Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2023-130 2023-05-22
DocuSign Envelope ID: 3FF3662B-C14F-4118-9A5C-C91449555705 RESOLUTION NO. R2023-130 A Resolution of the City Council of the City of Pearland, Texas, authorizing a contract with RPS Group, for professional services associated with the Hickory Slough Sportsplex Detention Pond, Phase 2 and Stormwater Pump Generator Project, in the estimated amount of $492,027.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for professional services associated with the Hickory Slough Sportsplex Detention Pond, Phase 2 and Stormwater Pump Generator 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 professional services associated with Hickory Slough Sportsplex Detention Pond, Phase 2 and Stormwater Pump Generator Project. PASSED, APPROVED and ADOPTED this the 22nd day of May, A.D., 2023. ,-DocuSigned by: 9� 4F^ J. KEVIN COLE MAYOR ATTEST: ,-DocuSigned by: Froth .WS altAiLar '-culFr77541EEF415 FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ,-DocuSigned by: �-E43EA000eB--F4B6... DARRIN M. COKER CITY ATTORNEY DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 Exhibit A CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is entered into upon final execution by and between the City of Pearland ("CITY") and RPS Group ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Hickory Slough Sportsplex Detention Pond Phase 2 & Hickory Slough Detention Storm Water Pump Generator ("PROJECT"). (Project # DR2301 & DR2304) 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 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: DD668F20-3370-4893-B082-0C1C66524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 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: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end October 31, 2024. 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) 2. Additional Services shall require independent and specific authorization and shall be billed as (Lump Sum): 3. Bid Phase Services (Hourly Not to Exceed) 4. Construction Phase Services (Hourly Not to Exceed) 5. Reimbursable Expenses (Not to Exceed) 6. Total: $291,465.00 ')140.127.00 $8.885.00 $47.550.00 $4.000.00 $492,027.00 A. 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. B. 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 25`i' 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. C. 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. Design 3 of 7 D2 Revised 04/2019 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 D. 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. Design 4 of 7 D2 Revised 04/2019 DocuSign Envelope ID: DD668F20-3370-4893-6082-0C1C66524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-OC6B8E1E5356 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 575 N. Dairy Ashford. Suite 700, Houston, Texas 77079. 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. SECTION VI - ENTIRE AGREEMENT Design 5 of 7 D2 Revised 04/2019 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 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: r r830D12DC740423... CITY OF PEARLAND, TEXAS DATE 5/9/2023110:31 AM CDT EDocuSigned by: tta.* isystr ucFuGrnatF a7rtrse CONSULTANT DATE RPS Infrastructure, Inc. Mike McClung, PE, CFM, ENV SP Director, Water Business Unit Apr 12, 2023 Design 6 of 7 D2 Revised 04/2019 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 House Bill 89 Verification I, Mike McClung (Person name), the undersigned representative (hereafter referred to as "Representative") of RPS Infrastructure, 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. DocuSigned by: ia& %iGVG..n." SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this 12th day of April , 20 23 . Design Notary Public 1 _ ��`"rP',��., NANCY L. GIFFORD *AA Notary Public, State of Texas t.% Comm. Expires 08.22-2028 �'.,,,°;,,0 Notary ID 124288575 7 of 7 D2 Revised 04/2019 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1 E5356 rps MAKING COMPLEX EASY 575 N. Dairy Ashford Suite 700 Houston, Texas 77079 T +1 281 589 7257 March 13, 2023_rev2 2023.03.29 Mr. Jameson Appel Assistant Director of Capital Projects Engineering & Public Works City of Pearland 2016 Old Alvin Road Pearland, Texas 77581 Re: Proposal for Professional Engineering Services for the Hickory Slough Sportsplex Detention Pond Phase 2 Dear Mr. Appel: RPS appreciates the opportunity to provide the City of Pearland (Client) with this proposal for professional services for the above -referenced project. It is our understanding that the City has obtained funds from a 2019 Bond Election in order to construct an additional 95 -acre feet of detention, for a total of 248 -acre feet of detention, to mitigate extreme weather events that have historically flooded the area. The detention pond basin floor is designed to match the existing layout for the future construction of 6 sports fields (2 multi -purpose and 4 soccer) and expanded parking area, plus construction of back slope swales and drains, and established turf for erosion control. This pond will serve current and future City projects in addition to providing mitigation of localized events that adversely impact Hickory Slough. Grading and drainage will be designed so that the future sports fields and parking lot can be constructed as efficiently as possible. In addition to the detention basin, the project is understood to include upgrades to an existing pump station. SCOPE OF BASIC PROFESSIONAL ENGINEERING SERVICES RPS is prepared to provide professional engineering services to complete the necessary work described above. The scope of services for various aspects of the project is outlined below. Basic Services Task 1 — Project Management and Coordination a. Project Management - RPS will supervise and coordinate various items of work within the Hickory Slough Detention Phase 2 design, including review of activities of subcontracted engineers. rpsgroup.com Page 1 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1 E5356 Mr. Jameson Appel March 13, 2023_rev2 Coordination i. Meet up to 8 times with the Client (online, in office, or at the project site) to discuss project status and obtain input on design. ii. Provide monthly status reports. iii. Meet with Brazoria Drainage District No. 4 (BDD4) to discuss partnering at project site (1 meeting). iv. Conduct monthly (10 max) coordination meetings (virtually or in -person) with all subconsultants active on the project. Task 2 - Preliminary Phase . Attend Design Kick-off meeting with City to review City's objectives and refine, define, and agree on project scope and limits. lei. Review adjacent projects, current and future, to identify any impact to or from subject project. Identify any requirements stemming from this relationship if it exists. Identify existing data sources and resources currently held by the City and make arrangements to obtain this information. Identify any gaps in this data and make arrangements to supplement through other sources. Prepare Drainage Plan i. Perform review of previous modeling analysis on proposed improvements to analyze the maximum benefits of the pond for Hickory Slough Detention Phase 2 and ensure no negative impacts. RPS will utilize the latest USACE model for Hickory Slough for the offline detention concept. A new model for Hickory Slough will not be created for this effort. 1. Review drainage areas 2. Determine 2- and 100 -year exceedance probabilities ii. Perform internal QC on drainage plan. iii. Submit drainage recommendations to City and BDD4 for review. f. 30% Submittal i. Produce 30% design drawings based on previously obtained input from Client. Drawings will include the cover sheet, index, general notes, overall layout, typical sections, grading layout, and drainage layout. ii. Prepare 30% cost estimate. iii. Prepare a technical memorandum summarizing design decisions made. iv. Perform internal QC on 30% submittal. v. Submit 30% drawings, cost estimate and tech memo to Client for review. vi. Attend meeting with Client to discuss comments to the 30% design submittal. g. Attend up to one (1) public information meeting as City support. Task 3 - Design Phase a 60% Submittal i. Incorporate review comments from 30% Client meeting. ii. Utility Coordination 1. Identify utility conflicts with private and other public utilities, submit plans to all affected entities and organize and chair a Utility Relocation Meeting to coordinate relocation schedule and efforts. 2. Identify, plan, and incorporate revisions and upgrades to existing infrastructure associated with drainage objectives and work. Coordinate with current and future projects adjacent to the project. 3. Submit plans to Private Utilities and BDD4 for approval at 90%. iii. Prepare 60% Design Drawings including Cover, Index, General Notes, Typical Sections, Survey, Survey Control Sheet, Demolition Plan, Overall Layout, Tree Removal and Mitigation Plan, Drainage Area Map, Site Dimension Layout, Drainage Layout, Grading Layout, Spillway Modifications, SWPPP, Cross -Sections with Cut and Fill Analysis, and applicable details. rpsgroup.c m Page 2 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 Mr. Jameson Appel March 13, 2023_rev2 iv. For Drainage sheets include the calculated HGL within the system for the 2 -year event and design for the 100 -year event with overland flow. Also include the trunk and branch line system plan and profiles for the pipe and associated ditches. v. Prepare 60% cost estimate. vi. Develop technical specification table of contents. vii. Prepare Stormwater Quality Management and Pollution Prevention Plan in accordance with TCEQ requirements and submit to appropriate parties. viii. Perform internal QC on 60% submittal. ix. Submit 60% drawings and cost estimate. x. Attend meeting with Client to discuss comments to the 60% design submittal. b. 90% Submittal i. Incorporate review comments from 60% Client meeting ii. Continue Utility Coordination. iii. Prepare 90% Design Drawings iv. Prepare 90% Cost Estimate. v. Develop technical specifications. vi. Address any SWQMP comments and resubmit if needed. vii. Perform internal QC on 90% submittal. viii. Submit 90% drawings, technical specifications and cost estimate. ix. Attend meeting with Client to discuss comments to the 90% design submittal. c. 100% Submittal i. Address all 90% plan comments from Client. ii. Finalize 100% design drawings to be bid ready. iii. Prepare 100% Cost Estimate. iv. Finalize technical specifications for insertion in the project manual. v. Perform internal QC on 100% submittal. vi. Submit Final Design Package to City for approval. Task 4 — Bid Phase a. Create and provide the Notice to Bidders and assist the City in securing bids (not including advertising fees). Reproduce and distribute copies of the plans to the City's selected plan rooms (Dodge, AGC, ABC and Amtek) including 2 sets to the City, maintain plan holders list and distribute information through E -Bid to plan holders and interested contractors and vendors on request. b. Conduct a pre -bid conference for the construction project and coordinate responses with City staff. Prepare any response to pre -bid conference in the form of addenda to be issued post meeting. Attend a tour of the project site after meeting if necessary. Assist the City by responding to question and interpretations of bid documents. Prepare and issue addendum if needed Attend bid -opening and assist the City in opening, tabulating, and analyzing the bids received through E -Bid. Review qualifications information provided by the apparent low bidder to determine if based on the information available the apparent low bidder is qualified to construct the project. Review references and provide documentation as such. Attend City Council meeting and provide Engineer's Recommendation Furnish 4 copies of drawings and project manuals to contractor for construction pursuant to the General Conditions of the construction contract and the City's Notice of Intent to Award. Task 5 — Construction Phase a. Attend pre -construction meeting to provide information and answer questions. L. Review & comment on Contractor's submittals, RFIs, Contractor Proposals, Request for Change Orders (RCO) including coordination with the City's Construction Manager on Proposals & Change Orders. Provide interpretive guidance for Contractor, Construction Manager in resolution of problems. rpsgroup,corn Page 3 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 Mr. Jameson Appel March 13, 2023_rev2 c. Attend monthly progress meetings with Construction Manager, Contractor, and City as needed. Make site visits as needed and provide written field report. Site visits on days other than the monthly progress meetings shall be limited to 8 per project. Conduct Substantial Completion Inspection with CM or PM to review progress of work for Substantial d Completion walk through, generate a punch list of items for correction, substantiate items that are completed, issue Certificate of Substantial Completion, and issue Certificate of Final Completion when all items for substantial completion punch list are completed. Issue Final Completion & Acceptance letter to City recommending acceptance and release of final payment. f. Within thirty (30) days after receipt of as -built drawings from the contractor or CM, provide the City with one (1) set of full size reproducible record drawings, and electronic copy (PDF format) and an AutoCAD file (.dwg), or compatible .dxf file. Additional Services AS 1 - Topographic Survey Topographic Survey will substantially conform to the current Texas Society of Professional Survey Standards and Specifications for a Category 6, Condition II Survey. Limits of the topographic survey will generally cover the Phase 2 property extents in addition to the Hickory Slough easement that runs on the South side of the property, as well as the pump station and access road as shown in the Exhibit A. Easements will be included. RPS will contract with Amani for this work. AS 2 — Geotechnical Investigation Geotechnical Investigation will include review and update of existing geotechnical information and report provided by the City. One (1) day of field exploration will be conducted to gather three (3) new borings approximately 20 ft deep for updated recommendations including new concrete pad for proposed pump station generator. RPS will contract with Fugro for this. AS 3 - Pump Station Generator Improvements RPS will provide preliminary recommendation and final design plans and specs for an emergency backup natural gas generator at the existing pump station. These recommendations are based off of the Hickory Slough PER provided by the Client. This project includes the following improvements: Replacement of the existing manual transfer switch with an automatic transfer switch to allow automatic operation of the new generator. • Addition of a permanent, natural gas fired standby power generator with new concrete pad and elevated pre-engineered platform above flood plain as described in the PER. • A new natural gas line from the local utility to the generator including a new meter, regulator, underground piping, and connection to the generator. • Raising of the existing electrical distribution systems and motor control centers above flood plain as described in the PER. rpsgroup.com Page 4 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 Mr. Jameson Appel March 13, 2023_rev2 The AS -3 scope includes: a. Preliminary Phase i. Electrical site visit to review the existing electrical system and the generator connection requirements. This site visit will be used to determine what work will be required to raise the existing electrical equipment above the flood plain. ii. Generator Sizing Calculations iii. Natural Gas Calculations iv. OPCC v. QC b. Design Phase i. Prepare 60% Electrical Engineering Drawings, OPCC and technical specifications. Drawings to include: 1. Electrical Legend 2. Electrical Site Plan 3. Electrical Power Plan 4. Electrical Single Line Diagram 5. Panel and Cable Schedules 6. Electrical Details (2 Sheets) 7. Mechanical Plan & Isometric 8. Mechanical Details 9. Structural Notes (2 Sheets) 10. Structural Plan & Details (2 Sheets) ii. Prepare 90% Electrical Engineering Drawings, OPCC and technical specifications, addressing comments from reviews. iii. Finalize 100% Electrical Engineering Drawings, OPCC and technical specifications. c. Bid Phase i. Provide review of any bidder questions and addendums as necessary. c`. Construction Phase i. Review submittals and RFIs (up to 2 reviews per submittal). ii. Prepare record drawings incorporating changes during construction based on information provided by the contractor in electronic format (AutoCAD). rpsgroup,com Page 5 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 Mr. Jameson Appel March 13, 2023_rev2 FEES The fees for each phase of the project are outlined below and will be billed on a Lump Sum Basis: ?4 SIC SERVICES Task Task 1 — Project Management & Coordination Task 2 — Preliminary Phase Task 3 — Design Phase Task 4 — Bid Phase Task 5 — Construction Phase ADDITIONAL SERVICES Task Task 1 — Topographic Survey Task 2 — Geotechnical Investigation Task 3 — Pump Station /Generator Improvements Expenses A breakdown of the fee estimate is found in Exhibit B. This proposal is based on the following assumptions: Fee Basis Lump Sum Lump Sum Lump Sum Hourly Not To Exceed Hourly Not To Exceed Total Fee Basis Lump Sum Lump Sum Lump Sum Not To Exceed Grand Total Fee Amount $ 67,940.00 $ 78,465.00 $ 145,060.00 $ 8,885.00 S 47 550.00 $ 347,900.00 Fee Amount $ 32,184.00 $ 22,383.00 $ 85,560.00 $ 4,000.00 $ 492,027.00 RPS will design based upon City and BDD4 criteria. Any testing services will be contracted through the Client. Tree survey information RPS will follow recommendations made in the previous PER. No pumping adjustments will be needed to the existing system. No lighting, sports field, parking or driveways will be included as part of this project. Landscaping and irrigation designs are not included as a part of this project. No electrical upgrades are anticipated to the existing pump station other than what is described above. It is assumed no additional pumps, equipment, etc. will be added as part of this project. Foundations for new generator pad and elevated pre-engineered platform will consist of shallow bearing foundations, similar to existing construction on site. Design of deep foundation systems is not included in this scope of services. The awarded contractor will submit building permit on behalf of the owner. Preparation of operation and maintenance manuals (O&M) are excluded. rpsgrOup.c m Page 6 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 Mr. Jameson Appel March 13, 2023_rev2 We anticipate design engineering services to be complete 8 months following authorization based on the schedule laid out in Exhibit C. Final approval will be dependent upon comments and review time of applicable agencies. We appreciate the opportunity to submit this proposal to you and look forward to working with you on this important project. If you have any questions or need additional information, please do not hesitate to contact me at your convenience. Sincerely, Mike McClung, PE, CFM, ENV SP Director, Water Business Unit MM:ng Attachments rpsgroup.corn Page 7 DocuSign Envelope ID: DD668F20-3370-4893-6082-0C1C66524194 z x w w w CD U 0 O r�0 rn ao m CD LL CD co OJ fD O 4) O CC w C D) U O a Z O Pr - W _ d I L - ■ _ ; 4_1.14 33a:as■ra#■■sae■•!.■ILA • 1.11.■■t shylyti- r -s — -— FVTURt FELLLOO7 )E- 1' O(L 1 — r; © ( - I Jla L( L PEARLAND HICKORY SLOUGH SPORTSPLEX - PEARLAND, TX O DocuSign Envelope ID: DD668F20-3370-4893-6082-0C1C66524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1E5356 PROJECT PERFORMANCE BUDGET PLAN HICKORY SLOUGH DETENTION PHASE 2 Principal Senior Project Manager Project Engineer Associate Engineer Senior Designer Clerical Cost 0 250.00 $ 230.00 $ 155.00 $ 125.00 $ 140.00 $ 100.00 BASIC SERVICES Task 1 - Project Management and Coordination Task a. Project Management 4 160 20 30 $ 43,900.00 b. Coordination $ - i. Project Meetings with City 181 24 24 16 $ 11,240.00 ii. Monthly Status Reports 24 4 $ 6,140.00 Hi. Coordination Meeting with BDD4 (1) 2 8 8 $ 3,580.00 iv. Monthly Coordination Meetings with subs 18) 8 8 $ 3,080.00 Total 6 224 1 64 16 0 30 S 67,940.00 2 - Preliminary Phase Task a. Kickoff Meeting 3 3 $ 1,155.00 b. Data Collection 10 20 20 $ 7,900.00 c. Drainage Plan 4 16 60 110 $ 27.730.00 d. 30% Submittal i. Produce preliminary drawings 16 30 50 50 $ 21.580.00 ii. Preliminary 30% cost estimate 2 16 16 4 $ 5,500.00 iii. Technical Memo 6 10 30 2 $ 6,880.00 iv. QA/QC 2 4 8 8 $ 3,680.00 v. Submit 30% 1 $ 100.00 vi. 30% Design Review Meeting 2 4 4$ 2.040.00 e. Attend Public Information Meeting as Client Sup?ort 4 4 $ 1,920.00 Total 12 66 161 234 54 3 $ 78,465.00 3 - Design Phase a. Drainage Plan i. Address comments from City & BDD4 16 16 $ 4,480.00 iii.QA/QC 2 2 8 8 1 $ 3 300.00 b. Utility Coordination 4 20 12 $ 5,520.00 c. 60% Submittal i. Address Preliminary Design Comments 2 8 10 2 $ 3,230.00 ii. Prepare 60% drawings Cover, Index, General Notes (5) 1 10 15 i..$ 3,655.00 Survey(2) 2 $ 280.00 Survey Control (2) 1 $ 140.00 Typical Sections (2) 1 4 10 8 $ 1220110 Demo Plan 1 4 4 8 $ 2,470.00 Tree Protection Plan 2 2 1 $ 700,00 Overall Project Layout 4 4 4 $ 1.680.00 Drainage Area Map 2 10 10 4 $ 3.820.00 Site Dimension Layout (4) 6 16 20 $ 5,730.00 Drainage Layout (4) 2 10 20 10 $ 5,910.00 Grading Layout (4) 1 10 .20 20 $ 7,080.00 Spillway Modifications 1 10 10 $ 3,180.00 SWPPP and Details (3) 4 4 4 $ 1,680.00 Cross -sections wl Cut/Fill (4) 4 16 20 20 $ 8.700.00 Standard Details (3) 4 10 4 $ 2.430.00 iii. 60% Cost Estimate 4 12 12 $ 4,280.00 iv. Prepare SWQMP & SWPPP Reports 2 10 30 2 $ 5,960.00 v. QA/QC 2 4 8 8 8 $ 4,780.00 vi. Submit 60% 1 $ 100.00 vii. 60% Design Review Meeting w/ Client 4 4 $ 1,540.00 d. 90% Submittal i. Address Preliminary Design Comments 2 8 10 2 $ 3,230.00 H. Prepare 90% drawings Cover, Index, General Notes (5) 2 2 1 $ 700.00 Survey (2) $ - Survey Control (2) 1 $ 140.00 Typical Sections (2) 1 4 8 $ 1,850.00' Demo Plan 1 4 4 2 $ 1,630.00 Tree Protection Plan 1 2 $ 405.00 Overall Project Layout 4 4 2 $ 1,400.00 Drainage Area Map 2 8 _ 8 $ 2,700.00 Site Dimension Layout (4) 6 10 10 $ 3,580.00 Drainage Layout (4) 2 10 10 4 $ 3,820.00 Grading Layout i4) 1 8 4 10 $ 3,370.00 Spillway Modifications 1 4 8 $ 1,970.00 SWPPP and Details (3) 2 4 4 $ 1,370.00 Cross -sections wl Cut/Fill (4) 2 16 16 16 $ 7,180.00 Standard Details (3) 4 8 $ 1,620.00 iii. 90% Cost Estimate 4 12 12 $ 4.280.00 iv. Develop technical specifications 4 10 20 2 $ 5,170.00 vi. QA/QC 2 4 8 8 4 $ 4,220.00 vii. Submit 90% 1 $ 100.00 viii. 90% Design Review Meeting w/ Client 4 4 $ 1 540.00 J:\Municipal Services Files\Proposals\City of Pearland\Hickory Slough Sportsplex\Hickory Slough Fee Proposal_031323 - final 3/13/2924e 1 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-9304-0C6B8E1 E5356 PROJECT PERFORMANCE BUDGET PLAN HICKORY SLOUGH DETENTION PHASE 2 Principal Senior Project Manager Project Engineer Associate Engineer Senior Designer Clerical Cost $ 250.00 $ 230.00 $ 155.00 $ 125.00 $ 140.00 $ 100.00 Task e. 100% Submittal i. Address 90% Design Comments & Finalize Drawings 1 8 16 16 10 $ 7,970.00 ii. QA/QC 1 2 6 6 4 $ 2,950.00 iii. Submit 100% for Approval $ - Total 6 73 317 363 204 7 $ 145,060.00 4 -Bid Phase Task a. Bidding i. Assist in advertisement 4 6 $ 1,670.00 ii. Pre -Bid Meeting 3 3 $ 1,155.00 iii. Answer Questions and prepare addendum 2 4 4 1 $ 1,680.00 iv. Bid Opening 3 3 $ 840.00 v. Bid Tab and Review Qualifications 4 4 6 $ 2,290.00 vi. Issue Recommendation and Documents 3 1 4 1 $ 1,250.00 Total 0 I 13 17 [ 20 I 4 I 2 i$ 8,685.00 5 -Construction Phase i. Pre -con Meeting 3 6 6 1,520.00 ii. Submittals, RFIs & Change Orders 20 80 80 6 27,000.00 iii. Field Visits (8) and Meetings { 12) 20 30 24 $ 12,250.00 iv. Substantial and Punch List 2 8 8 1 $ 2,800.00 v. Final Inspection 4 4 $ 1.120.00 vi. As -built Drawings 2 4 12 $ 2,760.00 $ - Total 0 47 132 116 12 t 1 $ 47,550.00 Basic Services Total $ 347,900.00 ADDITIONAL SERVICES Topographic Survey (8% markup) 6 32,184.00 Geotechnical (8% markup) $ 22,383,00 Pump Station Generator Improvements $ 85,560.00 Additional Services Total $ 140.127.00 Expenses $ 4,000.00 Total $ 492,027.00 f J:\Municipal Services Files\Proposals\City of PearlandlHickory Slough Sportsplex\Hickory Slough Fee Proposal_031323 - final 3/13/29244e 2 DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 O DocuSign Envelope ID: 6A3ABD8F-9A36-4681-9304-OC6BBE1 E5356 t d ti ,f O .2 O 0 0 0 1% O a i0 O In m in N M N ` N CO N m N N CO N N O N Irn N 3 o y Icn n n to . days Mon 5/1/23 �N Mon 5/1/23 m CO m M N N N 00 00 cc,In in of N 111 C g Mon 5/22/23 > T T 0 'O T o 0 0 0 Cl 0 30 m m n CC 16 r 0 c0 n i 0 Project Authorization N CO Q n ID r - a Tue 9/12/23 Mon 7/3/23 A O 0 0 Pi J O O N 0 CO NI NI N .m-1 CI. lal ID 3D m m N .D 01 . N1 N N N m CO O rn m m \ N N N tl N N Y IN IN N ` N M N N NI N` N N. N N N\ .-, N M 111 \ N N. N N ` .�i CO 00 CO O. Of \ • \ O O \NI NO NI \ N \ N 1� N W O LI N_ y ▪ G! y j •'� - L _ _ _ y rn m m m N CO N N N CO \ \ N. N CO N N ▪ N O N. N\ N N N. N ~\ r•I N N M N N 1= N Ns co - N. 01 OI O. O. .H 0 .-1 ey NI ._~-I N n c c CO °D ZI O1 v v a v a o a 0 J W d W 0 0 61 41 N d d O • o ._ O LL £ 3 3 3 3 3 3 3 3 .c i 2 i ? io T T "i..., T T T > 9 > T T T } T T T T T N • L 0 0 C N-0 "O V N 13 ID '0 100 9 N r N LA 9. • O o m at O O Lt., M M ti ti Cl m In 0 ry m m .+ 0 .r a In m N a 0 Cl N Y 6 E O V o • o o.� a Submit 30% Documents Client Review Meeting Address Client Comments t 0 0 z c d 9 3 O o U 1 'O N E N .6 ,q u � m 0 • y • d a 60% Cost Estimate 19FS+15 days Technical Specifications TOC 1 . a- N N I N CSI 0 N N NID N N N QC 60% Submittal Submit 60% to Client Client Review Mon 11/20/23 Wed 11/22/23 28 Address Client Comments OJ m N 01 3 -I 0 a --I 2 0 M 0 V 0 Thu 11/23/23 Wed 12/13/2330 T as 01 Thu 12/14/23 Mon 12/18/2332 Thu 12/14/23 Wed 12/20/2332 Thu 12/21/23 Tue 12/26/23 32,33,34 Wed 12/27/23 Wed 12/27/23 35 T T T T v v v m In a 90% Cost Estimate N NM-CTITC.2, M Lel M I. imp i Manual Summary Rollu Manual Summary a SS M i DocuSign Envelope ID: DD668F20-3370-4893-6082-0C1C66524194 DocuSign Envelope ID: 6A3ABD8F-9A36-4B81-93040C6BBE1 E5356 0. r a 00 4 0 a r 0 c 0 j >tn > > a T.0 v a 0 9 -0 0 0 on + N N on + N L.0 N CO 0 ." 1 N V on lD N CO DO N m m m m 00 00 00 00 00 00 00 00 00 in Ln in N N e a v o Q Q \ N\\\ N N\y N NLA on ` N M N\ O N \\ Q N M m a N v1 V1 v a. a n ry m '^ w j a, w v 3 3 LLriE 3 r 3= = m N N N ` of of Q V O N N N or of N N on Iv N H .\-i - IDDi ti N . N O. ` .y .-� N . N e� V N Vf Vf a \ N N N N M j M VI J d d W d W N I- 3 v LL LL r r 3 3 r 4,- N Li) 'O N O N N VI Client Review On QC Final Submittal Client Review & Approval 53 days Bid Phase Services 10 days LA a a > > 0- 9 > a > > a, a v v v a v v a .y N .y N .-I .i 411 0 01 m V a V V 41* V 0 0 1 N C 0. 0 a c c oa a v t O `m 00 3 r OT, L 0 V 1 I�'a0 vIa e 4 u° co d Substantial Completion rn in L v. DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 ACcPRb® CERTIFICATE OF LIABILITY INSURANCE /DDIYYYY) 4((1R® DATE MMM/2023 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 Ed ewood Partners Insurance Center EPIC Brokers 14881 Quorum Drive, Suite 850 DALLAS, TX 75254 www.epicbrokers.com CONTACT NAME: Jessica Guillen PHONE FAX (A/C, No, EXt): 832-476-0477 (A/C, No): E-MAIL ADDRESS: jessica.guillen@epicbrokers,com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Lloyds of London A.M Best # 085202 INSURED RPS Infrastructure, Inc. 575 Dairy Houston TAshford Road, Suite 700 X 77079 INSURER B: First Liberty Insurance Corporation 33588 INSURER C: ACE American Insurance Company 22667 INSURER D: Liberty Mutual Fire Insurance Company 23035 INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 73875541 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 TYPE OF INSURANCE IADDL NSD SWUBR VD POLICY NUMBER POLICY EFF (MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) LIMITS A `/ COMMERCIAL GENERAL LIABILITY EM0015122 11/5/2022 11/5/2023 EACH OCCURRENCE $1,000,000 CLAIMS -MADE ,/ OCCUR DAMAGE TO RENTED PREMISES (Ea occurrence) $ 1,000,000 ✓ Professional Liability $1M MED EXP (Any one person) $ 5,000 ✓ Contractors Pollution $1 M PERSONAL & ADV INJURY $ 1,000,000 GEN'L AGGREGATE ✓ LIMIT APPLIES ' PER: LOC GENERAL AGGREGATE $2,000,000 PRODUCTS - COMP/OP AGG $ 2,000,000 Per Project Agg $ 5,000,000 D AUTOMOBILE ✓ LIABILITY ANY AUTO OWNED SCHEDULED AUTOS NON -OWNED AUTOS ONLY AS2641439037022 11/5/2022 11/5/2023 C 0 aBINEDt) SINGLE LIMIT $ 1,000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ A i UMBRELLA LIAB EXCESS LIAB / OCCUR CLAIMS -MADE EM0015222 11/5/2022 11/5/2023 EACH OCCURRENCE $11,000,000 AGGREGATE $11,000,000 DED RETENTION $ $ B 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 WC6641439037012 11/5/2022 11/5/2023 �/ STATUTE O ETH E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE - EA EMPLOYEE $ 1,000,000 E.L. DISEASE - POLICY LIMIT $ 1,000,000 A Maritime Employer's Liability EM0015322 11/5/2022 11/5/2023 Any One Accident/Illness $1,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) See Attached Pages RE: Hickory Slough Sportsplex Detention Pond Phase 2 & Hickory Slough Detention Storm Water Pump Generator ("PROJECT"). (Project # DR2301 & DR2304) 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 KJ Wagner © 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 73875541 I RPSAMER1 122-23 RPS Infrastructure (+Espey Cons) [No PPM] I Jessica Guillen 14/13/2023 8:36:16 AM (PST) I Page 1 of 3 DocuSign Envelope ID: DD668F20-3370-4893-6082-0C1066524194 AGENCY CUSTOMER ID: RPSAMER1 LOC #: ACO ADDITIONAL REMARKS SCHEDULE Page of AGENCY Edgewood Partners Insurance Center POLICY NUMBER CARRIER NAIC CODE NAMED INSURED RPS Infrastructure, Inc. 575 Dair Ashford Road, Suite 700 Houston TX 77079 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability (03/16) HOLDER: City of Pearland ADDRESS: 3519 Liberty Drive Pearland TX 77581 *Currency evidenced in U.S. Dollars* Contingent Auto Liability - $1,000,000 CSL Hired Car Physical Damage- $50,000 Any One Accident Contingent Employers Liability- INCLUDES CANADIAN WORKERS $1,000,000 Each Accident $1,000,000 Each Employee $1,000,000 Policy Limit $1,000,000 Maritime Employers Liability Maritime Employers Liability - Policy #EM0015322 - 11/05/2022-11/05/2023: Limit of Liability $1,000,000 Any one Accident or Illness, including indemnity and expense. MEL Policy includes USL&H, Death on the High Seas, Outer Continental Shelf Lands Act, Jones Act, In REM. General Liability Includes: Blanket Additional Insured (Your Work) CG2037; Blanket Additional Insured (Completed Ops) CG2010; Non -Owned Watercraft Coverage; Per Project Aggregate Limits; $5,000,000 Aggregate); Gulf of Mexico / In Rem Endorsement; Blanket Waiver of Subrogation as required by written contract; Underground Resources and Equipment; Primary/Non-Contributory as required by written contract; Separation of Insureds; Coverage for Independent Contractors; Worldwide Coverage; Contractual Liability for Business Contracts; No Exclusions for X,C,U; 30 Day Notice of Cancellation to Certificate Holder except 10 Days for Non -Payment of Premium. Pollution Liability Coverage Includes: Separation of Insureds; Blanket Additional Insured as required by written contract; Blanket Waiver of Subrogation as required by written contract; Contractual Liability for Business Contracts; Gulf of Mexico / In Rem; Primary / Non -Contributory as required by written contract. Professional Liability Coverage Includes: Separation of Insureds; Blanket Additional Insured as required by written contract; Blanket Waiver of Subrogation as required by written contract; Contractual Liability for Business Contracts; Gulf of Mexico / In Rem; Primary / Non -Contributory as required by written contract. Automobile Policy Includes: Blanket Additional Insured as required by written contract; Blanket Waiver of Subrogation as required by written contract; Employees as Insureds; Blanket Additional Insured and Loss Payee for Lessors when required; Primary/Non-Contributory; 30 Day Notice of Cancellation to Certificate Holder Worker's Compensation Policy Includes: USL&H; Outer Continental Shelf Lands Act Endorsement; Maritime Employer's Liability; Voluntary Compensation; Alternate Employer; Blanket Waiver of Subrogation as required by written contract; All States Coverage; Stop Gap Coverage for monopolistic States; 30 Day Notice of Cancellation to Certificate Holder. Umbrella/Excess Policy Includes: Follow form of all underlying policies shown on certificate: General Liability, ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 73875541 I RPSAMER1 122-23 RPS Infrastructure (+Espey Cons) [No FPK] I Jessica Guillen 14/13/2023 8:36:16 AM (PST) I Page 2 of 3 ATTACHMENT DocuSign Envelope ID: DD668F20-3370-4893-6082-0C1066524194 AGENCY CUSTOMER ID: RPSAMER1 LOC #: ACO ADDITIONAL REMARKS SCHEDULE Page of AGENCY Edgewood Partners Insurance Center POLICY NUMBER CARRIER NAIC CODE NAMED INSURED RPS Infrastructure, Inc. 575 Dair Ashford Road, Suite 700 Houston TX 77079 EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: Certificate of Liability (03/16) HOLDER: City of Pearland ADDRESS: 3519 Liberty Drive Pearland TX 77581 Professional Liability, Pollution, Employer's Liability, Auto Liability, and Maritime (MEL),; Drop down coverage; Separation of Insureds; Blanket Additional Insured as required by written contract; 30 Day Notice of Cancellation to Certificate Holder; Blanket Waiver of Subrogation as required by written contract; Primary / Non -Contributory as required by written contract. All carriers are rated "A" or higher by A. M. Best's. ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD 73875541 I RPSAMER1 122-23 RPS Infrastructure (+Espey Cons) [No FPK] I Jessica Guillen 14/13/2023 8:36:16 Ar4 (PST) I Page 3 of 3 ATTACHMENT DocuSign Envelope ID: DD668F20-3370-4893-B082-0C1066524194 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: 2023-1005884 Date Filed: 04/11/2023 Date Acknowledged: 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. RPS Infrastructure, 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 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. DR2301 & DR2304 Professional Services for Hickory Slough Sportsplex Detention Pond Phase 2 & Hickory Slough Detention Storm Water Pump Generator 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 Mike McClung , and my date of birth is My address is 14914 Kimberley Lane Houston TX 77079 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 12th day of April 20 23 . (month) (year) p—DocuSigned by: riii./'ke sc@s:c 1rC§71 1... Signature of authorized agent of contracting business entity (Declarant) Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V3.5.1.3ac88bc0