000,000 09/05/2017 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) See Attached... CERTIFICATE HOLDER CANCELLATION City of Pearland 3519 Liberty Dr. 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 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 AGENCY CUSTOMER ID: INFRENG-01 LOC #: A R ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency Inc NAMED INSURED Infratech Engineers & Innovators LLC 11111 Wilcrest Green Dr., Suite 410 Houston TX 77042 POLICY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General and Automobile Liability policy provides automatic waiver of subrogation and additional insured status including a primary & non-contributory provision to the certificate holder only when there is a written insured contract between the insured and certificate holder that requires such status per Form SS0008 04/05 - Business Liability Coverage Form. Workers' Compensation policy includes a blanket automatic waiver of subrogation that provides this feature only when there is a written contract between the insured and certificate holder that requires it per Form WC420304B - Texas Waiver of Our Right to Recover from Others Endorsement. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD DocuSign Envelope ID: 6CA07613-1 B65-401 D-BC30-D25DC3C0CD01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT Policy Number: 65 WBC AA5TAI Endorsement Number: Effective Date: 09/05/21 Effective hour is the same as stated on the Information Page of the policy. Named Insured and Address: INFRATECH ENGINEERS & INNOVATORS, LLC 11111 WILCREST GREEN DR STE 410 HOUSTON TX 77042 This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with 1. ( ) Special Waiver Name of person or organization respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule (X) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: All Texas Operations 3. Premium: The premium charge for this endorsement shall be 2 percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Form WC 42 03 04 B Printed in U.S.A. Process Date: 07/27/21 Policy Expiration Date: 09/05/22