Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2025-179 20251208
RESOLUTION NO. R2025-179 A Resolution of the City Council of the City of Pearland, Texas, awarding a professional services contract to Prime Controls, LP for the SCADA Improvement Project (Phase 3C), in the estimated amount of $209,088.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for professional services, a copy of which is attached hereto as Exhibit “A” and made a part hereof for all purposes, is hereby authorized and approved. Section 2. That the City Manager or his designee is hereby authorized to execute and the City Secretary to attest a contract for professional services. PASSED, APPROVED and ADOPTED this the 8th day of December, 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: A0AAB172-A93E-423D-95AD-FDAA31EED216 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 Prime Controls, LP ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as SCADA ("PROJECT"). (Project #WW2103, Contract # P0725-15) 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: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 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: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 Design 3 of 7 D2 Revised 04/2019 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end August 30, 2026. 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)$209,088.00 2. Additional Services shall require independent and specific authorization and shall be billed as (Not to Exceed): 3. Bid Phase Services (Hourly Not to Exceed) 4. Construction Phase Services (Hourly Not to Exceed) 5. Reimbursable Expenses (Not to Exceed) 6.Total:$209,088.00 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: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 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: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 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 1725 Lakepointe Drive Lewisville, TX. 75057. 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: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 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 Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0 11-Nov-2025 | 12:21 PM CST Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 12/9/2025 | 10:34 AM CST CITY OF PEARLAND: Attest: ___________________ Name: ___________________ Title: _____________________ Date: _____________________ Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 Frances Aguilar City Secretary 12/9/2025 | 8:37 AM CST Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 12144 DAIRY ASHFORD, BLDG 3 S U G A R L A N D , TX 77478 P H O N E 713 -244 -9747 F A X 713 -244 -9717 Prime Controls Proposal Page 1 of 5 October 28, 2025 To: City of Pearland 3519 Liberty Drive Pearland, TX 77581 Attn: Quinton Thomas Ref: City of Pearland, Texas Southdown WWTP and Lift Stations PLC Upgrade and SCADA Work Prime Controls Quote No.: 10282025-LAG PRIME CONTROLS PROPOSAL Prime Controls is pleased to offer this proposal for the PLC Upgrade and SCADA work associated with the referenced Southdown WWTP and Lift Stations project as described hereafter. Our Scope of Work includes products and services specified to be provided below. The offering is complete with the exception of those items specifically excluded within the “Exclusions” section of this proposal. A. CONTROL PANELS AND MAJOR PRODUCTS Material shall be furnished as listed below. No exceptions. Major products to be furnished by Prime Controls include the following: ITEM QTY DESCRIPTION REFERENCE 1. 1 Southdown PLC Upgrade: ▪ One (1) Allen Bradley CompactLogix Processor 5069-L320ER ▪ Two (2) Allen Bradley CompactLogix Discrete Input Modules 5069-IA16 ▪ Two (2) Allen Bradley CompactLogix Discrete Output Modules 5069- OA16 ▪ Two (2) Allen Bradley CompactLogix Analog Input Module 5069-IY4 ▪ One (1) Allen Bradley CompactLogix Analog Output Module 5069-OF8 ▪ 24VDC Power Supply and distribution ▪ Lot of material including, but not limited to circuit breakers, wiring, wire labels, terminal blocks, etc. N/A Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 Prime Controls Proposal Page 2 of 5 ITEM QTY DESCRIPTION 2. 4 PLC Upgrade for Miller Ranch, Shadow Creek, Royal Oaks Apts., and Massey Oaks. Lift Stations Sites including but not limited to the following major equipment: • One (1) OnLogic Karbon 410 Intel Elkhart Lake Compact Rugged Computer. • One (1) Allen Bradley CompactLogix Power Supply. • One (1) Allen Bradley 5069 CompactLogix Processor. • Three (3) Allen Bradley CompactLogix 16-Point Discrete Input Modules. • One (1) Allen Bradley CompactLogix 16-Point Discrete Output Modules. • Two (2) Allen Bradley CompactLogix 4-Point Analog Input Modules. • One (1) Allen Bradley CompactLogix 8-Point Analog Output Modules. • One (1) Phoenix Contact QUINT4, 120VAC, 1KVA Uninterruptible Power Supply. • One (1) UPS Bypass Switch (Make-before-break rotary CAM, 25A). • (LOT) Control Relays as required. • 24VDC Analog Surge Suppressors for Analog Input and Outputs. • Feed through terminal blocks, ground terminal blocks. • Miscellaneous Panel material including but not limited to, wiring, wiring labels, circuit breakers, Ethernet patch cables, fiber patch cables, etc. B. SERVICES Services to be provided by Prime Controls include the following major items: ITEM SERVICE-Southdown WWTP 1. Project Management and Supervision through duration of project. 2. Engineering services to design a replacement for the PLC in the existing control panel. 3. PLC and HMI Software Development and Programming for existing controls and instrumentation. 4. SCADA programming to add site to the central SCADA system. 5. Demolition of the existing PLC. The existing wiring will be reused for the new PLC. 6. Field installation of new PLC. 7. Terminations of existing I/O wiring to new PLC. 8. Onsite Check-Out and Start-Up 9. Verify communication to existing SCADA system. ITEM SERVICE-Lift Stations 1. System Responsibility 2. Project Management throughout the duration of the project. 3. Submittals for PLC and UPS Hardware listed in Section A Item 1 . 4. PLC/HMI/SCADA System Software Development and Programming for Miller Ranch, Shadow Creek, Royal Oaks Apts. And Massey Oaks Lift Stations Sites. 5. Final Electrical Terminations to the 4 PLC Control Panels listed in Section A Item 2. Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 Prime Controls Proposal Page 3 of 5 6. Replace wiring from 24V system (Existing - Blue) to 120V (New- Red) PLC 7. Remove existing HMI and cover with Aluminum Plate listed in Section A Item 2. 8. Install relays, as needed, in the existing pump control panels to facilitate the required signals. 9. Provide Technician services in the support of loop checks and functional testing for each site. 10. Unwitnessed Factory Acceptance Testing. 11. Operations and Maintenance Documentation . 12. Warranty Services (1) One Year for material provided under this scope of work. C. PROPOSAL EXCLUSIONS The following items are not included in our pricing and shall be the responsibility of others: ITEM EXCLUSIONS-Southdown WWTP 1. Furnishing and installation of any Miscellaneous Control Panels which are not specifically listed in Section A, above such as LCPs, VCP, local control stations, etc. 2. CAD Drawings for existing panel. This can be provided for additional cost. 3. Providing or installing any new wiring to or from the existing PLC Panel. 4. Mechanical installation of all in-line devices (flow meters, valves, etc.). 5. Installation of conduit from existing PLC panel to existing workstation in the Electrical building. (Provided by Others) 6. Installation of Radio Towers including concrete footings/pads, etc. 7. Concrete housekeeping/equipment pads. 8. All “Civil” work including building and vessel modifications, asphalt demolition, patching, concrete foundations, piers, etc. 9. Furnishing and/or installation of any equipment, control panels, instrumentation, software licenses, etc. not specifically listed above. 10. Furnishing any services not specifically listed above in Section B. ITEM EXCLUSIONS-Lift Stations 1. Furnishing and configuration of cellular modems. To be provided and configured by City IT. 2. Setup or installation of any software on the referenced Rugged Computers. Provided by City. 3. Furnishing of spare parts. This can be provided, if requested, for an additional cost. 4. Engineering or procurement related to the replacement of the existing 480VAC pump control panel(s) or MCC(s). 5. Procurement or installation of any components in the existing 480VAC pump control panel(s) or MCC(s) other than what is listed in Section A & B. This includes but is not limited to motor contactors, starters, motor circuit breakers, auxiliary contacts, overloads, etc. 6. Re-wiring of the existing 480VAC pump control panel(s) or MCC(s) other than what is listed in Section B. 7. Redline of existing 480VAC pump control panel(s) or MCC(s) drawings, if available. Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 Prime Controls Proposal Page 4 of 5 ITEM EXCLUSIONS-Lift Stations 8. As-built drawings of the existing 480VAC pump control panel(s) or MCC(s). 9. Training Services. 10. Furnishing and/or replacement of existing pressure and flow instrumentation. 11. Furnishing and installation of all electrical conduit, raceway, duct banks, wire, etc. required to connect instruments and associated panels. 12. Furnishing and installation of all electrical power and specialty panels/products including switchgear, MCCs, distribution panels, AFD’s/VFD’s, disconnects, heat tracing, power monitor devices, etc. 13. Furnishing and installation of any Miscellaneous Control Panels which are not specifically listed in Section A, above such as LCPs, VCP, local control stations, etc. 14. Furnishing of new Enclosures for PLC Panels. (Prime Control will use the existing Enclosures for the Lift Station Site specifically listed in Section A. 15. Furnishing and installation of PLC and HMI Programming Licenses. 16. Furnishing of updated CAD Drawings and Redlines for existing Control Panels. 17. All “Civil” work including building and vessel modifications, asphalt demolition, patching, concrete foundations, piers, etc. 18. Disposal of removed or demolished material. Such material will be turned over to the owner for salvage or disposal. 19. Disposal of removed or demolished material. Such material will be turned over to the owner for salvage or disposal. D. PROPOSAL CLARIFICATIONS ITEM CLARIFICATION 1. This proposal is based on the existing I/O that is currently operating at the Southdown Wastewater Treatment Plant. 2. Existing wiring will be re-terminated to the new PLC rack at the Southdown Wastewater Treatment Plant. 3. This proposal includes six (6) relays per panel listed in Section A, Lift Stations Item 2. Additional material may incur additional cost. 4. Existing power supply will be used for the Lift Station PLC upgrades listed in Section A Item 2. 5. Pricing does not include Sales Taxes. 6. Pricing shall be valid for thirty (30) days only from the proposal date. 7. Pricing includes Bonding costs. 8. Pricing is based on the assumption that, once Prime Controls receives an order or Notice to Proceed, the project will proceed without interruption. Should any interruptions occur due to Force Majeure, Prime Controls reserves the right to adjust pricing accordingly. 9. This proposal is based upon standard material lead times and availability. Product shortages and unexpected long lead times due to raw material and/or supply chain issues are not accounted for. In that event Prime Controls will work with the City of Pearland to determine if a suitable alternative is available and any associated cost impacts. Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 Prime Controls Proposal Page 5 of 5 10. Should this proposal result in an award to Prime Controls, please send all contract/subcontract documents, via email, digital signature service, or otherwise to: Devra Kemp, Contract Administrator Prime Controls 1725 Lakepointe Drive Lewisville, TX 75057 d.kemp@prime-controls.com A contract/subcontract awarded based on this proposal will be signed by: Jace McNiel, President & General Partner E. PROPOSAL PRICING Bid Item Base Bid Pricing 1 Southdown WWTP PLC Upgrade and SCADA Work $48,252.00 2 Lift Stations Control Panel and SCADA Programming Work $156,701.00 3 Payment, Performance and Maintenance Bonds, 365 days or less project durations, 365 days warranty $4,135.00 TOTAL BASE BID AMOUNT $209,088.00 We sincerely appreciate this opportunity and look forward to being of service for this work. Thanks again and please feel free to call if there are any questions. Sincerely, Prime Controls, LP Luis A. Garcia Project Manager (832) 729-0527 l.garcia@prime-controls.com Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME:CONTACT (A/C, No):FAX E-MAILADDRESS: PRODUCER (A/C, No, Ext):PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT EROTH-STATUTEPER LIMITS(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)POLICY EFFPOLICY NUMBERTYPE OF INSURANCELTRINSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION$ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO-JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY 4/23/2025 Frost Insurance -Dallas 2950 N Harwood Ste 1200 Dallas TX 75201 Bonnie Whitaker 214-515-4145 214-515-4199 bwhitaker@frostinsurance.com Hartford Fire Insurance Co 19682 PRIME-9 Westchester Surplus Lines Ins 10172PrimeControlsLP;JADA Enterprises,LLC Prime ERP Gulf,LLC 1725 Lakepointe Drive Lewisville TX 75057 Atlantic Specialty Insurance Company 27154 1108597649 C X 1,000,000 X 1,000,000 15,000 X Contractual Liab 1,000,000 2,000,000 X 711-01-87-10-0000 4/23/2025 4/23/2026 2,000,000 Emp Ben.1,000,000 C 1,000,000 X X X 711-01-87-10-0000 4/23/2025 4/23/2026 C X X 10,000,000711-01-87-10-0000 4/23/2025 4/23/2026 10,000,000 X 0 C X N 406-05-02-07-0000 4/23/2025 4/23/2026 1,000,000 1,000,000 1,000,000 C B A Professional Liability Pollution Liability Employment Practices Liability 760-01-12-75-0000 G71141354 008 46 KB 0728177-24 4/23/2025 4/23/2025 11/14/2024 4/23/2026 4/23/2026 4/23/2026 Per Claim/Aggregate Occurrence/Deductible Per Claim/Deductible $5,000,000 $5,000,000/$10,000 $1,000,000/$35,000 Cyber Liability Effective:4/23/2025 -4/23/2026 Policy Number:760-01-12-75-0000 Carrier:Atlantic Specialty Insurance Company Maximum Policy Aggregate Limit $10,000,000 Combined Liability Limit:$10,000,000 Combined First-Party Limit:$5,000,000 See Attached... City of Pearland 3519 Liberty Dr. Pearland TX 77581 Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216 ACORD 101 (2008/01) The ACORD name and logo are registered marks of ACORD © 2008 ACORD CORPORATION. All rights reserved. THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER:FORM TITLE: ADDITIONAL REMARKS ADDITIONAL REMARKS SCHEDULE Page of AGENCY CUSTOMER ID: LOC #: AGENCY CARRIER NAIC CODE POLICY NUMBER NAMED INSURED EFFECTIVE DATE: PRIME-9 1 1 Frost Insurance -Dallas Prime Controls LP;JADA Enterprises,LLC Prime ERP Gulf,LLC 1725 Lakepointe Drive Lewisville TX 75057 25 CERTIFICATE OF LIABILITY INSURANCE The General Liability and Auto Liability policies include a blanket automatic additional insured endorsement on primary and non-contributory basis that provides additional insured status to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. The General Liability and Auto policy includes blanket automatic additional insured endorsements when there is a written contract between the named insured and certificate holder,executed prior to the occurrence of a loss,which requires such status for on-going operations and completed operations. Umbrella is follow-form subject to the terms and conditions to the policy. The General Liability,Auto Liability and Workers Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract with the Named Insured and the certificate holder that requires such status. Docusign Envelope ID: A985ED16-1BE9-45B5-A80B-5CFF10E1D4C0Docusign Envelope ID: A0AAB172-A93E-423D-95AD-FDAA31EED216