Loading...
HomeMy WebLinkAboutR2025-085 20250714RESOLUTION NO. R2025-85 A Resolution of the City Council of the City of Pearland, Texas, authorizing a professional service contract with Baxter and Woodman Consultant Engineers, for design services associated with the Water Plant Chemical Containment Structures Project, in the estimated amount of $207,140.00, for the period of June 10, 2025 through May 4, 2027. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for professional services, 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. PASSED, APPROVED and ADOPTED this the 14th day of July, A.D., 2025. ________________________________ J.KEVIN COLE MAYOR ATTEST: ________________________________ FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Design 1 of 7 D2. Revised 04/2019 CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is entered into upon final execution by and between the City of Pearland ("CITY") and Baxter & Woodman, Inc. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Water Plant Chemical Containment Structures ("PROJECT"). (Project # WA2401, Contract # P0425-07) 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 engineering design 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 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Design 2 of 7 D2 Revised 04/2019 and omissions relating to the performance of any work by the CONSULTANT, its agents, employees or subcontractors under this Agreement, as follows: (1) Workers’ Compensation as required by law. (2) Professional Liability Insurance in an amount not less than $1,000,000 in the aggregate. (3) Comprehensive General Liability and Property Damage Insurance with minimum limits of $1,000,000 for injury or death of any one person, $1,000,000 for each occurrence, and $1,000,000 for each occurrence of damage to or destruction of property. (4) Comprehensive Automobile and Truck Liability Insurance covering owned, hired, and non-owned vehicles, with minimum limits of $1,000,000 for injury or death of any one person, $1,000,000 for each occurrence, and $1,000,000 for property damage. The CONSULTANT shall include the CITY as an additional insured under the policies, with the exception of the Professional Liability Insurance and Workers’ Compensation. The CONSULTANT shall agree to waive its Right to Subrogation. Certificates of Insurance and endorsements shall be furnished to the CITY before work commences. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled, and/or reduced in coverage or in limits (“Change in Coverage”) except with prior written consent of the CITY and only after the CITY has been provided with written notice of such Change in Coverage, such notice to be sent to the CITY either by hand delivery to the City Manager or by certified mail, return receipt requested, and received by the City no fewer than thirty (30) days prior to the effective date of such Change in Coverage. Prior to commencing services under this CONTRACT, CONSULTANT shall furnish CITY with Certificates of Insurance, or formal endorsements as required by this CONTRACT, issued by CONSULTANT’S insurer(s), as evidence that policies providing the required coverage, conditions, and limits required by this CONTRACT are in full force and effect. G. The CONSULTANT shall indemnify and hold the CITY, its officers, agents, and employees, harmless from any claim, loss, damage, suit, and liability of every kind for which CONSULTANT is legally liable, including all expenses of litigation, court costs, and attorney's fees, for injury to or death of any person, for damage to any property, or errors in design, any of which are caused by the negligent act or omission of the CONSULTANT, his officers, employees, agents, or subcontractors under this CONTRACT. H. All parties intend that the CONSULTANT, in performing services pursuant to this CONTRACT, shall act as an independent contractor and shall have control of its own work and the manner in which it is performed. The CONSULTANT is not to be considered an agent or employee of the CITY. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Design 3 of 7 D2 Revised 04/2019 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end May 4, 2027. 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 (Not to Exceed) $207,140.00 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: $207,140.00 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 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Design 4 of 7 D2 Revised 04/2019 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- Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Design 5 of 7 D2 Revised 04/2019 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 11450 Compaq Center West Dr., Suite 660, Houston, TX. 77070. Immediately after receiving such written notice, the CONSULTANT shall discontinue providing the services under this CONTRACT. B. If this CONTRACT is terminated, CONSULTANT shall deliver to the CITY all drawings, special provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the CONSULTANT under the CONTRACT, entirely or partially completed, together with all unused materials supplied by the CITY on or before the 15th day following termination of the CONTRACT. C. In the event of such termination, the CONSULTANT shall be paid for services performed prior to receipt of the written notice of termination. The CITY shall make final payment within sixty (60) days after the CONSULTANT has delivered to the CITY a detailed invoice for services rendered and the documents or work product generated by the CONSULTANT under the CONTRACT. D. If the remuneration scheduled under this contract is based upon a fixed fee or definitely ascertainable sum, the portion of such sum payable shall be proportionate to the percentage of services completed by the CONSULTANT based upon the scope of work. E. In the event this CONTRACT is terminated, the CITY shall have the option of completing the work, or entering into a CONTRACT with another party for the completion of the work. F. If the CITY terminates this CONTRACT for cause and/or if the CONSULTANT breaches any provision of this CONTRACT, then the CITY shall have all rights and remedies in law and/or equity against CONSULTANT. Venue for any action or dispute arising out of or relating to this CONTRACT shall be in Brazoria County, Texas. The laws of the State of Texas shall govern the terms of this CONTRACT. The prevailing party in the action shall be entitled to recover its actual damages with interest, attorney’s fees, costs and expenses incurred in connection with the dispute and/or action. CONSULTANT and CITY desire an expeditious means to resolve any disputes that may arise between under this CONTRACT. To accomplish this, the parties agree to mediation as follows: If a dispute arises out of or relates to this CONTRACT, or the breach thereof, and if the dispute cannot be settled through negotiation, then the parties agree first to try in good faith, and before pursuing any legal remedies, to settle the dispute by mediation of a third party who will be selected by agreement of the parties. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Design 6 of 7 D2 Revised 04/2019 SECTION VI – ENTIRE AGREEMENT This CONTRACT represents the entire agreement between the CITY and the CONSULTANT and supersedes all prior negotiations, representations, or contracts, either written or oral. This CONTRACT may be amended only by written instrument signed by both parties. SECTION VII – COVENANT AGAINST CONTINGENT FEES The CONSULTANT affirms that he has not employed or retained any company or person, other than a bona fide employee working for the CONSULTANT to solicit or secure this CONTRACT, and that he has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage brokerage fee, gift, or any other consideration, contingent upon or resulting from the award or making of the CONTRACT. For breach or violation of this clause, the CITY may terminate this CONTRACT without liability, and in its discretion, may deduct from the CONTRACT price or consideration, or otherwise recover, 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. ____________________________ CITY OF PEARLAND, TEXAS DATE ____________________________ CONSULTANT DATE May 8, 2025 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7/15/2025 | 8:42 AM CDT Design 7 of 7 D2 Revised 04/2019 House Bill 89 Verification I, ______________________________________ (Person name), the undersigned representative (hereafter referred to as “Representative”) of ______________________ __________________________________________________________ (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 _____ day of ____________________, 20___. ___________________________________________ Notary Public Charles A. Brunner, PE, SE Baxter & Woodman, Inc. 8th May 25 Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 11450 Compaq Center West Dr, Suite 660, Houston, TX 77070 | (281) 350-7027 | baxterwoodman.com Proposal March 24, 2025 Mr. Darryl Burrell Project Manager – Engineering & Public Works City of Pearland 2016 Old Alvin Road Pearland, Texas 77581 Subject: Proposal for Engineering and Construction Phase Services for the City of Pearland’s Chemical Improvements at Water Receiving Facilities associated with the project WA2401 – Water Plant Chemical Containment Structures Dear Mr. Burrell: Baxter & Woodman, Inc. is pleased to provide a proposal for engineering and construction administrative and inspection services associated with the City of Pearland WA2401 – Water Plant Chemical Containment Structures project. We understand the goal for this project is to resolve alleged violations from the Texas Commission on Environmental Quality (TCEQ) Summary of Findings Report dated May 16, 2023, for adequate containment and protective enclosures for liquid chemical disinfection facilities at various water plant sites. We understand the scope of work will also include disinfection conversion from chlorine gas to liquid bleach at the Country Place Water Plant. This proposal is based on our initial meetings, review of the TCEQ alleged violations report, conversations with City of Pearland (City) staff, and information provided by the City. An overview of the project is outlined below: Work Overview A. Current Facilities The table below summarizes the alleged violations from the TCEQ at each of the eight (8) water receiving facilities. The Country Place Water Plant did not receive any alleged violations; however, the City desires to convert the disinfection from chlorine gas to liquid bleach under this project scope. In the table below, “Liquid Chem” signifies an alleged violation for no containment around polyphosphate tanks. “Hypochlorination” represents an alleged violation for failing to protect the solution containers from adverse weather conditions. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Mr. Darryl Burrell March 24, 2025 City of Pearland 2500289.00 | Page 2 Proposal TCEQ Alleged Violations Water Facility Name Water Plant Address Polyphosphate/ Liquid Chem Hypochlorination 518 1751 East Broadway Street Y Y Southdown 1003 East Belgravia Drive Y Y Shadow Creek 1907 Almeda Road Y Y Kirby 3110 Kirby Drive Y Y McLean 2838 McLean Road Y Liberty 3503 Liberty Drive Y Garden 13711 Garden Road Y Cullen 2529 Cullen Boulevard Y Country Place 407 Chickory Wood Court In general, the chemical storage is set up at each of these water facilities in a similar manner. Liquid Sodium Hypochlorite (Bleach) and Liquid Ammonium Sulfate (LAS) are stored in double-wall tanks located outside on a concrete slab with a CMU curb wall to meet separation and containment requirements. However, there is no enclosure or canopy above the storage area. Polyphosphate (Poly) or Orthophosphate (Ortho) is stored in tanks inside the control room, inside a separate storage structure adjacent to the other chemical tanks, or outside on a concrete pad. These tanks generally do not have containment, and it is unknown if approval was received to use these tanks in lieu of containment. Chemical feed is set up in a variety of ways based on the water facility; however, the equipment and operational needs are similar. Several water facilities have chemical feed pumps located outside and mounted to the CMU containment walls, some facilities have chemical feed pumps located outside and mounted to an exterior control room wall, and other facilities have chemical feed pumps located inside the control room. The TCEQ lists design criteria for chemical storage and feed facilities in Chapter 290.42 (f) of their rules for public water systems. Governing rules applicable to the proposed improvements include: 1) Except as provided in this clause, adequate containment facilities shall be provided for all liquid chemical storage tanks. Per TCEQ Subchapter D: Rules and Regulations for Public Water Systems 290.42.f.1.E.ii 2) Chlorine feed units, ammonia feed units, and storage facilities shall be separated by solid, sealed walls. Per TCEQ Subchapter D: Rules and Regulations for Public Water Systems 290.42.f.2.H Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Mr. Darryl Burrell March 24, 2025 City of Pearland 2500289.00 | Page 3 Proposal 3) Hypochlorination solution containers and pumps must be housed in a secure enclosure to protect them from adverse weather conditions and vandalism. Per TCEQ Subchapter D: Rules and Regulations for Public Water Systems 290.42.e.5 B. Proposed Improvements Baxter & Woodman representatives met on-site with City Operations staff on Tuesday, February 4, 2025, and again with City Public Works staff on Monday, February 10, 2025, for a scoping meeting. Based on information provided to Baxter & Woodman, observations noted by Baxter & Woodman during the site visit on February 4th, and the items discussed during at the scoping meeting on February 10th, the following improvements are recommended: Chemical Improvements at Seven (7) Water Plant Facilities 1) Construct additional CMU containment for the Poly/Ortho tank adjacent to the existing chemical storage area. 2) Replace existing chemical feed system with a skid-mounted system and provide a fiberglass building to house the equipment (or relocate equipment in good working condition): a) Building to be located adjacent to storage area on a new concrete slab b) One building for bleach and another building for LAS/Ortho/Poly 3) Construct a protective steel canopy to cover the chemical storage tanks and chemical feed buildings. These improvements are recommended at the water facilities listed in the table above, except for Liberty and Country Place. Chemical improvements at the Liberty Water Plant will be performed under a separate contract, which is currently underway. Conversion to Bleach at Country Place Water Plant 1) Remove the existing gas chlorination equipment. 2) Construct CMU containment for Bleach, LAS, and Poly/Ortho. 3) Replace existing chemical feed system with a skid-mounted system and provide a fiberglass building to house the equipment (or relocate equipment in good working condition): a) One building for bleach and another building for LAS/Ortho/Poly 4) Construct a protective steel canopy to cover the chemical storage tanks and chemical feed buildings. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Mr. Darryl Burrell March 24, 2025 City of Pearland 2500289.00 | Page 4 Proposal Scope of Services See Attachment A for a detailed description of the scope of services. Project Schedule The basic design services shall be completed within seven (7) months of the Notice to Proceed, provided City review periods after submittals do not exceed three (3) weeks each. The construction duration is estimated at 8-10 months based on equipment lead time. Fee The Owner shall pay Baxter & Woodman for the services performed or furnished based on work completed and in accordance with level of effort described on the Work Breakdown Structure in the amount not-to-exceed of $207,140. If additional services are requested, a cost to perform the work will be provided under a separate proposal and will require prior authorization by the City. Baxter & Woodman shall be compensated for the services provided as outlined below: A. Project Coordination and Data Collection - $46,765 (Time and Materials based on detailed level of effort attached) B. Preliminary Design - $45,050 (Time and Materials based on detailed level of effort attached) C. Environmental Coordination and Permitting - $3,610 (Time and Materials based on detailed level of effort attached) D. Final Design - $59,055 (Time and Materials based on detailed level of effort attached) E. Bid Phase Services - $6,200 (Time and Materials based on detailed level of effort attached) F. Construction Phase Services - $46,460 (Lump Sum) Total Contract Amount - $207,140 This proposal is valid for 90 days from the date issued. Hourly rates will not be subject to change during the course of this project without written approval from the City of Pearland. Standard Terms and Conditions The attached Standard Terms and Conditions apply to this proposal. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 Mr. Darryl Burrell March 24, 2025 City of Pearland 2500289.00 | Page 5 Proposal Acceptance If you find this proposal acceptable, please sign and return one copy for our files. If you have any questions or need additional information, please do not hesitate to contact Mr. Miles Fabian at 281-569-0457 or mfabian@baxterwoodman.com. Sincerely, BAXTER & WOODMAN, INC. CONSULTING ENGINEERS Michael A. Kurzy, PE Executive Vice President Attachments City of Pearland ACCEPTED BY: TITLE: DATE: P:\PERLC\2500289-Chemical Containment Improvements\Contract\Work\2500289.00_Proposal_WPChem.docx Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A 1 SCOPE OF SERVICES 1. PROJECT COORDINATION AND DATA COLLECTION 1.1. PROJECT MANAGEMENT A. Plan, schedule, and control the activities that must be performed to complete the project including budget, schedule, and scope. B. Coordinate with City Project Manager to ensure the goals of the project are achieved. C. Prepare and submit monthly invoices, coordinate invoices from sub-consultants, and provide a monthly status report via email describing tasks completed the previous month and outlining goals for the subsequent month. 1.2. PROJECT MEETINGS A. The following meetings are anticipated for this project: 1. Meetings with OWNER (1 total) a) Kickoff Meeting 1.3. TOPOGRAPHIC SURVEY A. Topographic Survey: Perform topographic survey within the project limits. The survey limits will be 50 feet in all directions from the existing chemical containment structures. Set project control and benchmarks at each plant location. State plane coordinates and NAVD 88 will be used for horizontal and vertical controls. B. Right of Way: If necessary, based on site constraints, field-locate existing property corners and utilize available tax parcel information to establish an approximate right-of- way. No right-of-way or easement acquisition is anticipated. Work to complete Plat of Easement or Plat of Dedication is not included. 1.4. GEOTECHNICAL INVESTIGATION - Structural Borings: Take one 10-foot structural boring at each plant site (8 borings estimated). 2. PRELIMINARY DESIGN 2.1. DESIGN CONCEPTS A. Evaluate expansion, replacement, and/or relocation of the Chemical Storage and Chemical Feed Facilities at seven (7) water plant sites. Convert the existing chemical disinfection from gas chlorination to bleach at one (1) water plant site. 1. Review the tank size and depth requirements. 2. Review the footprint size requirements for the chemical feed. 3. Determine a building addition and/or containment structure modification as needed. 2.2. BASIS OF DESIGN A. Prepare a technical memorandum discussing the requirements and objectives governing the design and construction of the project. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A 2 1. Include list of deficient items needing further clarification. 2.3. PRELIMINARY DESIGN DOCUMENTS/PROCESS DESIGN CONSIDERATIONS – 60% Level A. Develop base sheets of natural and man-made features from topographic survey data. B. Prepare plan sheets (60%) that indicate the proposed layout of design elements. C. General drawings including a process flow diagram and a hydraulic profile. D. Electrical site plan and power distribution diagram E. Process and Instrumentation Drawings (P&IDs) F. Project Manual, Including Technical Specifications 2.4. PRELIMINARY ENGINEER'S OPINION OF PROBABLE COST - Prepare Opinion of Probable Construction Costs (OPCC) for the Project including construction cost; contingencies; construction engineering services. 2.5. DELIVERABLES A. Digital copy of plan sheets B. Digital copy of Project Manual and Technical Specifications C. Digital copy of Opinion of Probable Construction Costs (OPCC) 3. ENVIRONMENTAL COORDINATION AND PERMITTING 3.1. PERMITS AND AGENCY COORDINATION A. Submit the design documents to obtain permits from TCEQ. B. Submit the Stormwater Pollution Prevention Plans to the Brazoria County Drainage District (BCDD) for approval (if necessary). C. Apply for a Brazoria County site work permit, if required. 3.2. FLOODPLAIN PERMITTING A. Submit floodplain information for a floodplain construction permit from the Brazoria County Drainage District if needed. This work may be required at the 518 Water Plant and County Place Water Plant. B. Agency review fees are not included within this agreement and shall be paid for separately by the OWNER. 4. FINAL DESIGN AND PLAN DEVELOPMENT 4.1. FINAL DESIGN A. Review and respond to Preliminary (60%) and Pre-Final (90%) plan sheets comments. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A 3 B. Finalize the design for the proposed improvements including the chemical containment structure, chemical feed enclosure, and conversion to bleach at the Country Place Water Plant. Specify location of tanks, containment structures, and chemical feed facilities, including finished floor elevation of equipment foundation, chemical feed piping schematics, structural design of buildings, canopies, or enclosures, electrical power distribution, site lighting and P&IDs. 4.2. BIDDING DOCUMENTS/PROJECT MANUAL A. Provide detailed drawings design elements and construction requirements. B. Indicate location of all utilities that can be obtained from the best available records, including utility company atlases and SUE locates. C. Create all legends, general notes, and designer instructions to contractors, to create a final set of construction drawings. D. Prepare Design Documents consisting of Drawings and Specifications detailing the general scope, extent, and character of construction work to be furnished and performed by the Contractor(s). OWNER’s standard specifications and details shall be used when applicable. E. Prepare for review and approval by the OWNER and its legal counsel the forms of Construction Contract Documents consisting of “Front End Documents” including Advertisement for Bids, Bidder Instructions. Bid Form, Agreement, Performance Bond Form, Payment Bond Form, General Conditions, and Supplementary Conditions, where appropriate, based upon standard OWNER contract documents. F. Both Preliminary (60%) and Final (100%) plan sheets and contract documents submittals are anticipated for this Project. 4.3. ENGINEER'S OPINION OF PROBABLE COST - Prepare Opinion of Probable Construction Costs (OPCC) for the Project including construction cost; contingencies; construction engineering services; and, on the basis of information furnished by the OWNER, allowances for legal services, financial consultants, and any administrative services or other costs necessary for completion of the Project. 4.4. PEER AND CONSTRUCTABILITY REVIEWS A. Conduct engineering QA/QC peer reviews of Final drawings and specifications. B. Conduct constructability review of Final drawings and specifications. C. Make revisions to Drawings and Specifications based on comments from both engineering and construction reviews. 4.5. DELIVERABLES A. The following is a list of anticipated final deliverables to the OWNER for this project: 1. Full sized For Bid Plan Sheets - One (1) copy 2. 11x17 sized For Bid Plan Sheets - One (1) copy 3. Project Manual - One (1) copy 4. Engineer's Opinion of Probable Construction Cost Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A 4 5. Digital copy of plan sheets, contract documents, and OPCC 6. Digital copy of CAD files 4.6. NOT INCLUDED A. The following items are not included within the scope of this project, but can be provided as additional services to the contract: 1. Additional water plant site modifications unrelated to chemical facilities, such as driveway replacement or additional drainage improvements unrelated to any chemical facility modifications 2. ROW Acquisition services including title commitments, Plats, Legals, Appraisals, Negotiations 3. Environmental Studies (PESA, PSI, etc.) 5. BID ASSISTANCE 5.1. BIDDING ASSISTANCE A. Provide design assistance and clarification for bid documents. 1. Assist the OWNER with coordination and scheduling during the bid process. 2. Provide documents for bidding and assist the OWNER in solicitation of bids from as many qualified bidders as possible, respond to prospect bidders’ questions, and prepare addenda as necessary. 3. Attend a pre-bid conference and respond to questions from prospect bidders. 4. Attend bid opening to receive and evaluate bids. 5. Tabulate bids, check at least three references for up to three lowest bidders, evaluate the bids for mathematical errors or unbalanced bids, and make a recommendation to the OWNER for an award of contract. 6. Work with the Contractor to get the Construction Contract Documents signed and ready to be presented at a City Council meeting for authorization. 6. CONSTRUCTION AND PROJECT COMPLETION 6.1. PROJECT INITIATION A. Assist OWNER with preparation of necessary Construction Documentation forms. B. Review contractor pre-construction submittals, exchange CAD files, and coordinate scheduling pre-construction conference with the contractor and OWNER. C. Attend the preconstruction conference and review the Contractor’s proposed construction schedule and list of subcontractors. D. Design engineer will be responsible for preparing Meeting Agenda and Meeting Minutes. 6.2. CONSTRUCTION ADMINISTRATION A. Act as the OWNER's representative with duties, responsibilities, and limitations of authority as assigned in the construction contract documents, to include, but not limited to: review and approval of pay applications, review and provide recommendations on Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A 5 change order requests, issue corrective action notifications, issue letters of non- compliance, etc. B. Attend periodic construction progress meetings (frequency agreed to a pre-construction conference). C. Shop drawing and submittal review by Engineer apply only to the items in the submissions and only for the purpose of assessing, if upon installation or incorporation in the Project, they are generally consistent with the construction documents. Local Public Agency (LPA) agrees that the contractor is solely responsible for the submissions (regardless of the format in which provided, i.e. hard copy or electronic transmission) and for compliance with the contract documents. LPA further agrees that the Engineer's review and action in relation to these submissions will not constitute the provision of means, methods, techniques, sequencing, or procedures of construction or extend to safety programs of precautions. Engineer's consideration of a component does not constitute acceptance of the assembled item. D. Review construction record drawings for completeness prior to submission to CADD. E. Review the Contractor's requests for payments as construction work progresses and advise the OWNER of amounts due and payable to the Contractor in accordance with the terms of the construction contract documents. F. Research and prepare written response by Engineer to request for information from the OWNER and Contractor. 6.3. FIELD OBSERVATION – PART TIME A. Engineer will provide a Resident Inspector on a periodic part-time basis from the Engineer’s office of not more than eight (8) hours per week, as deemed necessary by the Engineer, and in coordination with the City’s Project Manager, to assist the Contractor with interpretation of the Drawings and Specifications, to observe in general if the Contractor’s work is in conformity with the Final Design Documents, and to monitor the Contractor’s progress as related to the Construction Contract date of completion. B. Through standard, reasonable means, Engineer will become generally familiar with observable completed work. If the Engineer observes completed work that is inconsistent with the construction documents, that information shall be communicated to the contractor and OWNER to address. Engineer shall not supervise, direct, control, or have charge or authority over any contractor’s work, nor shall the Engineer have authority over or be responsible for the means, methods, techniques, sequences, or procedures of construction selected or used by any contractor, or the safety precautions and programs incident thereto, for security or safety at the site, nor for any failure of any contractor to comply with laws and regulations applicable to such contractor’s furnishing and performing of its work. Engineer neither guarantees the performance of any contractor nor assumes responsibility for any contractor’s failure to furnish and perform the work in accordance with the contract documents, which contractor is solely responsible for its errors, omissions, and failure to carry out the work. Engineer shall not be responsible for the acts or omissions of any contractor, subcontractor, or supplier, or Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ATTACHMENT A 6 of any of their agents or employees or any other person, (except Engineer’s own agents, employees, and consultants) at the site or otherwise furnishing or performing any work; or for any decision made regarding the contract documents, or any application, interpretation, or clarification, of the contract documents, other than those made by the Engineer. C. Part-Time Field Observation provides that the Resident Inspector will make intermittent site visits to observe the progress and quality of Contractor’s executed Work. Part-Time Field Observation does not guarantee the Inspector will observe or comment on work completed by the contractor at times the Resident Inspector is not present on site. Such visits and observations by the Resident Inspector, if any, are not intended to be exhaustive or to extend to every aspect of Contractor’s Work in progress or to involve detailed inspections of Contractor’s Work in progress beyond the responsibilities specifically assigned to Engineer in this Agreement and the Contract Documents, but rather are to be limited to spot checking, selective sampling, and similar methods of general observation of the Work based on Engineer’s exercise of professional judgment as assisted by the Resident Inspector, if any. D. Provide the necessary base lines, benchmarks, and reference points to enable the Contractor to proceed with the work. E. Keep a daily record of the Contractor’s work on those days that the Inspectors are at the construction site including notations on the nature and cost of any extra work. 6.4. PROJECT COMPLETION A. Provide construction inspection services when notified by the Contractor that the Project is complete, and as coordinated with the City’s Project Manager. B. Prepare written punch lists during substantial and final completion inspections. C. Review the Contractor's written guarantees and issue a Notice of Acceptability for the Project by the OWNER. D. Review the Contractor's requests for final payment and advise the OWNER of the amounts due and payable to the Contractor in accordance with the terms of the construction contract documents. E. Prepare construction record drawings that show field measured dimensions of the completed work that the Engineers consider significant and provide the OWNER with an electronic copy within ninety (90) days of the Project completion. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 PERLC - City of PearlandChemical Improvements at Water Receiving FacilitiesProject Number 2500289.00Project Manager MWFQC Team Vice PresSenior Engineer VIIEngineer V / Project ManagerGraduate Engineer IIStructural ManagerStructural EngineerElectrical ManagerElectrical EngineerI & C EngineerConst Mgr I Field Rep III Field Rep IIProduction ManagerCAD Tech IIAdmin Assistant II Total Labor Cost Expenses Sub-Consultant Cost (+5%) Total Hours Total Cost Admin$260 $250 $210 $160 $250 $210 $235 $180 $180 $185 $145 $125 $185 $140 $100001Project Coordination and Data Collection0 0 6 26 0 2 0 0 0 0 0 0 0 0 8 6,640$ 250$ 39,875$ 42 46,765$ 1.01Project Management0 0 4 18 0 0 0 0 0 0 0 0 0 0 8 4,520$ -$ -$ 30 4,520$ A Progress Reports4 82,120$ -$ -$ 122,120$ B Sub-Consultant Coordination10 82,400$ -$ -$ 182,400$ 1.02Project Meetings0 0 2 2 0 0 0 0 0 0 0 0 0 0 0 740$ 150$ -$ 4 890$ A Project Kick-off Meeting2 2740$ 150$ -$ 4890$ 1.03Survey0 0 0 6 0 0 0 0 0 0 0 0 0 0 0 960$ 100$ 32,000$ 6 33,060$ A Limited Topographic Survey (8 Sites)6960$ 100$ 32,000$ 633,060$ 1.04Geotechnical Investigation0 0 0 0 0 2 0 0 0 0 0 0 0 0 0 420$ -$ 7,875$ 2 8,295$ A Geotechnical Borings and Soil Analysis2420$ -$ 7,875$ 28,295$ 002Preliminary Design0 0 23 96 0 10 0 28 0 0 0 0 8 116 0 45,050$ -$ -$ 281 45,050$ 2.01Design Concepts0 0 8 28 0 6 0 8 0 0 0 0 0 0 0 8,860$ -$ -$ 508,860$ A Chemical Containment2 8 4 43,260$ -$ -$ 183,260$ B Chemical Feed2 81,700$ -$ 101,700$ C Conversion to Bleach4 12 2 43,900$ -$ -$ 223,900$ 2.02Basis of Design0 0 2 4 0 2 0 2 0 0 0 0 0 0 0 1,840$ -$ -$ 10 1,840$ A Technical Memorandum2 4 2 21,840$ -$ -$ 101,840$ 2.03Preliminary Design Documents (60%)0 0 12 60 0 0 0 16 0 0 0 0 8 116 0 32,720$ -$ -$ 21232,720$ A General Civil Sheets4 16 8 6413,840$ -$ -$ 9213,840$ B Chemical Plan Sheets6 36 4 4013,340$ -$ 8613,340$ C Process Schematics2 8 12 125,540$ -$ -$ 345,540$ 2.04Preliminary Engineer's Opinion of Probable Cost0 0 1 4 0 2 0 2 0 0 0 0 0 0 0 1,630$ -$ -$ 9 1,630$ A Cost Estimation1 4 2 21,630$ -$ -$ 91,630$ 003Environmental Coordination and Permitting0 0 5 16 0 0 0 0 0 0 0 0 0 0 0 3,610$ -$ -$ 21 3,610$ 3.01Permits and Agency Coordination0 0 4 14 0 0 0 0 0 0 0 0 0 0 0 3,080$ -$ -$ 18 3,080$ A TCEQ Submittal2 81,700$ -$ -$ 101,700$ B SWPPP2320$ -$ -$ 2320$ C Brazoria County2 41,060$ -$ -$ 61,060$ 3.02Floodplain Permitting0 0 1 2 0 0 0 0 0 0 0 0 0 0 0 530$ -$ -$ 3 530$ A Drainage District Permit1 2530$ -$ -$ 3530$ 004Final Design 2 4 16 78 4 66 4 76 1 2 0 0 9 60 16 59,055$ -$ -$ 338 59,055$ 4.01Final Design 0 0 10 52 0 64 0 64 0 0 0 0 9 60 0 45,445$ -$ -$ 259 45,445$ A General Civil Sheets4 16 4 166,380$ -$ -$ 406,380$ B Chemical Plan Sheets4 24 4 329,900$ -$ -$ 649,900$ C Detail Sheets2 8 1 83,005$ -$ -$ 193,005$ D Process Schematics4 41,200$ -$ -$ 81,200$ E Electrical 6411,520$ -$ -$ 6411,520$ F Structural6413,440$ -$ -$ 6413,440$ 4.02Bidding Documents/Project Manual0 0 5 24 0 2 0 10 0 0 0 0 0 0 16 8,710$ -$ -$ 57 8,710$ A Front-End Documents1 4850$ -$ -$ 5850$ B Project Specifications2 12 2 8 125,400$ -$ -$ 365,400$ C Bid Form2 8 2 42,460$ -$ -$ 162,460$ 4.03Engineer's Opinion of Probable Cost0 0 1 2 0 0 0 2 1 0 0 0 0 0 0 1,070$ -$ -$ 6 1,070$ A Opinion of Probable Construction Cost1 2 2 11,070$ -$ -$ 61,070$ Work Breakdown StructureDescriptionPhase TaskSub TaskStructural/Electrical/I&CProcess/Civil/Mechanical/ClientProject NameBUDGETConstruction Production-Boundary and Full Topo at518 Plant-Boundary and Limited Topo atRemaining 7 PlantsDocusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 4.04Peer and Constructability Reviews2 4 0 0 4 0 4 0 0 2 0 0 0 0 0 3,830$ -$ -$ 163,830$ A QA/QC Review2 4 4 4 23,830$ -$ -$ 163,830$ 005Bid Phase Services0 0 6 20 0 0 1 2 0 0 0 0 1 4 4 6,200$ -$ -$ 38 6,200$ 5.01Bidding Assistance0 0 6 20 0 0 1 2 0 0 0 0 1 4 46,200$ -$ -$ 386,200$ A Attend Pre-Bid Meeting2 2740$ -$ -$ 4740$ B Answer Questions and Prepare Addenda1 12 1 2 1 4 43,870$ -$ -$ 253,870$ C Attend Bid Opening2 2740$ -$ -$ 4740$ D Review Bids & Recommend Award1 4850$ -$ -$ 5850$ 2 4 56 236 4 78 5 106 1 2 0 0 28 522520.00$ 1,000.00$ 11,760.00$ 37,760.00$ 1,000.00$ 16,380.00$ 1,175.00$ 19,080.00$ 180.00$ 370.00$ -$ -$ 2,800.00$ 92,025$ 250$ 39,875$ 132,150$ 18 180 1983,330.00$ 25,200.00$ 28,530$ 28,530$ 2 4 56 236 4 78 5 106 1 2 0 0 18 180 28 720520.00$ 1,000.00$ 11,760.00$ 37,760.00$ 1,000.00$ 16,380.00$ 1,175.00$ 19,080.00$ 180.00$ 370.00$ -$ -$ 3,330.00$ 25,200.00$ 2,800.00$ 120,555$ 250$ 39,875$ 160,680$ 006Construction Phase Services0 0 9 27 0 2 0 13 0 38 36 178 2 8 5 45,460$ 1,000$ -$ 318 46,460$ 6.01Project Initiation0 0 1 3 0 0 0 0 0 2 0 2 0 0 2 1,510$ -$ -$ 10 1,510$ A Prepare Contract Documents1 1 2570$ -$ -$ 4570$ B Attend Pre-Construction Conference2 2 2940$ -$ -$ 6940$ 6.02Construction Administration0 0 4 16 0 0 0 6 0 30 0 58 0 0 0 17,280$ -$ -$ 114 17,280$ A Progress Meetings2 4 12 84,280$ -$ -$ 264,280$ B Submittal Review1 6 4 8 246,370$ -$ -$ 436,370$ C Requests for Information4 2 4 82,740$ -$ -$ 182,740$ D Pay Estimates4 162,740$ -$ -$ 202,740$ E Record Drawings-$ -$ -$ 0-$ F Change Orders1 2 2 21,150$ -$ -$ 71,150$ 6.03Field Observation - Part Time0 0 0 0 0 0 0 0 0 0 36 108 0 0 0 18,720$ 1,000$ -$ 144 19,720$ A Site Visits32 9616,640$ 1,000$ -$ 12817,640$ B Construction Reports (Max of 8 Reports per Month)4 122,080$ -$ -$ 162,080$ 6.04Project Completion0 0 4 8 0 2 0 7 0 6 0 10 2 8 3 7,950$ -$ -$ 50 7,950$ A Final Inspection2 2 2 21,400$ -$ -$ 81,400$ B Punch List1 1 1 2 21,025$ -$ -$ 71,025$ C Issue COA1 1285$ -$ -$ 2285$ D Final Payment Review1 2435$ -$ -$ 3435$ E Record Drawings1 8 2 4 1 4 2 84,805$ -$ -$ 304,805$ 0 0 9 27 0 2 0 13 0 38 36 178 2 8 5 318-$ -$ 1,890.00$ 4,320.00$ -$ 420.00$ -$ 2,340.00$ -$ 7,030.00$ 5,220.00$ 22,250.00$ 370.00$ 1,120.00$ 500.00$ 45,460$ 1,000$ -$ 46,460$ 2 4 65 263 4 80 5 119 1 40 36 178 20 188 33 1038520.00$ 1,000.00$ 13,650.00$ 42,080.00$ 1,000.00$ 16,800.00$ 1,175.00$ 21,420.00$ 180.00$ 7,400.00$ 5,220.00$ 22,250.00$ 3,700.00$ 26,320.00$ 3,300.00$ 166,015$ 1,250$ 39,875$ 207,140$ TOTAL PROJECT COSTSProduction HoursProduction CostsTOTAL PROJECT HOURSConstruction HoursConstruction CostsTOTAL DESIGN HOURSTOTAL DESIGN COSTSEngineering HoursEngineering CostsDocusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 cmttechnicalservices.com (0) 713.686.6770 9980 W. Sam Houston Pkwy. S., St.500, Houston, Tx 77099 WWW.CMTTECHNICALSERVICES.COM CIVIL ENGINEERING | GEOTECHNICAL ENGINEERING | ENVIRONMENTAL | SURVEYING | MATERIALS TESTING |GEOLOGY | SPECIAL INSPECTIONS | CONSTRUCTION MANAGEMENT | IN-ORGANIC CHEMISTRY | SPECIALTY LABS March 11, 2025 Proposal No.: 24-206 Mr. Miles W. Fabian, P.E. Department Manager Baxter & Woodman Company 11450 Compaq Center Dr., Suite 660 Houston, TX 77070 Proposal for Geotechnical Study City of Pearland Chemical Containment Structures Pearland, Texas Mr. Fabian: CMT Technical Services, formerly Paradigm Consultants, Inc., appreciates the opportunity to submit this proposal to perform a geotechnical study for the above referenced project. We prepared our proposal based on the information provided by you via e-mail on March 7, 2025. Project Description Plans are to improve the City of Pearland chemical disinfection system at 8 water plants, as shown below. Pearland Water Plant Sites Water Facility Name Water Plant Address 518 1751 East Broadway Street Southdown 1003 East Belgravia Drive Shadow Creek 1907 Almeda Road Kirby 3110 Kirby Drive McLean 2838 McLean Road Garden 13711 Garden Road Cullen 2529 Cullen Boulevard Country Place 407 Chickory Wood Court The existing set up at most of the facilities is a 3’ tall CMU containment wall on top of a concrete slab. A protective steel canopy over the top of the existing chemical containment is proposed to provide UV protection to meet TCEQ regulations. The canopy is expected to be supported on drilled piers. The canopies will be approximately 10-12 feet in height from the existing grade. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 cmttechnicalservices.com (0) 713.686.6770 9980 W. Sam Houston Pkwy. S., St.500, Houston, Tx 77099 WWW.CMTTECHNICALSERVICES.COM CIVIL ENGINEERING | GEOTECHNICAL ENGINEERING | ENVIRONMENTAL | SURVEYING | MATERIALS TESTING |GEOLOGY | SPECIAL INSPECTIONS | CONSTRUCTION MANAGEMENT | IN-ORGANIC CHEMISTRY | SPECIALTY LABS Scope of Services Our scope of services will consist of drilling soil borings to explore subsurface soil and groundwater conditions and developing geotechnical engineering recommendations to assist others in the design of the proposed canopy foundation. The following subsections present details of our proposed scope of service. Field Exploration. Based on the information provided, we propose to drill eight 20-ft borings for this project, one boring at each water plant. Our soil technician will be present during the field exploration activities to oversee the drilling operations, direct the sampling efforts, and log the boreholes in general accordance with applicable ASTM standards. Cohesive soils will be sampled using a 3-in. diameter, thin-walled tube and granular soils will be sampled with a split-barrel sampler while performing a Standard Penetration Test (SPT). Soil sampling will be performed in general accordance with applicable ASTM standards. We will transport portions of the recovered samples to our soil mechanics laboratory for testing. We will collect samples at 2-ft intervals to 12-ft depth with additional samples taken from 13 ft to 15 ft and then at 5-ft interval to the completion depth of the boring. The borehole will be dry augered to the depth where water is encountered, or borehole instability occurs. We will take depth-to-water measurements within the open borehole on the day of drilling. The open borehole then will be filled with soil cuttings from our drilling operations. Laboratory Testing. We will perform laboratory tests on selected samples to evaluate the physical and engineering properties of the recovered soils. We plan on performing soil classification tests including moisture content, Atterberg Limits (Liquid and Plastic Limits to determine the plasticity characteristics), fines content (percent passing No. 200 sieve), and strength tests including unconfined compression tests. Laboratory tests will be performed using applicable ASTM standards. Engineering Analyses and Reporting. The details of our field and laboratory programs, our findings, and our recommendations will be presented in our geotechnical report. We will provide geotechnical design and construction recommendations for the proposed canopy foundation. Fee and schedule Our lump sum fee to provide mentioned scope of services for this project is $7,500 with typical schedule for completion. Our typical schedule for field exploration (5 to 10 business days to schedule and drill), laboratory testing (5 business days), and reporting (5 business days) is about 3 to 4 weeks, weather permitting. Variations in the scope of the project may necessitate a change in the scope of services outlined and a change in fees. We will not proceed with a change in the scope of services without your approval. Assumptions and Conditions We assumed the boring is accessible to a truck mounted drill rig and one mob/demob for the project. Access, right-of-entry, and/or other permits will be provided by the client. Professional services (engineering recommendations) required/requested beyond the scope mentioned above will be provided on a time-and- materials basis. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 cmttechnicalservices.com (0) 713.686.6770 9980 W. Sam Houston Pkwy. S., St.500, Houston, Tx 77099 WWW.CMTTECHNICALSERVICES.COM CIVIL ENGINEERING | GEOTECHNICAL ENGINEERING | ENVIRONMENTAL | SURVEYING | MATERIALS TESTING |GEOLOGY | SPECIAL INSPECTIONS | CONSTRUCTION MANAGEMENT | IN-ORGANIC CHEMISTRY | SPECIALTY LABS Proposal Acceptance To accept our proposal and authorize our services, please issue a Work Order. Closing We appreciate having the opportunity to work with you on this project. If you have any questions, please contact us at your convenience. Sincerely, CMT Technical Services Frank S. Ong, P.E. Engineering Manager Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant 518” Situated in the W.D.C. Hall Survey, Abstract No. 70, located at 1751 E. Broadway, City of Pearland, Brazoria County, Texas, 77581. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,675.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 3,675.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant 518.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant Southdown” Situated in the H.T.&B.R.R. Co. Survey, Abstract No. 510, & the J. Crawley Survey, Abstract No. 174, located at 1003 E. Belgravia Dr., City of Pearland, Brazoria County, Texas, 77584. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,675.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 3,675.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant Southdown.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant Shadow Creek” Situated in the H. Levering Survey, Abstract No. 279, located at 1907 Almeda Rd., City of Pearland, Brazoria County, Texas, 77584. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,675.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 4,975.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant Shadow Creek.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant Kirby” Situated in the H.T.&B.R.R. Co. Survey, Abstract No. 300, located at 3110 Kirby Dr., City of Pearland, Brazoria County, Texas, 77584. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,675.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 3,675.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant Kirby.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant McClean” Situated in the H.T.&B.R.R. Co. Survey, Abstract No. 240, located at 2838 McClean Rd., City of Pearland, Brazoria County, Texas, 77584. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,675.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 3,975.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant McClean.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant Garden” Situated in the H.T.&B.R.R. Co. Survey, Abstract No. 219, located at 13711 Garden Rd., City of Pearland, Brazoria County, Texas, 77581. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,675.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 3,675.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant Garden.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant Cullen” Situated in the H.T.&B.R.R. Co. Survey, Abstract No. 243, located at 2529 Cullen Blvd., City of Pearland, Brazoria County, Texas, 77581. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,675.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 3,675.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant Cullen.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 March 12, 2025 Baxter & Woodman ATTN: Miles Fabian, P.E. 24285 Katy Freeway, Suite 550 Katy, TX 77494 D: 281-569-0457 E: MFabian@baxterwoodman.com Re: “City of Pearland-Water Plant Country Place” Situated in the H.T.&B.R.R. Co. Survey, Abstract No. 310, located at 407 Chickory Wood Ct., City of Pearland, Brazoria County, Texas, 77584. Surveying Services (Option 1 – Limited Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 25’ x 25’ Grid, Current FEMA Datum. $ 2,950.00 Surveying Services (Option 2 – Full Site Topo) Service Price Time Frame Boundary Only Survey To facilitate topographic survey only. No deliverable. $ 975.00 + Tax 15-17 Business Days Cat. 6, Cond. 1 Partial Topographic & Utility Survey 50’ x 50’ Grid, Current FEMA Datum. $ 3,675.00 This Individual Project Order describes a specific agreement between AEI Engineering, a Baxter & Woodman Company, (the Consultant) and Windrose Surveying & Land Services, LLC (the Subconsultant) pursuant to the Master Agreement for Continuing Professional Services dated August 22, 2019, the terms of which are incorporated by reference. Notes: A.) Boundary verification only will be performed as necessary in order to locate improvements and topographic information within the site and does not or will not imply to be a complete boundary survey. Said boundary verification will be based solely on record information available at the time of survey, including, but not limited to previous surveys, recorded plats, deeds, and title information. Survey is limited to the accuracy of previous information and local monumentation found at the time of survey and by the signing of this contract, the aforementioned client jointly and severally agrees to indemnify and save harmless Windrose Land Services, Inc. and their successors and assigns, from any claim, action, liability, loss, damage or suit, arising from any faults or errors that may occur from the use of said previous information. B.) Pricing above is based on the acceptance of all services listed. In the event that only partial services are requested, existing pricing may become null and void and a new proposal will be issued. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 7 1 3 . 4 5 8 . 2 2 8 1 I 5 3 5 3 W . S A M H O U S T O N P K W Y . N . , S T E 1 5 0 , H O U S T O N , T X 7 7 0 4 1 C.) Surveyor is not responsible for abstracting subject property. Surveyor will review and show all existing encumbrances as reflected in current title commitment provided by client and is subject to the limitations and restrictions of that commitment. Should a title commitment not be provided by client, abstracting can be obtained by Windrose Surveying and Land Services, LLC (“WSLS”) at a pass-through cost to the client (Average abstracting fee is $575.00). D.) Timeframes as indicated above are based on the acceptance and execution of this proposal within 5 business days from the date of issuance. Proposals accepted after said 5-day period may be subject to delay and will not receive priority over existing projects already in process. E.) Review of any oil, gas & mineral leases or rights as located within a current title commitment are beyond the scope of this contract and will not be reflected or noted on the final survey. If any oil, gas, or mineral leases or rights are located within a current title commitment, and review is requested, it will be deemed an additional service and will be billed on a Time and Materials Basis. (See attached rate sheet) F.) All Horizontal Survey Control shall be referenced to the Texas State Plane Coordinate System, South Central Zone, NAD83. G.) Topographic Survey will be performed on an approximate 25’ to 50’ grid where available, including all visible grade breaks and changes in elevation. Topographic survey will show all improvements and elevations within 50 feet of the property lines and will include all improvement, elevations, striping, & observable utilities, located within the subject area. H.) Vertical Topographic information will be based on the nearest existing or FEMA published Benchmark, and a minimum of 2 (two) temporary benchmarks will be established on-site at the time of survey. Additional future TBM’s will be set if necessary, at additional cost. I.) Utility information shown on the survey is based on visible above ground improvements and evidence found on-site at the time survey, coupled with markings from Digtess, and available record drawings from the City of Pearland, Brazoria County, TxDOT, Applicable M.U.D., energy, and telephone companies at the time of survey. J.) Surveyor is liable to show only that information which is marked and available at the time of survey. Surveyor is not responsible for other utility lines or plans that may exist or discovered during future investigation or uncovered during ongoing construction phases. K.) It is the contractor’s responsibility to contact Digtess or other utility location service, for location of underground utilities, prior to construction. Thank you for allowing Windrose Surveying & Land Services, LLC to offer our professional services. If this proposal is acceptable, we will consider your signature below as authorization to proceed and a personal guarantee of payment for services provided. Only written requests will be acted upon by this office and if outside the scope of work, terms will be agreed upon prior to commencing. Please do not hesitate to call with any questions or comments. Sincerely, John Buhner By: (Signature) Survey Manager Email: John.buhner@windroseservices.com ________________________________________ Firm Registration No. 10108800 (Print Name & Title) Attachments: Provisions of the Authorization for Professional Services _________________________________________ Name of Company _________________________________________ Authorization Date File Location: W:\Proposals\AEI Engineering\City of Pearland-Chemical Containment Structures\proposal-City of Pearland-Water Plant Country Place.doc Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES 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). 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. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD 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. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 3/25/2025 Holmes Murphy &Associates 2727 Grand Prairie Pkwy Waukee IA 50263 Morgan Ebel 612-349-2438 MEbel@holmesmurphy.com Valley Forge Insurance Company 20508 BAXWOOPC The Continental Insurance Company 35289Baxter&Woodman,Inc 8678 Ridgefield Road Crystal Lake,IL 60012 Continental Casualty Company 20443 2038113786 A X 1,000,000 X 1,000,000 15,000 1,000,000 2,000,000 X X 7017821337 1/1/2025 1/1/2026 2,000,000 B 1,000,000 X 7017833701 1/1/2025 1/1/2026 B X X 15,000,00070178354161/1/2025 1/1/2026 15,000,000 X 10,000 C X N 717818681 1/1/2025 1/1/2026 1,000,000 1,000,000 1,000,000 C Professional Liability Claims made form AEH591900841 1/1/2025 1/1/2026 Per claim Aggregate $5,000,000 $10,000,000 Water Plant Chemical Containment Structures (“PROJECT”).(Project #WA2401) Additional Insured only if required by written contract with respect to General Liability,Automobile Liability and Umbrella/Excess Liability applies on a primary basis and the insurance of the additional insured shall be non-contributory:City of Pearland Others as required by written contract. Waiver of Subrogation only if required by written contract with respect to General Liability,Automobile Liability and Workers Compensation applies in favor of: City of Pearland Others as required by written contract. See Attached... City of Pearland 3519 Liberty Dr Pearland TX 77581 THIS CERTIFICATE SUPERSEDES PREVIOUSLY ISSUED CERTIFICATE Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: BAXWOOPC 1 1 Holmes Murphy &Associates Baxter &Woodman,Inc 8678 Ridgefield Road Crystal Lake,IL 60012 25 CERTIFICATE OF LIABILITY INSURANCE The General Liability,Automobile Liability and Workers Compensation includes an endorsement providing 30 days’notice of cancellation will be furnished to the certificate holder. Docusign Envelope ID: D244F885-2E8A-40B8-AD09-AF380C2DFDB5