Loading...
HomeMy WebLinkAboutR2025-159 20251110RESOLUTION NO. R2025-159 A Resolution of the City Council of the City of Pearland, Texas, authorizing a contract with Freese and Nichols, Inc., for professional services associated with the Longwood Service Area Sanitary Sewer Rehabilitation Project, in the estimated amount of $2,127,002.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for professional services associated with the Longwood Service Area Sanitary Sewer Rehabilitation Project, a copy of which is attached hereto as Exhibit “A” and made a part hereof for all purposes, is hereby authorized and approved. Section 2. That the City Manager or his designee is hereby authorized to execute and the City Secretary to attest a contract for professional services associated with the Longwood Service Area Sanitary Sewer Rehabilitation Project. PASSED, APPROVED and ADOPTED this the 10th day of November, 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: 17CC3E9F-09C9-440C-AAE5-7CDA5350C4BB 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 Freese and Nichols, Inc. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Sanitary Sewer Rehabilitation- Longwood Service Area (LW-03, LW-04) ("PROJECT"). (Project #WW2408, WW2501) SECTION I - SERVICES OF THE CONSULTANT The CONSULTANT shall perform the following professional services to CITY standards and in accordance with the degree of care and skill that a professional in Texas would exercise under the same or similar circumstances: A. The CONSULTANT shall provide professional services. See Exhibit A, attached, for a detailed SCOPE OF WORK and PROJECT schedule. The PROJECT schedule shall be submitted in digital and hard copy form in the Microsoft Project for Windows format. B. The CONSULTANT shall prepare and submit a detailed opinion of estimated cost of the PROJECT. C. The CONSULTANT acknowledges that the CITY (through its employee handbook) considers the following to be misconduct that is grounds for termination of a CITY employee: Any fraud, forgery, misappropriation of funds, receiving payment for services not performed or for hours not worked, mishandling or untruthful reporting of money transactions, destruction of assets, embezzlement, accepting materials of value from vendors, or consultants, and/or collecting reimbursement of expenses made for the benefit of the CITY. The CONSULTANT agrees that it will not, directly or indirectly; encourage a CITY employee to engage in such misconduct. D. The CONSULTANT shall submit all final construction documents in both hard copy and electronic format. Plans shall be AutoCAD compatible and all other documents shall be Microsoft Office compatible. The software version used shall be compatible to current CITY standards. Other support documents, for example, structural calculations, drainage reports and geotechnical reports, shall be submitted in hard copy only. All Record Drawings electronic files shall be submitted to the CITY in TIF format. E. The CONSULTANT recognizes that all drawings, special provisions, field survey notes, reports, estimates and any and all other documents or work product generated by the CONSULTANT under the CONTRACT shall be delivered to the CITY upon request, shall become subject to the Open Records Laws of this State. F. The CONSULTANT shall procure and maintain for the duration of this Agreement, insurance against claims for injuries to persons, damages to property, or any errors Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 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: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Design 3 of 7 D2 Revised 04/2019 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end March 17, 2028. 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) $1,443,757.00 2. Additional Services shall require independent and specific authorization and shall be billed as (Not to Exceed): $427,755.00 3. Bid Phase Services (Hourly Not to Exceed) $44,614.00 4. Construction Phase Services (Hourly Not to Exceed) $210,876.00 5. Reimbursable Expenses (Not to Exceed) 6. Total: $2,127,002.00 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: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 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: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 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 11200 Broadway St., Suite 2320 Pearland, TX. 77584. 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: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 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 10/13/2025 Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 11/12/2025 | 10:05 AM CST Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 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: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Controlling Name of Interested Party4 Nature of interest City, State, Country (place of business) Intermediary (check applicable) CERTIFICATE OF INTERESTED PARTIES 1295FORM 1 of 1 1 OFFICE USE ONLY 2 07/31/2025 Complete Nos. 1 - 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. Name of business entity filing form, and the city, state and country of the business entity's place of business. Freese and Nichols, Inc. Fort Worth, TX United States Name of governmental entity or state agency that is a party to the contract for which the form is being filed. Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. 3 City of Pearland Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Contract Proposal 2025-1343916 Date Filed: Date Acknowledged: Certificate Number: CERTIFICATION OF FILING Pence, Bob XFort Worth, TX United States Coltharp, Brian XFort Worth, TX United States Bennett, David XDenver, CO United States Brown, Jessica XFort Worth, TX United States Chambers, Robert XFort Worth, TX United States Hatley, Tricia XOklahoma City, OK United States Payne, Jeff XFort Worth, TX United States Stull, Cory XHouston, TX United States Reedy, Michael XHouston, TX United States 6 Signature of authorized agent of contracting business entity My name is _______________________________________________________________, UNSWORN DECLARATION Check only if there is NO Interested Party.5 My address is _______________________________________________, _______________________, and my date of birth is _______________________. Executed in ________________________________________County, I declare under penalty of perjury that the foregoing is true and correct. (state) (zip code) (country) (year)(month) _______, ______________, _________. State of ________________, on the _____day of ___________, 20_____. (city) (Declarant) Version V4.1.0.f10d0fd8www.ethics.state.tx.usForms provided by Texas Ethics Commission Pam Fordtran Corpus Christi TX 78401 USA Nueces Texas 31st July 25 Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 11200 Broadway Street, Suite 2320  Pearland, Texas 77584  832-456-4700  FAX 832-456-4701 www.freese.com August 28, 2025 Ms. Aneesa Kiliyamannil Engineer 1 City of Pearland | Engineering and Public Works 2016 Old Alvin Rd Pearland, TX 77584 RE: SCOPE AND FEE FOR SANITARY SEWER REHABILITATION LONGWOOD SERVICE AREA LW-03 AND LW-04 (CAPITAL IMPROVEMENT PLAN PROJECT NOS. WW2408 AND WW2501) Dear Ms. Kiliyamannil: Freese and Nichols is pleased to submit the attached proposed scope and fee, Attachment SC, dated August 28, 2025, for Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Project) for the City of Pearland. We are ready to initiate work upon execution of a contract. If you have any questions, please do not hesitate to call us at (832) 456-4747 or via e-mail at ishita.rahman@freese.com. We appreciate this opportunity and are looking forward to working with you on this Project. Sincerely, Ishita Rahman, PE Associate / Project Manager Freese and Nichols, Inc. Richard Weatherly, PE Principal / Vice President Freese and Nichols, Inc. Included Documents: Attachment SC – Engineering Scope of Services for SSES and Rehab Design • Exhibit A – Utilities Scope of Services (for Project Phases 2-5 – Rehab Design) • Exhibit B – Subconsultant Proposal: Targeted Flow Monitoring • Exhibit C – Subconsultant Proposal: Smoke Testing, CCTV, and Manhole Inspections • Exhibit D – Level of Effort CC: Jared Barber, PE Bailey Keller, PE Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Page 1 of 12 8/28/2025 City of Pearland Scope of Professional Services for Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Project Understanding In 2019, Freese and Nichols, Inc. (FNI) conducted city-wide flow monitoring as part of Pearland’s 2020 Wastewater Master Plan Update. FNI evaluated inflow and infiltration (I/I) throughout the City of Pearland’s (City) collection system and identified basins with high I/I. Multiple basins within the Longwood Water Reclamation Facility (WRF) service area were identified as having high I/I and recommended for Sanitary Sewer Evaluation Study (SSES) projects. Following the Wastewater Master Plan Update, the City implemented an SSES program with the goal of reducing I/I within the collection system. There have been two recent SSES and Rehab Design projects conducted within the Barry Rose Water Reclamation Facility service area. As a continuation of the City’s SSES program, FNI will conduct an SSES and Rehab Design (Project) within the Longwood LW-03 and LW-04 basins. The Project will include flow monitoring, field inspections of manholes and gravity pipes and the development and design of rehab recommendations as described below: SSES (Phase 1) – For the approach of the SSES phase of this Project, FNI will identify sources and causes of inflow and infiltration (I/I) in pipes and manholes and develop proposed rehab recommendations with planning level construction cost estimates. The goal of this SSES phase is to provide targeted manhole and pipe rehab recommendations for public infrastructure to reduce I/I in the collection system. This phase includes targeted flow monitoring and field inspections within the LW-03 and LW-04 basins. The study area is shown on Figure 1. Rehab Design (Phases 2-5) – The Rehab Design phases will develop design for the rehabilitation of defects identified in Phase 1 of this project. The rehab design will be developed for collection system pipes 15-inch and smaller only and along with maintenance recommendations for the inspected infrastructure as necessary. FNI will coordinate with the City during this process and incorporate input from City staff. The results will be documented in the proposed SSES Technical Memorandum. FNI will develop two bid packages for rehab of sewer system defects in the LW-03 and LW-04 basins. The bid package procurement method will be traditional design-bid-build, and the division of work for the bid packages will be based on the project schedule and may include work from both basins in each bid package. The design scope is described in more detail in the attached Exhibit A. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 2 of 12 8/28/2025 Schedule-Driven Considerations: This Project is structured to allow for completion of rehab construction activities to achieve a reduction of I/I in the LW-03 and LW-04 basins prior to the anticipated in-service date of the new Longwood Diversion Lift Station. This is the schedule - driven consideration that resulted in the identification of two design, bid, and construction packages for this Project The proposed major task items and order of the Project are as follows: Phase 1 – Sanitary Sewer Evaluation Study (SSES) • Task A – Project Management • Task B – Targeted Flow Monitoring • Task C – SSES Field Activities and Rehab Improvement Recommendations Phase 2 – Preliminary Design Phase Services • Task D – Preliminary Design Phase Services | Design Packages 1 and 2 Phase 3 – Design Phase Services • Task E - Design Phase Services | Design Packages 1 and 2 Phase 4 – Bid Phase Services • Task F - Bid Phase Services | Bid Packages 1 and 2 Phase 5 – Construction Phase Services • Task G - Construction Phase Services | Construction Packages 1 and 2 PHASE 1: SANITARY SEWER EVALUATION STUDY TASK A: PROJECT MANAGEMENT A1. Project Kickoff Meeting Conduct an in-person project kickoff meeting with the City to review project scope, goals, project team members and schedule. The meeting will include discussion of the following: • Scheduling and project coordination • Key City personnel for field work coordination • Proposed Flow Monitor Locations • Information and data needs from the City A2. Monthly Progress Reports Throughout the Project, monthly status updates will be submitted that summarize progress and document upcoming tasks. The monthly status updates will be included with the Invoice. The monthly status updates will outline any upcoming key decisions which will require input from or discussion with the City. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 3 of 12 8/28/2025 A3. Additional Project Coordination Meetings: Up to Three (3) In addition to technical, task-related meetings, FNI will be available for up to three (3) additional project meetings with the City to review progress, discuss data needs, and any topics of special concern. A4. Field Coordination: Up to Two (2) Field Visits In addition to technical, task-related meetings, FNI staff will perform up to two (2) field visits to verify field work progress and coordinate/monitor SSES field work activities. TASK B: TARGETED FLOW MONITORING B1. Preliminary Flow Monitor Locations and Sub Basin Delineation FNI will obtain and analyze the City’s latest GIS network. FNI will select preliminary locations for targeted flow monitoring and delineate corresponding sub basins in GIS. B2. Flow Monitor Field Inspections FNI will conduct field inspections of the selected flow monitor locations to confirm suitability for flow monitoring. Items to be investigated include accessibility, hydraulic conditions, and debris depth. This scope assumes that permitting for traffic control is not required through the City for flow monitor installation and removal. If traffic interruptions or lane closures are expected to occur, a Traffic Control Plan will be sent to ROW and Traffic for review and approval. B3. Targeted Flow Monitoring and Rain Gauge Data Collection FNI will conduct sewer flow monitoring at selected locations for sixty (60) consecutive days. Up to fourteen (14) flow monitors shall be used for targeted flow monitoring. Flow monitors shall be calibrated prior to installation and maintained by FNI team routinely during the field monitoring period. Temporary rain gauges will also be installed to obtain storm event intensity and duration information. Rain gauges shall be calibrated prior to installation. The subconsultant proposal for the flow monitoring is provided as Exhibit B. A subconsultant markup will be added to this fee. B4. Flow Monitor Data Analysis and Sub Basin Inflow and Infiltration (I/I) Ranking FNI will evaluate the flow monitor and rainfall data. Hydrographs and flow depth plots will be created for each flow monitor site and will include the observed rainfall intensities. The discrete I/I within each of the sub basins will be calculated, and the sub -basins will be ranked according to I/I. GIS mapping will be created to show the I/I results by sub basin. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 4 of 12 8/28/2025 B5. Proposed Sub Basins for SSES Field Activities FNI will select sub basins for SSES field activities (Task C). Multiple sub basins will be selected based on a set of factors that could include: • Quantity of I/I calculated in Task B4 (I/I ranking) • Shallow sewer pipes at a greater risk of sanitary sewer overflows • Existing infrastructure capacity for wet weather peak flow conveyance The number of sub basins selected for field activities will be determined by the I/I results (Task B4) and the not-to-exceed quantities shown in Table 1. GIS mapping will be created to show the selected sub basins for SSES field activities. B6. Meeting – Discuss Flow Monitoring Results and Proposed Sub Basins for SSES Field Activities FNI will meet with City staff to discuss the results of the targeted flow monitoring and sub basin I/I rankings. The proposed sub basins for SSES field activities will be presented, along with selection criteria. FNI will solicit staff comments. TASK C: SSES FIELD ACTIVITIES AND REHAB IMPROVEMENT RECOMMENDATIONS FNI will conduct SSES field activities in the agreed upon sub basins based on discussions with City staff and the results of the targeted flow monitoring (Task B). The purpose of these field activities is to identify specific pipe and manhole defects contributing to inflow and infiltration (I/I) in the collection system and develop rehab/replacement recommendations to mitigate I/I. These rehab recommendations will be the basis for the rehab design packages 1 and 2 (Phases 2-5) of this Project. SSES field activities shall consist of smoke testing, CCTV, and manhole inspections up to the quantities listed in Table 1. This table shows an anticipated budgetary breakdown between the LW-03 and LW-04 basins. The final quantities of manholes and linear footage inspected may vary and the final breakdown of quantities by basin will depend on the findings of Task B and input from City staff. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 5 of 12 8/28/2025 Table 1: Not-to-Exceed Quantities(1) for SSES Field Activities Technologies Not-to-Exceed Quantity Anticipated Budgetary Breakdown LW-03 LW-04 Smoke Testing 51,000 Linear Feet 27,000 Linear Feet 24,000 Linear Feet CCTV(2) 88,000 Linear Feet 47,000 Linear Feet 41,000 Linear Feet Manhole Inspections 370 Manholes 180 Manholes 190 Manholes (1) The quantities of manhole and linear footage to be inspected are provided based on past experience and used as an assumption for planning purpose s. The quantities reported in this table are the maximum and FNI will prioritize inspection as needed to not exceed these amounts. The prioritization will be done based on review of findings from flow monitoring and City input. The final quantities of manholes and linear footage inspected for each technology will be communicated to the City. (2) CCTV quantities shown are not to exceed quantities based on an assumed breakdown of standard cleaning versus heavy cleaning. When an effective cleaning can be achieved in 1-3 passes of the cleaning nozzle, it is considered standard cleaning. The definition of heavy cleaning is 4 or more passes of the cleaning nozzle to effectively clean the pipes. C1. Smoke Testing The area identified for smoke testing will be discussed with City staff prior to commencing field activities. The smoke testing will be performed at a unit cost as shown in Table 2 and on the attached Proposal for Sewer Evaluation Services in Pearland, TX included as Exhibit C. A subconsultant markup will be added to this unit cost. The smoke testing is anticipated to identify both public and private side defects, including broken laterals and missing cleanout caps. Public notification will be provided, and communication will be maintained with residents and customers throughout the smoke testing process. The City will provide: • Access to the manholes, including the opening and sealing of each manhole • Any required manhole uncovering Note: This scope of services does not include the development of rehab recommendations for private-side sewer defects. The City will be notified of any private defects identified via smoke testing. Table 2: Smoke Testing Unit Cost Smoke Testing Unit Cost(1)(2) ($/LF) Smoke Testing with report (pictures and GPS of smoke leaks) $0.65 (1) A subconsultant markup will be added to this unit cost (2) Unit costs do not include an allowance for mobilization. Mobilization estimates are included in the detailed cost breakdown in Appendices B and C. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 6 of 12 8/28/2025 C2. CCTV Inspections The specific pipes identified for CCTV inspections will be discussed with City staff prior to commencing field activities. The CCTV inspections will be performed at unit costs as shown in Table 3 and on the attached Proposal for Sewer Evaluation Services in Pearland, TX included as Exhibit C. A subconsultant markup will be added to these unit costs. FNI will perform cleaning and conduct CCTV on the selected gravity sanitary sewer lines in the sub basins, up to 88,000* linear feet in areas identified based on findings of the targeted flow monitoring task and coordination with City Staff. The CCTV will be coded for defects and observations according to the NASSCO PACP standards utilizing NASSCO-certified software, with a NASSCO trained certified professionals present on site during the inspection to ensure compliance. The resulting PACP inspection shall be made available and transmitted as needed. The City will provide the following: • Access to the manholes (including any required uncovering) and any required flow diversion and operation of lift stations. • A site for local disposal sludge • A means of providing water such as a mobile meter or fire hydrant hookup It is understood that the City will not be providing cleaning or bypass pumping services. Table 3: CCTV Unit Costs CCTV Unit Cost(1)(2) ($/LF) Standard Cleaning 6" - 10" Sanitary Sewer In Right Of Way $2.25 Heavy Cleaning 6" - 10" Sanitary Sewer In Right Of Way $3.00 Standard Cleaning 6"-10" Sanitary Sewer Not In Right Of Way $3.75 Heavy Cleaning 6" - 10" Sanitary Sewer Not In Right Of Way $4.75 Standard Cleaning 12" - 15" Sanitary Sewer In Right Of Way $3.00 Heavy Cleaning 12" - 15" Sanitary Sewer In Right Of Way $3.25 Standard Cleaning 12"-15" Sanitary Sewer Not In Right Of Way $4.75 Heavy Cleaning 12" - 15" Sanitary Sewer Not In Right Of Way $5.75 Standard Cleaning 16" - 18" Sanitary Sewer In Right Of Way $6.25 Heavy Cleaning 16" - 18" Sanitary Sewer In Right Of Way $8.25 Standard Cleaning 16"-18" Sanitary Sewer Not In Right Of Way $8.75 Heavy Cleaning 16" - 18" Sanitary Sewer Not In Right Of Way $14.00 Standard Cleaning 19" - 24" Sanitary Sewer In Right Of Way $9.00 Heavy Cleaning 19" - 24" Sanitary Sewer In Right Of Way $12.00 Standard Cleaning 19"-24" Sanitary Sewer Not In Right Of Way $10.00 Heavy Cleaning 19" - 24" Sanitary Sewer Not In Right Of Way $24.00 Standard Cleaning 25" - 30" Sanitary Sewer In Right Of Way $10.00 Heavy Cleaning 25" - 30" Sanitary Sewer In Right Of Way $19.00 Standard Cleaning 25" - 30" Sanitary Sewer Not In Right Of Way $25.00 Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 7 of 12 8/28/2025 CCTV Unit Cost(1)(2) ($/LF) Heavy Cleaning 25" - 30" Sanitary Sewer Not In Right Of Way $35.00 NASSCO PACP Standard CCTV Inspection <21" Pipe $1.75 NASSCO PACP Standard CCTV Inspection >21" Pipe $2.50 (1) A subconsultant markup will be added to these unit costs (2) Unit costs do not include an allowance for mobilization *CCTV quantities listed are not to exceed quantities based on an assumed breakdown of standard cleaning versus heavy cleaning. C3. Manhole Inspections The specific manholes identified for manhole inspections will be discussed with City staff prior to commencing field activities. The manhole inspections will be performed at unit costs as shown in Table 4 and on the attached Proposal for Sewer Evaluation Services in Pearland, TX included as Exhibit C. FNI will conduct inspections of the sanitary sewer manholes in the sub basins, up to 370 manholes based on findings of the targeted flow monitoring task and coordination with City Staff . The manhole inspections will be coded for defects and observations according to Level II NASSCO MACP standards. The City will provide the following: • Access to the manholes • Any required manhole uncovering Table 4: Manhole Inspection Unit Costs Manhole Inspections Unit Cost(1) (each) MACP Level II Manhole Inspections $140.00 (1) A subconsultant markup will be added to these unit costs (2) Unit costs do not include an allowance for mobilization C5. SSES Results QC and Analysis and Rehab Improvement Recommendations FNI will conduct a quality control (QC) review of the SSES field investigation results, analyze the data, and provide mapping and/or tabular summary data as appropriate. FNI will develop rehab improvement recommendations for identified defects on public wastewater system assets, with the goal of reducing I/I in the collection system and associated excessive surcharging and overflows. Planning level construction cost estimates will be developed for the rehab recommendations. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 8 of 12 8/28/2025 Note: This scope of services does not include the development of rehab recommendations for private-side sewer defects. The City will be notified of any private defects identified. C6. Meeting – Review SSES Results, Rehab Recommendations, and Costs FNI will meet with City staff to review the results and deliverables from the SSES field inspection activities. The rehab recommendations will be presented along with planning level construction cost estimates. C7. Draft Technical Memorandum (TM) – SSES Results and Rehab Recommendations FNI will prepare a draft Technical Memorandum (TM) documenting the process, findings, rehab recommendations, and planning level construction cost estimates developed during the SSES field activities task. Mapping of SSES results and rehab recommendations will be included. FNI will provide an electronic copy of the TM to the City staff for review and provide comments. C8. Final Technical Memorandum – SSES Results and Rehab Recommendations FNI will incorporate staff comments on the TM and deliver one electronic PDF copy of the Final TM. PHASE 2: PRELIMINARY DESIGN PHASE SERVICES Refer to Exhibit A – Utilities Scope of Services for Scope PHASE 3: DESIGN PHASE SERVICES Refer to Exhibit A – Utilities Scope of Services for Scope PHASE 4: BID PHASE SERVICES Refer to Exhibit A – Utilities Scope of Services for Scope PHASE 5: CONSTRUCTION PHASE SERVICES Refer to Exhibit A – Utilities Scope of Services for Scope Summary of Deliverables Phase 1 • Digital Field Inspection records, including: o Mapping grade X-Y locations and photographs for each defect identified via smoke testing o NASSCO certified CCTV footage o MACP Level II Manhole Inspections and digital database Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 9 of 12 8/28/2025 • Technical Memorandum – SSES Results and Rehab Improvement Recommendations Phase 2 • Refer to Exhibit A – Utilities Scope of Services for Deliverables Phase 3 • Refer to Exhibit A – Utilities Scope of Services for Deliverables Phase 4 • Refer to Exhibit A – Utilities Scope of Services for Deliverables Phase 5 • Refer to Exhibit A – Utilities Scope of Services for Deliverables Summary of Meetings Phase 1 • Project Kickoff Meeting (in-person) • Additional Project Coordination Meetings: Up to three (3) • Field Coordination – Up to two (2) field visits • Meeting - Discuss Flow Monitoring Results and Proposed Sub Basins for SSES Field Activities • Meeting - Review SSES Results, Rehab Improvement Recommendations, & Costs • Meeting - Discuss Draft Technical Memorandum Phase 2 • Refer to Exhibit A – Utilities Scope of Services for Meetings Phase 3 • Refer to Exhibit A – Utilities Scope of Services for Meetings Phase 4 • Refer to Exhibit A – Utilities Scope of Services for Meetings Phase 5 • Refer to Exhibit A – Utilities Scope of Services for Meetings Schedule FNI is authorized to commence work on the Project upon execution of this Agreement in accordance to the following schedule: • SSES Technical Memorandum with Rehab Recommendations: 330 days after NTP. • The schedule assumes two individual design, bid and construction phases in order to expedite project completion. A planning level schedule for this Project is shown below as Figure 1. • For Design Package 1: o Preliminary Design Deliverable to be submitted 30 days after completion of the pre-design coordination and approval from the City to proceed. o 60% Deliverable to be submitted 30 days after receipt of City comments on preliminary deliverable. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 10 of 12 8/28/2025 o 90% Deliverable to be submitted 30 days after receipt of City comments on 60% deliverable. o 100% Deliverable to be submitted 30 days after receipt of City comments on 90% deliverable. • For Design Package 2: o Preliminary Design Deliverable to be submitted 90 days after completion of the field inspections and approval from the City to proceed. o 60% Deliverable to be submitted 30 days after receipt of City comments on preliminary deliverable. o 90% Deliverable to be submitted 30 days after receipt of City comments on 60% deliverable. o 100% Deliverable to be submitted 30 days after receipt of City comments on 90% deliverable • The schedule included in Figure 1 assumes receipt of City comments within 2 weeks of submission of each design phase deliverable for both packages. • Bid Phases for each package are assumed to be 90 calendar days from Advertisement to Contractor’s Notice to Proceed. Compensation for Engineering Services FNI proposes to furnish the services as described in this Scope of Services for the Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 for a total fee of $2,127,002 per the breakdown and fee type shown in Table 5. This total contract amount includes $1,699,247 of basic services fee, $27,755 of special services fee, and an Allowance in the amount of $400,000. The Allowance amount is for additional services that may be authorized in writing by the City’s Project Manager and is further described in Exhibit A. FNI’s compensation shall be computed on the basis of the schedule of charges in the attached Attachment CO. This schedule of charges will be maintained during the course of this project. A Level of Effort Breakdown (Exhibit D) by Task is included with this proposal that shows a spreadsheet of personnel hours and hourly rates. Payment of the services shall be due and payable upon submission of a statement for services. Statements for services shall not be submitted more frequently than monthly. If FNI’s services are delayed through no fault of FNI, FNI shall be entitled to adjust contract schedule consistent with the number of days of delay. These delays may include but are not limited to delays in Client or regulatory reviews, delays on the flow of information to be provided to FNI, governmental approvals, etc. These delays may result in an adjustment to compensation as outlined on the face of this Agreement and in the attached Attachment CO. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 11 of 12 8/28/2025 Figure 1: Project Schedule 2025 2026 2027 2028 Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Project Planning Level Schedule NTP(1) Flow Monitoring(2) Inspection 1(3) (30% Line CCTV. 20% Line Smoke , 30% Manholes Inspection) Inspection 2(3) (40% Line CCTV. 20% Line Smoke , 40% Manholes Inspection) SSES Recommendations & Report Pre-design Coordination Design 1 Bid 1 Construction 1 (8 months) Design 2 Bid 2 Construction 2 (8 - 12 months) (1) Assumed NTP in September, 2025 (2) Schedule assumes 60 days of flow monitoring fieldwork and 60 days for data post-processing. If flow monitoring is extended due to lack of adequate rainfall during the initial 60-day period, the schedule for the SSES Recommendation and design, bid and construction package 2 is anticipated to shift to allow for capture of adequate rainfall. (3) Anticipated breakdown of field inspection quantities. The final quantities of manholes and linear footage inspected may vary and the final breakdown of quantities by basin will depend on the findings of Task B and input from City staff. (4) Anticipated in-service date of the new Longwood Diversion Lift Station (LS) per McCarthy’s construction timeline as of July 2025. Lo n g w o o d D i v e r s i o n L S (4 ) Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Attachment SC Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 (Capital Improvement Plan Project Nos. WW2408 and WW2501) Page 12 of 12 8/28/2025 Table 5: Fee for Sanitary Sewer Evaluation Study (SSES) and Rehab Design for LW-03 and LW-04 Task Description Fee Fee Type LW-03(1) LW-04(1) Total PHASE 1 – SANITARY SEWER EVALUATION STUDY (SSES) Cost Plus (Phase 1) A, B, & C Project Management & SSES Field Activities and Rehab Improvement Recommendations - Targeted Flow Monitoring $51,187 $44,652 $95,839 Smoke Testing, Manhole Inspections, and CCTV $335,320 $292,513 $627,833 Project Management, Targeted Flow Monitoring Results, SSES Results QC and Analysis, Develop Rehab Improvement Recommendations and Technical Memorandum $180,267 $157,254 $337,520 PHASE 1 TOTAL $566,773 $494,419 $1,061,192 PHASE 2 – PRELIMINARY DESIGN PHASE SERVICES Lump Sum (Phases 2 & 3) D Preliminary Design Phase Services $63,856 $55,704 $119,560 PHASE 2 TOTAL $63,856 $55,704 $119,560 PHASE 3 – DESIGN PHASE SERVICES E Design Phase Services $140,468 $122,536 $263,005 PHASE 3 TOTAL $140,468 $122,536 $263,005 PHASE 4 – BID PHASE SERVICES Hourly Not to Exceed (Phases 4 & 5) F Bid Phase Services $23,828 $20,786 $44,614 PHASE 4 TOTAL $23,828 $20,786 $44,614 PHASE 5 – CONSTRUCTION PHASE SERVICES G Construction Phase Services $112,627 $98,249 $210,876 PHASE 5 TOTAL $112,627 $98,249 $210,876 TOTAL SSES AND REHAB DESIGN PROJECT BASIC SERVICES FEE $907,552 $791,695 $1,699,247 - - Special Service: 30-day Flow Monitoring Extension $14,824 $12,931 $27,755 Not to Exceed SPECIAL SERVICES TOTAL $14,824 $12,931 $27,755 TOTAL SSES AND REHAB DESIGN PROJECT FEE WITH SPECIAL SERVICES $922,376 $804,626 $1,727,002 - Owner’s Allowance (to perform additional work outside the defined Basic and Special Services) $270,000 $130,000 $400,000 Hourly Not to Exceed Total Fee with Basic Services, Special Services and Owners’ Allowance $1,192,376 $934,626 $2,127,002 - (1) The table shows an anticipated budgetary breakdown between the LW-03 and LW-04 basins based on the proportional distribution of field inspection quantities between the two basins. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 ATTACHMENT CO Min Max Professional 1 101 194 Professional 2 118 201 Professional 3 145 308 Professional 4 159 370 Professional 5 211 383 Professional 6 239 449 Construction Manager 1 111 170 Construction Manager 2 125 204 Construction Manager 3 163 211 Construction Manager 4 173 263 Construction Manager 5 211 321 Construction Manager 6 283 383 Construction Representative 1 90 111 Construction Representative 2 101 128 Construction Representative 3 107 194 Construction Representative 4 138 204 CAD Technician/Designer 1 73 132 CAD Technician/Designer 2 104 207 CAD Technician/Designer 3 138 245 Corporate Project Support 1 76 170 Corporate Project Support 2 83 249 Corporate Project Support 3 104 359 Intern / Coop 56 101 345022025 Position Hourly Rate Compensation to FNI for services in Attachment SC shall be computed on the basis of the following Schedule of Charges: COMPENSATION Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 1 of 10 D13. Revised 2016 UTILITIES SCOPE OF SERVICES FOR Sanitary Sewer Rehabilitation - Longwood Service Area LW-03 and LW-04 Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 2 of 10 D13. Revised 2016 BASIC SERVICES: FNI shall render the following professional engineering services to the City in connection with the construction of the Project. Preliminary Design Phase Services 1. Data Collection Attend Design Kick-Off meeting with City for each design package. i. Review City informational resources and make arrangements to obtain these. ii. Discuss objectives of Project and adjacent projects. b) Utilize data procured through the SSES (Sanitary Sewer Evaluation Study) Phase. 2. Following the completion of the SSES Phase and approval from the City to proceed, FNI will prepare and submit the Preliminary Design Submittal, for each design package, consisting of i. Proposed construction methodology and materials. ii. Cost estimate with 20% contingency. iii. Preliminary Design Deliverable Plans consisting of a map identifying proposed locations for rehabilitation. iv. Scope for design will include the recommended rehabilitation from the SSES phase for lines 15-inch and smaller. v. Review, consolidate and prepare a written response to City’s review committee. vi. Review Preliminary Design Deliverable per City comments and address accordingly in the 60% design deliverable. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 3 of 10 D13. Revised 2016 Design Phase Services a) Prepare Construction Plans, Project Manual, and Opinion of Probable Construction Cost for each design package. i. Submit for review construction plans and project manual at 60% & 90% (only technical specifications will be included at 60% design - front-ends will be included as part of 90% design). Plans will include a map locating all proposed locations for rehabilitation with associated details and specifications. No topographic surveying or plan and profile drawings are included in this scope of services. The scope assumes that the rehab will be completed primarily with pipe-bursting or other trenchless technology and when appropriate, removal and replacement will be utilized. ii. Front end documents, including bid documents, general conditions, and special conditions for each design package, will be based upon City standard documents. iii. Submit 60% & 90% plans to Utility companies and coordinate work for relocation or service changes, if required. iv. Coordinate with external regulatory and permitting agencies, including TCEQ, TXDOT, Brazoria DD #4 & Harris County Flood Control, (5) local Independent School Districts. v. Provide Traffic Control plans and SWP3 details and specifications, if required. vi. Submit plans for City Engineer’s signature for meeting of Technical Review Committee (TRC). vii. Prepare a bid set for distribution via the City’s e-bid system. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 4 of 10 D13. Revised 2016 Bid Phase Services 1. Bid Phase Services for each bid package: a. Provide Notice to Bidders (NTB) and list of bid items to the Project Manager in an electronic form appropriate for the e-bid system format. City is responsible for advertising. b. Provide electronic copy of bid-ready plans to the Project Manager for the e-bid system. c. Assist the City by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents if necessary. d. Assist the City in conducting and attending the pre-bid meeting and coordinating responses with City. Responses to the pre-bid meeting will be in the form of an addenda issued after the conference. e. Prepare Engineer’s Recommendation of Award Letter that includes the following required content: i. Check for math errors and reconcile any mathematical discrepancies ii. Review for unbalance bid items iii. Certified Bid Tabulation including Engineer’s estimate iv. Review of contractor’s financial standing and references provided v. Explanation of discrepancies between the Engineer’s estimate and bids vi. Recommendation to award 2. Attend City Council meeting and recommendation for award of Contract for Construction for each bid Package. 3. Produce and transmit to selected contractor five (5) sets of plans and project manuals in hard copy, and one electronic format copy to Project Manager, in a format ready for execution with City’s Notice of Intent to Award (NOI, for each bid package. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 5 of 10 D13. Revised 2016 Construction Phase Services Upon completion of the bid or negotiation phase services, FNI will proceed with the performance of construction phase general representation services as described below. In performing these services, it is understood that FNI does not guarantee the Contractor’s performance, nor is FNI responsible for the supervision of the Contractor’s operation and employees. FNI shall not be responsible for the means, methods, techniques, sequences or procedures of construction by the Contractor, or any safety precautions and programs relating in any way to the condition of the premises, the work of the Contractor or any Subcontractor. FNI shall not be responsible for the acts or omissions of any person (except its own employees or agents) at the Project site or otherwise performing any of the work of the Project. These services are based on the use of FNI’s standard General Conditions for construction projects. Modifications to these services required by use of the general conditions, or contract administration. Procedures are an additional service. If General Conditions other than FNI’s standard are used, the City agrees to include provisions in the General Conditions that require Contractor to include FNI: (1) as an additional insured and in any waiver of subrogation right with respect to such liability insurance purchased and maintained by Contractor for the Project (except worker’s compensation and professional liability policies); and (2) as an indemnified party in the Contractor’s indemnification provisions where the City is named as an indemnified party. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 6 of 10 D13. Revised 2016 1. Construction Phase Services for each Construction Package. a. Construction Administration i. Attend pre-construction meeting to provide information & answer questions for each construction package. ii. Attend monthly progress meetings with Construction Manager, Contractor & City of Pearland, up to 12 meetings for each construction package. Meetings in excess of the specified number will require an amendment. iii. Make visits to the construction site once a month, up to 12 months, for each construction package to observe the progress and quality of work and to attempt to determine in general if the work is proceeding in accordance with the Construction Contract Documents. Visits to the site in excess of the specified number will require an amendment. iv. Notify the City of non-conforming work observed on site visits. v. Review & comment on Construction’s submittals, RFIs, RFPs, COs including coordination with City on Change Directives & Change Orders using the City of Pearland’s project documentation system for each construction package. vi. Review & approve monthly pay applications (up to 12 for each construction package), coordinating with the Construction Manager using the City of Pearland’s project documentation system. vii. Interpret the drawings and specifications for City and Contractor. Investigations, analyses, and studies requested by the Contractor and approved by City, for substitutions of equipment and/or materials or deviations from the drawings and specifications is an additional service and will require an amendment. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 7 of 10 D13. Revised 2016 viii. Coordinate with Construction Manager to review progress of work for Substantial Completion; with production of punch list; substantiation that items are completed; and issue both Certificate of Substantial Completion & Final Acceptance. Visit the site to review substantial and final completed work once for each substantial and final walkthrough. Visits to the site in excess of the specified number will require an amendment. ix. Issue letter to City recommending acceptance & release of final payment for each construction package. x. Coordinate contracts, CM/CI to provide complete record of As-Builts redlines for each construction package. xi. Provide Record Drawings from Contractor’s As-Builts as an electronic copy (.pdf file) & hard copy format (3 copies), and include shape files for GPS location of underground utilities for the proposed work completed in each construction package. Definitions: 1) As-Builts “redlines”: Contractor’s record of field changes to the work in line, grade & elevation 2) Record Drawings: Engineer’s incorporation of contractor’s As-Builts. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 8 of 10 D13. Revised 2016 Owner’s Allowance The Owner may authorize FNI to perform additional work under an Owner’s Allowance not to exceed a total of $400,000 for the LW-03 and LW-04 basins, with an anticipated budget breakdown of $270,000 for LW-03 and $130,000 LW- 04 based on proportional distribution of line quantities. The actual cost of services would depend on the recommendations developed as part of phase 1 of this project. These services shall be outside the defined Basic and Special Services. FNI will submit a proposal and require written authorization from the Owner prior to execution. All work authorized under this allowance shall be billed on an hourly basis for the actual work performed, not to exceed the amount of the approved proposal. Such services may include, but are not limited to: 1. Rehabilitation design for up to 5,000 linear feet of sanitary sewer pipe larger than 15 inches in diameter, including the development and preparation of plan and profile drawings. 2. Topographic surveying of up to 5,000 linear feet of sanitary sewer, including manholes, cleanouts, property lines, and right -of-way surveys. 3. Geotechnical investigations, studies and reports. 4. Subsurface Utility Engineering (SUE) Services. 5. Minor adjustments to scope or deliverables necessary to address unforeseen site conditions, coordination with third parties, or regulatory comments 6. Limited field investigations, supplemental documentation, or additional project meetings not included in the basic or special services. All services performed under this Allowance will be documented and invoiced in accordance with the terms of this Agreement. The total value of such services shall not exceed $400,000 without a formal amendment to this Agreement. Any authorized services performed under this Allowance may require an adjustment to the project schedule, subject to mutual agreement between the Owner and FNI at the time of authorization. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 9 of 10 D13. Revised 2016 Additional Services The following services are not included in the Basic Services described above and shall only be provided upon written authorization by the Owner and execution of a contract amendment: 1. 30-day extension of flow monitoring 2. Topographic Surveying required for the preparation of designs and drawings. Field layouts or the furnishing of construction line and grade surveys. Making property, boundary and right of way surveys, preparation of easement and deed descriptions, including title search and examination of deed records. GIS mapping services or assistance related with this service. 3. Easement Acquisition Services 4. Survey of manhole rim elevations and measure down to pipe inverts. 5. Provide Geotechnical investigations, studies and reports. 6. Subsurface Utility Engineering (SUE) services. 7. Providing environmental support services including the design and implementation of ecological baseline studies, environmental monitoring, impact assessment and analyses, permitting assistance, and other assistance required to address environmental issues. 8. Construction Resident Representation services. 9. Special Inspection required under chapter 17 of the International Building Code. 10. Development and preparation of plan and profile drawings. 11. Rehab design for trunk sewer lines (larger than 15-inches) in the LW-03 or LW-04 basin 12. Providing shop, field, or laboratory inspection of materials and equipment. 13. Assisting City in defense or prosecution of litigation in connection with or in addition to those services contemplated by this Agreement. Such services, if any, shall be furnished by FNI on a fee basis negotiated by the respective parties outside of and in addition to this Agreement. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 EXHIBIT A Design 10 of 10 D13. Revised 2016 14. Design, contract modifications, studies, or analysis required to comply with local, State, Federal, or other regulatory agencies that become effective after the date of this agreement. 15. Services required to resolve bid protest or to rebid the projects for any reasons. 16. Providing basic or additional services on an accelerated time schedule. The scope of this service includes cost for overtime wages of employees and consultants, inefficiencies in the work sequence and plotting or reproduction costs directly attributable to an accelerated time schedule directed by the Owner. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 11000 Stancliff Road, Suite 100  Houston, TX 77099 Phone: 281-933-0951 www.adsenv.com A DIVISION OF ADS LLC June 27, 2025 Freese and Nichols, Inc. Bailey Keller, PE 11200 Broadway Street Suite 2320 Pearland, TX 77584 RE: City of Pearland, TX – ADS Temporary Flow Monitoring Proposal Dear Ms. Keller, Thank you for the opportunity to work with Freese and Nichols on the temporary flow monitoring study for Pearland, TX. This proposal is for 14 flow monitors and 3 rain gauges for 60 days and corresponding I/I Analysis & Report. We have also included pricing for an optional 30-day flow monitoring extension. ADS will perform the services for this project as outlined in the section titled Proposed Scope of Work and our pricing is outlined in the final section. Please let me know if you have any questions or if there is any additional information that we can provide. Our team is also available for a conference call if needed. I can be reached by email or at 214-399-4292 should you need to discuss this in more detail. Regards, John P. Jenkins John P. Jenkins Key Account Manager ADS Environmental Services jjenkins1@idexcorp.com EXHIBIT BDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Proposed Scope of Work ADS Environmental Services (“ADS”) will provide all of the necessary components required to conduct a temporary flow monitoring study in Pearland, TX under the direction of Freese and Nichols (“FNI”) for a period of 60 days. For a turnkey, temporary monitoring project, the work will be performed as set forth below: Phase I – ADS Mobilization and Installation 1. Kick‐Off Meeting. Phase I should begin with a kick‐off meeting between representatives of FNI and ADS. The purpose of the kick‐off meeting is to discuss safety, confirm project scope, establish lines of communication, set milestones and set the project schedule. Throughout the project, ADS staff will communicate with FNI prior to visiting any sites for any maintenance activities. 2. Site Location/Investigation. ADS will work with FNI to confirm the suitability of locations for the monitor installations. ADS representatives will schedule a site investigation meeting with the appropriate Client staff to complete this process. The proposed flow monitoring locations will be located, inspected and verified for hydraulic suitability. ADS will also check for debris in the manhole that could impact data quality and coordinate any required cleaning efforts with the Client. Additionally, ADS field crews will look for evidence of erratic flow patterns. If the site conditions allow, monitor installation will occur at the same time as the investigation. If not, ADS will coordinate with FNI to discuss alternative monitoring locations. Final site locations to be approved by FNI. 3. Site Installation. ADS will utilize a standard two‐person field crew for field work and comply with OSHA Standards for confined‐space entry. A Site Safety Plan will also be completed as part of the Investigation/Installation phase of the project. 4. Site Reports. Site reports will be generated upon completion of the installations. The site reports will include a sketch of the general location, pictures, physical characteristics and diameters of the monitoring locations, manhole depths, level and velocity measurements and other information and comments pertinent to the location (such as any special access, traffic or safety issues). 5. Equipment. ADS will utilize Triton+ area/velocity flow monitors and RainAlert III rain gauges throughout the duration of this project. A typical monitor installation in a sanitary sewer pipe will include an in-the-flow sensor that includes a pressure depth sensor to detect surcharge and provide redundant depth information, a Doppler velocity sensor and an ultrasonic depth sensor mounted at or near the invert. Depending on the flow depth, a down‐looking ultrasonic sensor may also be mounted at the crown of the pipe. 6. Monitor Activation. Once installed, the monitors and rain gauges will be activated and set to take readings at 5‐minute intervals. Wireless data transmission will typically be set to occur EXHIBIT BDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 every 24 hours but can be adjusted based on project needs. ADS field crews will take manual depth and velocity readings to confirm the monitors are collecting accurate data based on the actual existing hydraulic conditions at each location. Phase II – ADS Flow Monitoring and Maintenance 1. Flow Monitoring. Once the monitors are installed and verified to be in working order, ADS will monitor the flow for a period of 60 days (“monitoring period”). This initial monitoring period can be extended based on mutual consent and written agreement of additional work and pricing for such additional work. 2. Data Collection and Equipment Maintenance. The ADS Data Analyst will review the data weekly throughout the monitoring period. Field crews will return to the monitoring locations as determined by routine data reviews to perform site maintenance and site confirmations as needed. This includes cleaning depth and velocity sensors in addition to conducting level and velocity confirmations as needed. As an ISO 9001 certified company, ADS personnel adhere to standardized procedures for all field work to maximize the quality and usefulness of the final data. 3. Site Confirmations. ADS will provide, at a minimum, two (2) confirmations to ensure the collected monitoring data are accurate. These typically occur at installation and near the end of the project. Additional confirmations will be performed during the monitoring period as needed. 4. Demobilization. Field crews will continue data collections, maintenance and confirmations as needed until the end of the monitoring period and removal of the equipment is authorized. Phase III – ADS Data Analysis and Reporting 1. Data Analysis. Upon completion of the monitoring period, the ADS Data Analyst assigned to the project will finalize the analysis of the data. The Data Analyst will calculate flow using the Continuity Equation from the recorded depth and average velocity data. As part of the data finalization process, the analyst will utilize scatter plots (depths vs. velocity readings) to verify data accuracy and repeatability. 2. Data Access. ADS will provide FNI access to the finalized data through the ADS PRISM portal. 3. Final I/I Report Deliverables: o Overview of the Project o Site Installation Reports o Dry Weather Overview and Analysis – diurnal curves (Stevens‐Shutzbach Method) o Peaking Factor Analysis o Rainfall Analysis DDF or Similar Rainfall Frequency Statistics EXHIBIT BDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 o Rain Dependent Inflow Infiltration (RDII) Analysis o Scattergraphs with Best-Fit and ISO‐Q Lines Plotted o Volumetric Analysis (Normalized/LF of Pipe and Un‐Normalized) o Final (QA/QC) CSV data packet Data Delivery and Final Report. ADS will provide a final data report to FNI within 60 days of the end of the monitoring period (and any approved extensions). The Final Data will be available through PRISM software and in the format of an Excel or .CSV file. PRISM access to the data will be provided for 12 calendar months after the completion of the monitoring period. FNI Responsibilities ADS is requesting that the Client and/or Consultant perform the following functions in connection with this project: 1. Provide access to the proposed monitoring locations. This includes, but is not limited to, exposing manholes and clearing easements for accessibility by truck/van, if necessary. 2. Assist in obtaining any special permits. 3. Provide any available GIS and mapping information to be used for installations, data analysis and reporting. 4. Provide any information concerning bypasses, overflows, base flows, critical surcharge areas, and maintenance habits that may affect flow monitoring data. 5. Provide any available basin size information in-order to calculate the Normalized Volumetric Analysis (i.e., Upstream LF of Pipe or Basin Acres). End of Proposed Scope of Work EXHIBIT BDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 ADS Pricing Task No.Task Description UOM Quantity Unit Price Total 1 Mobilization Each 1 $3,000 $3,000 2 Flow Monitor Site Investigation & Installation Each 14 $1,500 $21,000 3 Rain Gauge Site Investigation & Installation Each 3 $575 $1,725 4 PRISM (Setup, Hosting & Training)Each 17 $100 $1,700 5 Monthly Service Per Flow Monitor (Data Collection, Service & Maintenance for 14 Monitors for 60 Days/2 Months) Monitor- Month 28 $1,710 $47,880 6 Monthly Service Per Rain Gauge (Data Collection, Service & Maintenance for 3 Gauges for 60 Days/2 Months) Monitor- Month 6 $825 $4,950 7 Data Hosting, Analysis & Review for the Temporary Flow Monitoring Network (17 Monitors for 60 days/2 Months) Monitor- Month 34 $30 $1,020 8 I/I Analysis & Report Each 1 $10,000 $10,000 $91,275 $26,433 Notes: 1. This proposal is valid for 60 days. 2. Mobilization is invoiced upon contract execution. 3. ADS will invoice monthly for work completed. 4. No prevailing wages or WMBE requirements assumed. 5. Light traffic and standard control requirements assumed. No night work assumed. 6. Special traffic scenarios are not included (additional staff for flaggers, main highway operations, etc.). 7. Any special permits and police escorts, if required, will be the responsibility of the Client. 8. Services will be provided in accordance with the terms and conditions of the Master Subconsultant Agreement between Freese and Nichols, Inc. and ADS Environmental Services executed on November 13, 2014. Any additional or conflicting terms and conditions included in this proposal shall not apply. Grand Total for the 60-Day Program Optional 30-Day Extension End of Proposal EXHIBIT BDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 1401 Seabord Drive T: 225.769.2933 Baton Rouge, LA 70810 F: 225.769.2939 July 9, 2025 Ishita Rahman Freese and Nichols, Inc. (Herein Referred to as the Engineer) 11200 Broadway, Suite 2320 Pearland, TX 77854 T: 832.456.4747 ishita.rahman@freese.com RE: Proposal for Sewer Evaluation Services in Pearland, TX Mrs. Rahman: In response to your request, Compliance EnviroSystems, LLC (CES) is pleased to provide you with a proposal for professional services on the above referenced project. The following sections are provided for your review: 1. Fee Schedule 2. Deliverables 3. Notice to Proceed Please review these documents carefully. If you are in agreement, please sign where indicated and return by e-mail to jgraham@ces-sses.com. Upon receipt of your approval, our Operations Manager will schedule your project. Thank you for the opportunity to submit this proposal. If selected, CES will provide our services at the highest professional level. If you have any questions, please feel free to contact me by phone (985) 502-5667 or e-mail at any time. SOUND DATA. SOLID CONCLUSIONS. EXHIBIT CDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 ITEM NO.SERVICE DESCRIPTION QUANTITY UNIT UNIT PRICE EXTENDED PRICE 1000.01 MOBILIZATION / DEMOBILIZATION OF EQUIPMENT & CREWS 1 EA $5,000.00 $5,000.00 2000.01 TEMPORARY FLOW MONITORING (1-10 METERS)0 MD $165.00 $0.00 2000.02 TEMPORARY FLOW MONITORING (1-10 METERS) - AFTER 60 DAYS 0 MD $100.00 $0.00 2000.03 TEMPORARY FLOW MONITORING (11-24 METERS)0 MD $135.00 $0.00 2000.04 TEMPORARY FLOW MONITORING (11-24 METERS) - AFTER 60 DAYS 0 MD $100.00 $0.00 2000.05 TEMPORARY FLOW MONITORING (25-49 METERS)0 MD $125.00 $0.00 2000.06 TEMPORARY FLOW MONITORING (25-49 METERS) - AFTER 60 DAYS 0 MD $100.00 $0.00 2000.07 TEMPORARY FLOW MONITORING (50 OR MORE METERS)0 MD $110.00 $0.00 2000.08 TEMPORARY FLOW MONITORING (50 OR MORE METERS) - AFTER 60 DAYS 0 MD $100.00 $0.00 2000.09 LONG TERM FLOW MONITORING - 1 YEAR MINIMUM 0 METER/ MONTH $1,500.00 $0.00 2000.10 TEMPORARY RAIN GAUGES 0 GD $55.00 $0.00 2000.11 LONG TERM RAIN GAUGES 0 GAUGE/ MONTH $550.00 $0.00 2000.12 NIGHT FLOW ISOLATION 0 EA $500.00 $0.00 2000.13 PUMP STATION DRAW/FILL TEST (1-2 PUMPS)0 EA $2,500.00 $0.00 2000.14 PUMP STATION DRAW/FILL TEST (3-4 PUMPS)0 EA $5,500.00 $0.00 2000.15 FORCE MAIN MONITORING (CLAMP-ON METERS)0 MD $175.00 $0.00 3000.01 360 DEGREE NASSCO LEVEL II MACP STANDARD MANHOLE CONDITION ASSESSMENT WITH INTERNAL IMAGES AND GPS DATA COLLECTION 370 EA $140.00 $51,800.00 3000.02 STRUCTURAL MANHOLE CONDITION ASSESSMENT WITH INTERNAL IMAGES 0 EA $110.00 $0.00 3000.03 360 DEGREE WET WELL CONDITION ASSESSMENT (LESS THAN OR EQUAL TO 8-FT DIAMETER)0 EA $275.00 $0.00 3000.04 360 DEGREE WET WELL CONDITION ASSESSMENT (GREATER THAN 8-FT DIAMETER)0 EA $350.00 $0.00 3000.05 UN-COVER BURIED MANHOLES LESS THAN 12" DEEP 25 EA $300.00 $7,500.00 3000.06 REMOVAL OF STABILIZED DEBRIS IN MANHOLE INVERTS 0 EA $425.00 $0.00 3000.07 INSTALLATION OF STAINLESS STEEL RAINSTOPPER DURING MANHOLE CONDITION ASSESSMENT 0 EA $400.00 $0.00 3000.08 MANHOLE/WET WELL INSPECTION DATA MANAGEMENT 370 EA $25.00 $9,250.00 3000.09 MANHOLE/WET WELL REHABILITATION RECOMMENDATIONS 0 EA $25.00 $0.00 4000.01 SMOKE TESTING 51,000 LF $0.60 $30,600.00 4000.02 SMOKE TESTING DATA MANAGEMENT 51,000 LF $0.05 $2,550.00 5000.01 STANDARD CLEANING 6" - 10" SANITARY SEWER IN RIGHT OF WAY 54,447 LF $2.25 $122,505.75 5000.02 HEAVY CLEANING 6" - 10" SANITARY SEWER IN RIGHT OF WAY 12,861 LF $3.00 $38,583.00 5000.03 STANDARD CLEANING 6"-10" SANITARY SEWER NOT IN RIGHT OF WAY 1,000 LF $3.75 $3,750.00 5000.04 HEAVY CLEANING 6" - 10" SANITARY SEWER NOT IN RIGHT OF WAY 1,000 LF $4.75 $4,750.00 5000.05 STANDARD CLEANING 12" - 15" SANITARY SEWER IN RIGHT OF WAY 4,419 LF $3.00 $13,257.00 5000.06 HEAVY CLEANING 12" - 15" SANITARY SEWER IN RIGHT OF WAY 1,105 LF $3.25 $3,591.25 5000.07 STANDARD CLEANING 12"-15" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $4.75 $0.00 5000.08 HEAVY CLEANING 12" - 15" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $5.75 $0.00 5000.09 STANDARD CLEANING 16" - 18" SANITARY SEWER IN RIGHT OF WAY 4,095 LF $6.25 $25,593.75 5000.10 HEAVY CLEANING 16" - 18" SANITARY SEWER IN RIGHT OF WAY 1,024 LF $8.25 $8,448.00 5000.11 STANDARD CLEANING 16"-18" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $8.75 $0.00 5000.12 HEAVY CLEANING 16" - 18" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $14.00 $0.00 5000.13 STANDARD CLEANING 19" - 24" SANITARY SEWER IN RIGHT OF WAY 5,535 LF $9.00 $49,815.00 5000.14 HEAVY CLEANING 19" - 24" SANITARY SEWER IN RIGHT OF WAY 1,384 LF $12.00 $16,608.00 5000.15 STANDARD CLEANING 19"-24" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $10.00 $0.00 5000.16 HEAVY CLEANING 19" - 24" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $24.00 $0.00 5000.17 STANDARD CLEANING 25" - 30" SANITARY SEWER IN RIGHT OF WAY 904 LF $10.00 $9,040.00 5000.18 HEAVY CLEANING 25" - 30" SANITARY SEWER IN RIGHT OF WAY 226 LF $19.00 $4,294.00 5000.19 STANDARD CLEANING 25" - 30" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $25.00 $0.00 5000.20 HEAVY CLEANING 25" - 30" SANITARY SEWER NOT IN RIGHT OF WAY 0 LF $35.00 $0.00 5000.21 CLEANING OF >30" SANITARY SEWER 0 LF TBD 5000.22 SEWER DEBRIS DISPOSAL OFFSITE 0 TON $125.00 $0.00 6000.01 ROOT / GREASE CUTTING IN 6" - 15" PIPE 0 LF $2.50 $0.00 6000.02 ROOT / GREASE CUTTING IN 16" - 21" PIPE 0 LF $4.00 $0.00 6000.03 ROOT / GREASE CUTTING IN 22" - 30" PIPE 0 LF $7.00 $0.00 6000.04 CHEMICAL ROOT CONTROL IN 6" - 8" SEWER PIPE 0 LF $1.70 $0.00 6000.05 CHEMICAL ROOT CONTROL IN 10" - 12" SEWER PIPE 0 LF $2.50 $0.00 6000.06 CHEMICAL ROOT CONTROL IN 15" - 18" SEWER PIPE 0 LF $5.00 $0.00 6000.07 CHEMICAL ROOT CONTROL IN 21" - 30" SEWER PIPE 0 LF $7.00 $0.00 6000.08 REMOVAL OF PROTRUDING TAPS BY INTERNAL CUTTING 0 EA $350.00 $0.00 7000.01 NASSCO PACP STANDARD CCTV INSPECTION <21" PIPE 80,000 LF $1.75 $140,000.00 7000.02 NASSCO PACP STANDARD CCTV INSPECTION >21" PIPE 8,000 LF $2.50 $20,000.00 7000.03 ADDITIONAL SETUP OF CCTV INSPECTION EQUIPMENT 30 EA $300.00 $9,000.00 7000.04 CCTV INSPECTION OF SERVICE LATERALS (LATERAL LAUNCHING FROM MAINLINE)0 EA $250.00 $0.00 7000.05 CCTV INSPECTION OF SERVICE LATERALS (PUSH CAMERA FROM CLEANOUT)0 EA $250.00 $0.00 7000.06 CCTV INSPECTION DATA MANAGEMENT 88,000 LF $0.25 $22,000.00 7000.07 SEWER PIPE REHABILITATION RECOMMENDATIONS 0 LF $0.25 $0.00 8000.01 SETUP OF 3"-4" BY-PASS PUMP 0 EA $2,000.00 $0.00 8000.02 SETUP OF 6"" BY-PASS PUMP 0 EA $3,000.00 $0.00 8000.03 SETUP OF 8" BY-PASS PUMP 0 EA $4,000.00 $0.00 8000.04 OPERATION OF 3"-4" BY-PASS PUMP 0 HR $60.00 $0.00 8000.05 OPERATION OF 6" BY-PASS PUMP 0 HR $70.00 $0.00 8000.06 OPERATION OF 8" BY-PASS PUMP 0 HR $80.00 $0.00 9000.01 TRAFFIC CONTROL 0 HR $75.00 $0.00 9000.02 CLEANING WET WELLS 0 HR $450.00 $0.00 9000.03 DYE TESTING - IN CONJUNCTION WITH CCTV INSPECTION OF 6"-12" PIPE 0 EA $450.00 $0.00 9000.04 DYE TESTING - IN CONJUNCTION WITH CCTV INSPECTION OF 15"-30" PIPE 0 EA $600.00 $0.00 9000.05 DYE TESTING - NOT IN CONJUNCTION WITH CCTV INSPECTION 0 EA $310.00 $0.00 9000.06 SONAR INSPECTION OF SEWER PIPE 0 LF $7.00 $0.00 9000.07 MULTI-SENSOR INSPECTION OF SEWER PIPE 0 LF $12.00 $0.00 9000.08 ACCURATE MEASURING PROBE (AMP) PIPE ASSESSMENT 0 LF $2.75 $0.00 9000.09 ZOOM CAMERA PIPE ASSESSMENT 0 EA $95.00 $0.00 9000.10 ACOUSTIC PIPE ASSESSMENT 0 LF $0.50 $0.00 9000.11 COMBINATION CLEANING TRUCK WITH OPERATOR AND HELPER < 10,000 LF (MIN. 8 HRS)0 HR $400.00 $0.00 9000.12 CCTV INSPECTION UNIT WITH OPERATOR AND HELPER < 10,000 LF (MIN. 8 HRS)0 HR $350.00 $0.00 9000.13 COMBINATION CLEANING TRUCK WITH OPERATOR AND HELPER AND CCTV INSPECTION UNIT WITH OPERATOR AND HELPER < 10,000 LF (MIN. 8 HRS)0 HR $650.00 $0.00 9000.14 EMERGENCY SEWER HAULING 0 GAL $0.85 $0.00 9000.15 EASEMENT MACHINE WITH OPERATOR < 10,000 LF (MIN. 8 HRS)0 HR $100.00 $0.00 TOTAL:$597,935.75 SECTION 9000 MISCELLANEOUS FIELD SERVICES SECTION 7000 CLOSED CIRCUIT TELEVISION INSPECTION Sewer System Evaluation Services (SSES) SECTION 3000 MANHOLE SERVICES SECTION 8000 BY-PASS PUMPING SECTION 5000 SANITARY SEWER LINE CLEANING SECTION 6000 ROOT / GREASE / TAP CUTTING SECTION 4000 SMOKE TESTING Attachment A SECTION 2000 FLOW MONITORING SERVICES Master Services Agreement (MSA) Fee Schedule SECTION 1000 MOBILIZATION DEMOBILIZATION EXHIBIT CDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 1401 Seabord Drive T: 225.769.2933 Baton Rouge, LA 70810 F: 225.769.2939 DELIVERABLES All inspection videos, photographs, a database including coding information and inspection reports will be submitted on an external USB hard drive and/or Box link at the conclusion of the project. ELECTRONIC DELIVERABLE CONTAINS: • All GPS points will be delivered in .SHP format • Smoke testing electronic deliverable to include smoke testing report with pictures and GPS of smoke leaks • Manhole condition assessment electronic deliverables to include access database with NASSCO level II MACP data • CCTV electronic deliverables to include all CCTV footage and access database with NASSCO PACP data. EXHIBIT CDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 1401 Seabord Drive T: 225.769.2933 Baton Rouge, LA 70810 F: 225.769.2939 RE: Proposal for Sewer Evaluation Services in Pearland, TX Your signature will serve as Notice to Proceed on this project. Name (Printed)________________________________________________ Title _________________________________________________________ Signature ______________________________ Date _________________ Respectfully Yours, Josh Graham Josh Graham Business Development Compliance EnviroSystems, LLC C: (985) 502-5667 jgraham@ces-sses.com www.ces-sses.com EXHIBIT CDocusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Freese and Nichols, Inc.Project Fee Summary Labor Subconsultants Jared Barber Ishita Rahman Bailey Keller Molly Gargan Lindsey Corson Carlos Quintero Erik Lopez Willie Adams Brock Crenek Greg Geller John Rinacke Quality Control and PIC SSES Technical Advisor Project PM and SSES Lead SSES EIT GIS Rehab/Design PM Design Engineer CAD TCP Constructability Review Cost Est. $339 $290 $220 $154 $151 $314 $195 $226 $308 $299 $206 Basic PROJECT MANAGEMENT 0 -$ Basic Project Kickoff Meeting 4 4 4 4 2 2 20 4,448$ Basic Monthly Progress Reports 4 6 30 8 48 12,694$ Basic Additional Project Coordination Meetings (Up to three (3))9 9 9 9 36 9,534$ Basic Field Coordination (Up to two (2) field visits)8 8 8 8 32 7,343$ Basic Subtotal 4 19 51 12 4 27 19 ----136 34,020$ Basic TARGETED FLOW MONITORING 0 -$ Basic Preliminary Flow Monitor Locations and Sub Basin Delineation 2 12 20 24 58 10,321$ Basic Flow Monitor Field Inspections 2 6 8 16 3,257$ Basic Targeted Flow Monitoring and Rain Gauge Data Collection 4 20 40 12 76 14,073$ Basic Flow Monitor Data Analysis and Sub Basin I/I Ranking 8 24 40 24 96 18,079$ Basic Proposed Sub Basins for SSES Field Activities 2 10 24 12 4 4 56 10,735$ Basic Meeting - Discuss Flow Monitoring Results and Proposed Sub Basins for SSES Field Activities 4 4 4 4 4 4 24 5,506$ Basic Subtotal -22 76 136 76 8 8 ----326 61,972$ Basic SSES FIELD ACTIVITIES AND REHAB IMPROVEMENT RECOMMENDATIONS 0 -$ Basic Smoke Testing (Area identification, mapping, field work and coordination with City)8 20 40 20 88 16,536$ Basic CCTV Inspections (Area identification, mapping, field work and coordination with City)8 30 60 50 148 26,738$ Basic Manhole Inspections (manhole identification, mapping, field work and coordination with City)8 30 60 50 148 26,738$ Basic SSES Results QC and Analysis and Rehab Improvement Recommendations 25 120 280 80 20 80 605 115,151$ Basic Meeting - Review SSES Results, Rehab Recommendations, and Costs 4 4 4 4 4 4 24 5,506$ Basic Draft Technical Memorandum (TM) - SSES Results and Rehab Recommendations 8 30 80 30 8 24 180 34,277$ Basic Final Technical Memorandum - SSES Results and Rehab Recommendations 8 20 30 16 2 8 84 16,581$ Basic Subtotal -69 254 554 250 34 116 ----1,277 241,528$ Basic PRELIMINARY DESIGN PHASE (Package 1)0 -$ Basic Data Collection 3 3 20 40 66 15,802$ Basic Kickoff Meeting 4 4 4 4 16 3,672$ Basic Preliminary Design Submittal 0 -$ Basic Prepare Construction Methodology and Materials 2 1 4 12 19 4,356$ Basic Prepare Cost Estimate 2 2 2 4 12 22 5,222$ Basic 30% Plans 12 2 4 40 12 24 20 114 25,102$ Basic Review City Comments 1 1 1 2 4 9 2,205$ Basic Address City Comments 2 4 6 1,464$ Basic Subtotal 15 -14 15 40 48 100 20 ---252 57,822$ Basic PRELIMINARY DESIGN PHASE (Package 2)0 -$ Basic Data Collection 3 3 8 20 34 7,832$ Basic Kickoff Meeting 4 4 4 4 16 3,672$ Basic Preliminary Design Submittal 0 -$ Basic Prepare Construction Methodology and Materials 2 1 4 12 19 4,356$ Basic Prepare Cost Estimate 2 2 2 4 12 22 5,222$ Basic 30% Plans 12 2 4 40 12 24 40 134 29,809$ Basic Review City Comments 1 1 2 4 16 24 5,618$ Basic Address City Comments 2 4 16 22 5,229$ Basic Subtotal 14 -14 15 40 36 80 72 ---271 61,738$ Basic DESIGN PHASE (Package 1)0 -$ Basic 60% Submittal (Package 1)0 -$ Basic 60% Plans 16 1 1 40 8 30 40 6 142 32,291$ Basic 60% Specs 4 1 1 6 20 2 34 8,436$ Basic 60% OPCC 4 1 1 4 16 6 32 7,635$ Basic 90% Submittal (Package 1)0 -$ Basic 90% Plans 12 1 1 30 6 18 30 4 102 23,247$ Basic 90% Specs 3 1 1 4 12 2 23 5,808$ Basic 90% OPCC 3 1 1 2 8 2 4 21 5,202$ Basic 100% Submittal (Package 1)0 -$ Basic 100% Plans 10 1 1 15 4 16 20 2 69 16,152$ Basic 100% Specs 2 1 1 2 6 1 13 3,275$ Basic 100% OPCC 2 1 1 1 3 1 2 11 2,769$ Basic Utility Coordination (Package 1)8 24 32 7,476$ Basic Regulatory Submittals (Package 1)2 8 10 2,275$ Total Hours Total Labor Effort 8/28/2025 Total Project Basic and Special Services Basic or Special Task Description Special Services 27,755$ 1,727,002$ City of Pearland Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 Basic Services 1,699,247$ Page 1 of 6 EXHIBIT D Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Freese and Nichols, Inc.Project Fee Summary Labor Subconsultants Jared Barber Ishita Rahman Bailey Keller Molly Gargan Lindsey Corson Carlos Quintero Erik Lopez Willie Adams Brock Crenek Greg Geller John Rinacke Quality Control and PIC SSES Technical Advisor Project PM and SSES Lead SSES EIT GIS Rehab/Design PM Design Engineer CAD TCP Constructability Review Cost Est. $339 $290 $220 $154 $151 $314 $195 $226 $308 $299 $206 Total Hours Total Labor Effort 8/28/2025 Total Project Basic and Special Services Basic or Special Task Description Special Services 27,755$ 1,727,002$ City of Pearland Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 Basic Services 1,699,247$ Basic Traffic Control/SWPPP (Package 1)1 1 4 16 22 6,140$ Basic TRC (Package 1)4 2 4 8 2 20 4,615$ Basic Prepare Bid Sets (Package 1)2 4 8 2 16 3,987$ Subtotal 56 -10 10 93 51 169 106 20 20 12 547 129,308$ Basic DESIGN PHASE (Package 2)0 -$ Basic 60% Submittal (Package 2)0 -$ Basic 60% Plans 16 1 1 40 8 30 40 6 142 32,291$ Basic 60% Specs 4 1 1 6 20 2 34 8,436$ Basic 60% OPCC 4 1 1 4 16 2 6 34 8,258$ Basic 90% Submittall (Package 2)0 -$ Basic 90% Plans 12 1 1 30 6 18 30 4 102 23,247$ Basic 90% Specs 3 1 1 4 12 2 23 5,808$ Basic 90% OPCC 3 1 1 2 8 2 4 21 5,202$ Basic 100% Submittall (Package 2)0 -$ Basic 100% Plans 10 1 1 15 4 16 20 2 69 16,152$ Basic 100% Specs 2 1 1 2 6 1 13 3,275$ Basic 100% OPCC 2 1 1 1 3 1 2 11 2,769$ Basic Utility Coordinationl (Package 2)8 24 32 7,476$ Basic Regulatory Submittalsl (Package 2)2 8 10 2,275$ Basic Traffic Control/SWPPPl (Package 2)1 1 4 16 22 6,140$ Basic TRC l (Package 2)4 2 4 16 2 28 6,498$ Basic Prepare Bid Setsl (Package 2)2 4 16 2 24 5,870$ Subtotal 56 -10 10 93 51 169 122 20 22 12 565 133,697$ Basic BID PHASE (Package 1)0 -$ Basic Prepare Notice to Bidders 2 4 6 1,464$ Basic Provide Electronic Copy of Plans 2 4 4 10 2,405$ Basic Chair Pre-Bid Meeting and attend Bid Opening 1 4 4 9 2,469$ Basic Respond to questions from bidders and prepare addenda 1 4 4 12 4 25 5,661$ Basic Assist with design of Bid Proposal 1 4 8 13 3,280$ Basic Prepare Recommendation of Award Letter 1 2 4 7 1,816$ Basic Attend City Council Meeting for Award 3 3 3 9 2,645$ Basic Product and transmit conctractor sets 2 4 4 10 2,405$ Subtotal 7 ---4 23 43 12 ---89 22,144$ Basic BID PHASE (Package 2)0 -$ Basic Prepare Notice to Bidders 2 4 6 1,464$ Basic Provide Electronic Copy of Plans 2 4 4 10 2,405$ Basic Chair Pre-Bid Meeting and attend Bid Opening 1 4 4 9 2,469$ Basic Respond to questions from bidders and prepare addenda 1 4 4 12 4 25 5,661$ Basic Assist with design of Bid Proposal 1 4 8 13 3,280$ Basic Prepare Recommendation of Award Letter 1 2 4 7 1,816$ Basic Attend City Council Meeting for Award 3 3 3 9 2,645$ Basic Product and transmit conctractor sets 3 4 4 11 2,731$ Subtotal 7 ---4 24 43 12 ---90 22,470$ Basic CONSTRUCTION PHASE (Package 1)0 -$ Basic Attend Pre-Construction Meeting 4 8 12 2,927$ Basic Attend Monthly Meetings (8)16 16 32 8,463$ Basic Monthly Site Visits (8)6 24 24 54 14,812$ Basic Review Submittals and RFIs 6 40 60 8 114 29,892$ Basic Review and Approve Pay Apps 8 16 24 5,854$ Basic Provide interpretive guidance for contractor 20 20 20 60 16,806$ Basic Substantial Completion 2 6 10 18 4,690$ Basic Letter Recommending Acceptance 2 2 652$ Basic Coordinate As-Builts 4 16 20 4,549$ Basic Provide Record Drawings including GPS locations 4 16 8 20 8 56 12,472$ Subtotal 18 ---16 132 190 8 8 20 -392 101,119$ Basic CONSTRUCTION PHASE (Package 2)0 -$ Basic Attend Pre-Construction Meeting 4 8 12 2,927$ Basic Attend Monthly Meetings (12)24 24 48 12,695$ Basic Monthly Site Visits (12)4 30 30 64 17,280$ Basic Review Submittals and RFIs 4 40 60 8 112 29,187$ Basic Review and Approve Pay Apps 8 16 24 5,854$ Basic Provide interpretive guidance for contractor 25 25 20 70 19,451$ Basic Substantial Completion 2 6 10 18 4,690$ Basic Letter Recommending Acceptance 2 2 652$ Basic Coordinate As-Builts 4 16 20 4,549$ Basic Provide Record Drawings including GPS locations 4 16 8 20 8 56 12,472$ Page 2 of 6 EXHIBIT D Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Freese and Nichols, Inc.Project Fee Summary Labor Subconsultants Jared Barber Ishita Rahman Bailey Keller Molly Gargan Lindsey Corson Carlos Quintero Erik Lopez Willie Adams Brock Crenek Greg Geller John Rinacke Quality Control and PIC SSES Technical Advisor Project PM and SSES Lead SSES EIT GIS Rehab/Design PM Design Engineer CAD TCP Constructability Review Cost Est. $339 $290 $220 $154 $151 $314 $195 $226 $308 $299 $206 Total Hours Total Labor Effort 8/28/2025 Total Project Basic and Special Services Basic or Special Task Description Special Services 27,755$ 1,727,002$ City of Pearland Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 Basic Services 1,699,247$ Subtotal 14 ---16 151 209 8 8 20 -426 109,758$ Special Optional 30-day extension of flow monitoring 0 -$ 191 110 429 752 636 585 1,146 360 56 82 24 4,371 $ 67,379 $ 33,176 $ 98,155 $ 120,440 $ 99,877 $ 190,800 $ 232,409 $ 84,734 $ 17,931 $ 25,532 $ 5,142 975,576$ Total Hours / Quantity Total Effort Page 3 of 6 EXHIBIT D Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Freese and Nichols, Inc. Labor Basic PROJECT MANAGEMENT Basic Project Kickoff Meeting Basic Monthly Progress Reports Basic Additional Project Coordination Meetings (Up to three (3)) Basic Field Coordination (Up to two (2) field visits) Basic Subtotal Basic TARGETED FLOW MONITORING Basic Preliminary Flow Monitor Locations and Sub Basin Delineation Basic Flow Monitor Field Inspections Basic Targeted Flow Monitoring and Rain Gauge Data Collection Basic Flow Monitor Data Analysis and Sub Basin I/I Ranking Basic Proposed Sub Basins for SSES Field Activities Basic Meeting - Discuss Flow Monitoring Results and Proposed Sub Basins for SSES Field Activities Basic Subtotal Basic SSES FIELD ACTIVITIES AND REHAB IMPROVEMENT RECOMMENDATIONS Basic Smoke Testing (Area identification, mapping, field work and coordination with City) Basic CCTV Inspections (Area identification, mapping, field work and coordination with City) Basic Manhole Inspections (manhole identification, mapping, field work and coordination with City) Basic SSES Results QC and Analysis and Rehab Improvement Recommendations Basic Meeting - Review SSES Results, Rehab Recommendations, and Costs Basic Draft Technical Memorandum (TM) - SSES Results and Rehab Recommendations Basic Final Technical Memorandum - SSES Results and Rehab Recommendations Basic Subtotal Basic PRELIMINARY DESIGN PHASE (Package 1) Basic Data Collection Basic Kickoff Meeting Basic Preliminary Design Submittal Basic Prepare Construction Methodology and Materials Basic Prepare Cost Estimate Basic 30% Plans Basic Review City Comments Basic Address City Comments Basic Subtotal Basic PRELIMINARY DESIGN PHASE (Package 2) Basic Data Collection Basic Kickoff Meeting Basic Preliminary Design Submittal Basic Prepare Construction Methodology and Materials Basic Prepare Cost Estimate Basic 30% Plans Basic Review City Comments Basic Address City Comments Basic Subtotal Basic DESIGN PHASE (Package 1) Basic 60% Submittal (Package 1) Basic 60% Plans Basic 60% Specs Basic 60% OPCC Basic 90% Submittal (Package 1) Basic 90% Plans Basic 90% Specs Basic 90% OPCC Basic 100% Submittal (Package 1) Basic 100% Plans Basic 100% Specs Basic 100% OPCC Basic Utility Coordination (Package 1) Basic Regulatory Submittals (Package 1) 8/28/2025 Basic or Special Task Description City of Pearland Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 Basic Services 1,699,247 Special Services 27,755 Total Project Basic and Special Services 1,727,002 Subconsultants Total -$ -$ -$ 4,448$ -$ 12,694$ -$ 9,534$ -$ 7,343$ -$ 34,020$ -$ -$ -$ 10,321$ 27,425 28,796$ 32,054$ 52,830 55,472$ 69,545$ 11,020 11,571$ 29,650$ -$ 10,735$ -$ 5,506$ 95,839$ 157,811$ -$ -$ 33,150 34,808$ 51,344$ 491,236 515,798$ 542,536$ 73,550 77,228$ 103,966$ -$ 115,151$ -$ 5,506$ -$ 34,277$ -$ 16,581$ 627,833$ 869,361$ -$ -$ -$ 15,802$ -$ 3,672$ -$ -$ -$ 4,356$ -$ 5,222$ -$ 25,102$ -$ 2,205$ -$ 1,464$ -$ 57,822$ -$ -$ -$ 7,832$ -$ 3,672$ -$ -$ -$ 4,356$ -$ 5,222$ -$ 29,809$ -$ 5,618$ -$ 5,229$ -$ 61,738$ -$ -$ -$ -$ -$ 32,291$ -$ 8,436$ -$ 7,635$ -$ -$ -$ 23,247$ -$ 5,808$ -$ 5,202$ -$ -$ -$ 16,152$ -$ 3,275$ -$ 2,769$ -$ 7,476$ -$ 2,275$ ADS Total EffortCESTotal Sub Effort Project Fee Summary Page 4 of 6 EXHIBIT D Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Freese and Nichols, Inc. Labor Basic PROJECT MANAGEMENT 8/28/2025 Basic or Special Task Description City of Pearland Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 Basic Traffic Control/SWPPP (Package 1) Basic TRC (Package 1) Basic Prepare Bid Sets (Package 1) Subtotal Basic DESIGN PHASE (Package 2) Basic 60% Submittal (Package 2) Basic 60% Plans Basic 60% Specs Basic 60% OPCC Basic 90% Submittall (Package 2) Basic 90% Plans Basic 90% Specs Basic 90% OPCC Basic 100% Submittall (Package 2) Basic 100% Plans Basic 100% Specs Basic 100% OPCC Basic Utility Coordinationl (Package 2) Basic Regulatory Submittalsl (Package 2) Basic Traffic Control/SWPPPl (Package 2) Basic TRC l (Package 2) Basic Prepare Bid Setsl (Package 2) Subtotal Basic BID PHASE (Package 1) Basic Prepare Notice to Bidders Basic Provide Electronic Copy of Plans Basic Chair Pre-Bid Meeting and attend Bid Opening Basic Respond to questions from bidders and prepare addenda Basic Assist with design of Bid Proposal Basic Prepare Recommendation of Award Letter Basic Attend City Council Meeting for Award Basic Product and transmit conctractor sets Subtotal Basic BID PHASE (Package 2) Basic Prepare Notice to Bidders Basic Provide Electronic Copy of Plans Basic Chair Pre-Bid Meeting and attend Bid Opening Basic Respond to questions from bidders and prepare addenda Basic Assist with design of Bid Proposal Basic Prepare Recommendation of Award Letter Basic Attend City Council Meeting for Award Basic Product and transmit conctractor sets Subtotal Basic CONSTRUCTION PHASE (Package 1) Basic Attend Pre-Construction Meeting Basic Attend Monthly Meetings (8) Basic Monthly Site Visits (8) Basic Review Submittals and RFIs Basic Review and Approve Pay Apps Basic Provide interpretive guidance for contractor Basic Substantial Completion Basic Letter Recommending Acceptance Basic Coordinate As-Builts Basic Provide Record Drawings including GPS locations Subtotal Basic CONSTRUCTION PHASE (Package 2) Basic Attend Pre-Construction Meeting Basic Attend Monthly Meetings (12) Basic Monthly Site Visits (12) Basic Review Submittals and RFIs Basic Review and Approve Pay Apps Basic Provide interpretive guidance for contractor Basic Substantial Completion Basic Letter Recommending Acceptance Basic Coordinate As-Builts Basic Provide Record Drawings including GPS locations Basic Services 1,699,247 Special Services 27,755 Total Project Basic and Special Services 1,727,002 Subconsultants Total ADS Total EffortCESTotal Sub Effort Project Fee Summary -$ 6,140$ -$ 4,615$ -$ 3,987$ -$ 129,308$ -$ -$ -$ -$ -$ 32,291$ -$ 8,436$ -$ 8,258$ -$ -$ -$ 23,247$ -$ 5,808$ -$ 5,202$ -$ -$ -$ 16,152$ -$ 3,275$ -$ 2,769$ -$ 7,476$ -$ 2,275$ -$ 6,140$ -$ 6,498$ -$ 5,870$ -$ 133,697$ -$ -$ -$ 1,464$ -$ 2,405$ -$ 2,469$ -$ 5,661$ -$ 3,280$ -$ 1,816$ -$ 2,645$ -$ 2,405$ -$ 22,144$ -$ -$ -$ 1,464$ -$ 2,405$ -$ 2,469$ -$ 5,661$ -$ 3,280$ -$ 1,816$ -$ 2,645$ -$ 2,731$ -$ 22,470$ -$ -$ -$ 2,927$ -$ 8,463$ -$ 14,812$ -$ 29,892$ -$ 5,854$ -$ 16,806$ -$ 4,690$ -$ 652$ -$ 4,549$ -$ 12,472$ -$ 101,119$ -$ -$ -$ 2,927$ -$ 12,695$ -$ 17,280$ -$ 29,187$ -$ 5,854$ -$ 19,451$ -$ 4,690$ -$ 652$ -$ 4,549$ -$ 12,472$ Page 5 of 6 EXHIBIT D Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 Freese and Nichols, Inc. Labor Basic PROJECT MANAGEMENT 8/28/2025 Basic or Special Task Description City of Pearland Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 Subtotal Special Optional 30-day extension of flow monitoring Total Hours / Quantity Total Effort Basic Services 1,699,247 Special Services 27,755 Total Project Basic and Special Services 1,727,002 Subconsultants Total ADS Total EffortCESTotal Sub Effort Project Fee Summary -$ 109,758$ 26,433 27,755$ 27,755$ 117,708$ 597,936$ 123,593$ 627,833$ 751,426$ 1,727,002$ Page 6 of 6 EXHIBIT D Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 FIGURE A Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 ANY PROPRIETOR/PARTNER/EXECUTIVEOFFICER/MEMBER EXCLUDED? INSR ADDL SUBR LTR INSD WVD PRODUCER CONTACT NAME: FAXPHONE (A/C, No):(A/C, No, Ext): E-MAIL ADDRESS: INSURER A : INSURED INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : POLICY NUMBER POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY) AUTOMOBILE LIABILITY UMBRELLA LIAB EXCESS LIAB WORKERS COMPENSATION AND EMPLOYERS' LIABILITY DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) AUTHORIZED REPRESENTATIVE EACH OCCURRENCE $ DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence) MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $ PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT OTHER:$ COMBINED SINGLE LIMIT $(Ea accident) ANY AUTO BODILY INJURY (Per person)$ OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS HIRED NON-OWNED PROPERTY DAMAGE $AUTOS ONLY AUTOS ONLY (Per accident) $ OCCUR EACH OCCURRENCE CLAIMS-MADE AGGREGATE $ DED RETENTION $ PER OTH-STATUTE ER E.L. EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE $If yes, describe under E.L. DISEASE - POLICY LIMITDESCRIPTION OF OPERATIONS below INSURER(S) AFFORDING COVERAGE NAIC # COMMERCIAL GENERAL LIABILITY Y / N N / A (Mandatory in NH) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 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. THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: CERTIFICATE HOLDER CANCELLATION © 1988-2015 ACORD CORPORATION. All rights reserved.ACORD 25 (2016/03) CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) $ $ $ $ $ The ACORD name and logo are registered marks of ACORD 10/22/2025 (703) 827-2277 (703) 827-2279 20478 Freese and Nichols, Inc. 801 Cherry Street, Suite 2800 Fort Worth, TX 76102 20508 35289 19038 A 1,000,000 7063394194 10/23/2025 10/23/2026 1,000,000 Contractual Liab.15,000 1,000,000 2,000,000 2,000,000 1,000,000B 7063394177 10/23/2025 10/23/2026 10,000,000C 7063394180 10/23/2025 10/23/2026 10,000,000 10,000 C 7063394213 10/23/2025 10/23/2026 1,000,000 N 1,000,000 1,000,000 D Professional Liab.107930947 10/23/2025 Per Claim 5,000,000 PROFESSIONAL LIABILITY AGGREGATE LIMIT: $10,000,000 RE: Sanitary Sewer Rehabilitation Longwood Service Area LW-03 and LW-04 City of Pearland, its officers, agents, and employees are included as Additional Insured with respect to General Liability, Auto Liability, and Umbrella Liability when required by written contract. General Liability, Auto Liability and Umbrella Liability are primary and non-contributory over any existing insurance and limited to liability arising out of the operations of the named insured and when required by written contract. General Liability, Auto Liability, Umbrella Liability SEE ATTACHED ACORD 101 City of Pearland 2016 Old Alvin Rd Pearland, TX 77581 FREEAND-02 KSUTTON Ames & Gough 8300 Greensboro Drive Suite 980 McLean, VA 22102 admin@amesgough.com National Fire Insurance Company of Hartford A(XV) Valley Forge Insurance Company A(XV) Continental Insurance Company A(XV) Travelers Casualty and Surety Company A++. XV X 10/23/2026 X X X X X X X X Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7 FORM NUMBER: EFFECTIVE DATE: The ACORD name and logo are registered marks of ACORD ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE FORM TITLE: Page of THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, ACORD 101 (2008/01) AGENCY CUSTOMER ID: LOC #: AGENCY NAMED INSURED POLICY NUMBER CARRIER NAIC CODE © 2008 ACORD CORPORATION. All rights reserved. Ames & Gough FREEAND-02 SEE PAGE 1 1 SEE PAGE 1 ACORD 25 Certificate of Liability Insurance 1 SEE P 1 Freese and Nichols, Inc. 801 Cherry Street, Suite 2800 Fort Worth, TX 76102 SEE PAGE 1 KSUTTON 1 Description of Operations/Locations/Vehicles: and Workers Compensation policies include a Waiver of Subrogation in favor of the Additional Insured where permissible by state law and when required by written contract. 30-day Notice of Cancellation will be issued for the General Liability, Auto Liability, Umbrella Liability, Workers Compensation and Professional Liability policies in accordance with policy terms and conditions. Docusign Envelope ID: 80E5A1E0-9153-4C20-BD18-EF2B125A9DE7