Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2026-003 20260126
RESOLUTION NO. R2026-3 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 Barry Rose Gravity Sewer Project (Plum Street from Galveston Street to the Barry/Rose WRF), in the estimated amount of $1,206,942.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for professional services associated with the Barry Rose Gravity Sewer 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 Barry Rose Gravity Sewer Project. PASSED, APPROVED and ADOPTED this the 26th day of January, A.D., 2026. ________________________________ J.KEVIN COLE MAYOR ATTEST: ________________________________ FRANCES AGUILAR, TRMC, MMC CITY SECRETARY APPROVED AS TO FORM: ________________________________ DARRIN M. COKER CITY ATTORNEY Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 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 Barry Rose Gravity Sewer- Plum from Galveston to Barry Rose WRF ("PROJECT"). (Project #WW2401, Contract # P21-26) 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: F8835AC5-2FDD-4206-9007-F498973958DC 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: F8835AC5-2FDD-4206-9007-F498973958DC Design 3 of 7 D2 Revised 04/2019 SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end January 26, 2029. 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)$637,977.00 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) $380,231.00 $36,232.00 $152,502.00 5. Reimbursable Expenses (Not to Exceed) 6.Total:$1,206,942.00 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: F8835AC5-2FDD-4206-9007-F498973958DC 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: F8835AC5-2FDD-4206-9007-F498973958DC 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 Street, 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: F8835AC5-2FDD-4206-9007-F498973958DC 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 1/6/2026 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 1/27/2026 | 10:18 AM CST CITY OF PEARLAND: Attest: ___________________ Name: ___________________ Title: _____________________ Date: _____________________ Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 1/27/2026 | 9:07 AM CST Frances Aguilar City Secretary Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC House Bill 89 Verification I, Jared Barber (Person name), the undersigned representative (hereafter referred to as "Representative") of Freese and Nichols, Inc. (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Pearland; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes. SIGNATURE OF REPRESENTATIVE SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day of 3—O,1\ V D�.+r y , 20th.. MIRANDA OJEDA Notary Public STATE OF TEXAS Notary ID N 165627134 My Comm. Es). Putlim 5.2029 Notary Public Design 7 of 7 D2 Revised 04/2019 11200 Broadway Street, Suite 2320 Pearland, Texas 77584 832-456-4700 FAX 832-456-4701 www.freese.com December 4, 2025 Ms. Aneesa Kiliyamannil Engineer I City of Pearland | Engineering and Public Works 2016 Old Alvin Rd Pearland, TX 77584 RE: SCOPE AND FEE FOR BARRY ROSE GRAVITY SEWER – PLUM FROM GALVESTON TO BARRY ROSE WRF (CAPITAL IMPROVEMENT PLAN PROJECT NO. WW2401) Dear Ms. Kiliyamannil: Freese and Nichols is pleased to submit the attached proposed scope and fee, Attachment SC, dated December 4, 2025, for Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (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) 456-4745 or via e-mail at jared.barber@freese.com. We appreciate this opportunity and are looking forward to working with you on this Project. Sincerely, Jared Barber, PE Principal / Vice President Freese and Nichols, Inc. Included Documents: Attachment SC – Engineering Scope of Services for Gravity Sewer Line Replacement Design • Exhibit A – Subconsultant Proposal: Geotechnical Investigation • Exhibit B – Subconsultant Proposal: Survey and Subsurface Utility Engineering • Exhibit C – Subconsultant Proposal: Construction Materials Testing • Exhibit D – Level of Effort CC: Richard Weatherly, PE Jason Ward, PE Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) City of Pearland Scope of Professional Services for Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) Project Understanding In 2019, Freese and Nichols, Inc. (FNI) delivered the City of Pearland’s (City) 2020 Wastewater Master Plan Update. FNI evaluated future growth in the City-wide study and identified several capacity based infrastructure improvements to the City’s wastewater collection system. The 16, 18, and 27-inch gravity sewer along E Plum Street spanning from N Galveston Avenue to the Barry Rose Water Reclamation Facility (WRF) was identified as Project 1 in the 5 -Year Capital Improvement Plan (Project). Following the Wastewater Master Plan Update, the City began construction of the Barry Rose WRF and several other capital improvements to the wastewater collection and treatment systems. As a continuation in the City’s improvement efforts, FNI will design a gravity sewer line to replace the existing gravity sewer upstream of the Barry Rose WRF. The project will include a brief Route Analysis (accompanied by a technical memorandum documenting the findings), confirmation of the proposed sizing, and design, bid, and construction phase services for the replacement gravity sewer as described below: Assumptions • The proposed gravity sewer alignment is to be within the East Plum Street ROW. • The project shall utilize City of Pearland Specifications, and will utilize FNI specifications as needed, with City approval. • The construction package will be issued as a single bid package. • The construction will be procured using the design, bid, build method. • Construction management and inspection for the Project will be performed by the City. • MBCO will preparing Metes and Bounds to assist with Easement acquisition performed by the City. • Mill and overlay limits are for the full width of the roadway from Park Ave to Schleider Dr. • City standard details will be utilized for backfilling the waterline trench. • Existing sidewalk from Park Ave to Schleider Dr is to remain in place. • Existing driveways and cross streets will not be impacted by proposed improvements. • Existing subgrade along E Plum St is in good condition and will not be replaced as part of this project • Alignment, longitudinal grade and cross slope of the proposed sidewalk along Barry Rose Rd drainage ditch will match existing and will not require any extensive regrading or Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) profiling to meet Texas Department of Licensing and Regulation and Public Right-of-Way Accessibility Guidelines requirements. • Sidewalk connection between Schleider Dr and Barry Rose Rd drainage ditch is not part of this scope. Schedule-Driven Considerations: The Project schedule is structured to allow for completion of construction of the proposed gravity sewer prior to the anticipated in-service date of the new Barry Rose WRF. BASIC SERVICES: FNI may render the following professional services to the City in connection with the project, described as: Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF. 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. FNI will provide the City with a data request memorandum identifying the data needs. 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 outline any upcoming key decisions which will require input from or discussion with the City. The status reports will be attached to the monthly invoices. A3. Periodic Progress Meetings FNI will conduct up to 6 periodic progress meetings to discuss the progress on design, technical design issues, sequencing, and other project-related issues. These progress meetings will be held virtually over Microsoft Teams. A4. Quality Assurance / Quality Control FNI will prepare a QA/QC plan for the Project and will include conducting regularly scheduled reviews of project deliverables. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) TASK B: PRELIMINARY DESIGN PHASE B1. Easement Acquisition FNI will assist with identifying necessary temporary and permanent utility easements based on the selected route. MBCO will prepare metes and bounds to submit to the City’s easement acquisition team. B2. Prepare Plans FNI will prepare thirty percent (30%) Plans for the Project. The Project is based on the preparation of Plans (1) combined set of construction documents for the proposed wastewater collection system. Pipeline drawings will include: • Plan and Profiles At 1-Inch Equal Twenty (20) Feet Scale Horizontally and 1-Inch Equal Five (5) Feet Vertically (Full Size Plans) • Traffic Control Plan • Roadway And Sidewalk Plans • All Related Details Plans for the Project will be designed based on City design standards. Standard details and specifications will be based upon City Standard Documents. B3. Opinion of Probable Construction Cost (OPCC) FNI will prepare an opinion of probable construction costs at thirty percent (30%) design for review by the City. This opinion will be updated for the sixty percent (60%), the ninety percent (90%), and the final (100%) quality control review meetings. B4. Quality Control Review Meeting FNI will plan and participate in up to one (1) quality control review meetings with City personnel. This meeting may require walking the alignment to resolve any special design issues. The meeting will be held at approximately the thirty percent (30%) project completion stages. A meeting memorandum and log will be prepared documenting major revisions and decisions made during the meeting. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) TASK C: FINAL DESIGN PHASE C1. Prepare Plans and Project Manual FNI will prepare sixty percent (60%), ninety percent (90%), and the final (100%) Plans and Project Manual for the Project. The Project is based on the preparation of Plans and Project Manual for one (1) combined set of construction documents for the proposed wastewater collection system. Pipeline drawings will include: • Plan and Profiles At 1-Inch Equal Twenty (20) Feet Scale Horizontally and 1-Inch Equal Five (5) Feet Vertically (Full Size Plans) • Bypass Pumping Plan • Traffic Control Plan • Roadway And Sidewalk Plans • Storm Water Pollution Prevention Plan • All Related Details Plans and Project Manual for the Project will be designed based on City design standards. Standard details and specifications will be based upon City Standard Documents. C2. Permitting FNI will prepare construction related permits required for the installation of the proposed pipeline, such as City, County, gas line, or power line. Any permits required for environmental purposes (USACE, EPA, THC, USFWD, etc.) shall be considered an additional service. C3. Opinion of Probable Construction Cost (OPCC) FNI will prepare an opinion of probable construction costs for review by the City. This opinion will be updated for the sixty percent (60%), the ninety percent (90%), and the final (100%) quality control review meetings. C4. Quality Control Review Meeting FNI will plan and participate in up to three (3) quality control review meetings with City personnel. One of these meetings may require walking the alignment to resolve any special design issues. The meetings will be held at approximately the sixty percent (60%) and the ninety percent (90%) project completion stages. A meeting memorandum and log will be prepared documenting major revisions and decisions made during each of the meetings. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) C5. Texas Commission on Environmental Quality (TCEQ) FNI will submit a summary letter to TCEQ verifying the Project was designed in accordance with Sub-Chapter 217 of the TCEQ regulations. C6. Agency Coordination FNI will coordinate with the necessary agencies/entities during design to obtain LONOs, encroachment agreements, and coordinate lane closures and traffic control. • Pearland ISD • Saint Helen Catholic School • Brazoria Drainage District No. 4 • Brazoria County Municipal Utility District No. 28 TASK D: BID PHASE D1. Assist in Securing Bids 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. The City is responsible for advertising. D2. Provide Bid Documents Provide electronic copy of bid-ready plans to the Project Manager for the e-bid system. D3. Responding to Bidder Questions Assist the City by responding to questions and interpreting bid documents. Prepare and issue addenda to the bid documents if necessary. D4. Assist with Pre-Bid Conference 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. D5. Review Bids and Recommend Award Prepare Engineer’s Recommendation of Award Letter that includes the following required content: Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) i. Check for math errors and reconcile any mathematical discrepancies ii. Review for unbalanced 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 D6. Attend City Council Meeting for Award Attend City Council meeting and recommendation for award of Contract for Construction . D7. Prepare Contract Documents 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. TASK E: CONSTRUCTION PHASE 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 Cond itions 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: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) E1. Construction Administration 1. Attend pre-construction meeting to provide information & answer questions. 2. Attend monthly progress meetings with Construction Manager, Contractor & City of Pearland, up to 9 meetings. Meetings in excess of the specified number will require an amendment. 3. Make visits to the construction site once a month, up to 9 site visits, 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. 4. Notify the City of non-conforming work observed on site visits. 5. 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. 6. 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. 7. 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. 8. 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. 9. Issue letter to City recommending acceptance & release of final payment . 10. Coordinate contracts, CM/CI to provide complete record of As-Builts redlines. 11. 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. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) SPECIAL SERVICES: When requested by the City, FNI shall render the following professional services, which are not included in the Basic Services described above, in connection with the Project. TASK F: GEOTECHNICAL INVESTIGATION F1. Geotechnical Investigation Upon written notice to proceed, FNI shall retain (as a subconsultant) and monitor the services of Ninyo & Moore to perform geotechnical investigation services for the project. The following geotechnical services will be provided as described below and in Exhibit A: a. Review readily available published and in-house geotechnical literature of the site and the general site area including geologic maps. b. Perform a reconnaissance of the project site and mark out proposed boring locations. We will also contact Texas811 prior to exploration. c. Drill, log, and sample seven (7) exploratory borings along the alignment. The borings will range in depth from about 30 feet below ground surface (bgs). d. Collect geotechnical soil samples using conventional split-spoon and/or thin-wall tube sampling techniques for laboratory testing and analysis. e. After drilling, Convert two (2) of the borings to piezometers for water depth measurements. Boreholes not converted to piezometers will be backfilled with cuttings after drilling. We will record water levels in the piezometers after 24 hours and 30 days. f. Perform laboratory testing that will generally consist of moisture content, No. 200 Wash, Atterberg limits, and strength testing. g. Prepare a geotechnical report presenting our findings. The report will be sealed by a Professional Engineer licensed in the State of Texas and will include the following: • Description of work scope, laboratory, and field procedures; • Maps and boring plans; • Boring logs and laboratory test results; • Description of subsurface soil and groundwater conditions; • Earthwork considerations, including OSHA soil classifications; • Excavation characteristics of onsite soils; • Dewatering recommendations Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) • Lateral earth pressures; and • Geotechnical guidelines for open-cut and trenchless construction. TASK G: SURVEYING The following surveying services will be provided as described below and in Exhibit B: G1. Topographic Surveying Upon written notice to proceed, FNI shall retain (as a subconsultant) and monitor the services of MBCO Engineering + Surveying (MBCO) to perform surveying services for the project. The following survey services will be provided: The survey will include topographic survey (TSPS Category 6, Condition 1) along the route as well as full ROW to ROW along East Plum Street and will include the following: • Pipeline invert elevation, pipe diameter, cover diameter, top of rim, and incoming lateral line invert elevations at the manholes • If manholes are bolted/stuck, FNI will coordinate with the City to open them • Along E Plum St – Full topographic within ROW limits • Along BDD4 drainage ditch from Schleider Dr to Barry Rose Rd – Topographic from north fence line to approximately 20’ south of southern fence line • Along drainage channel along Barry Rose Rd to Pearland Pkwy – Topographic from northern property line to centerline of drainage channel • Topographic survey along Barry Rose past Pearland Parkway to just inside the fenced Treatment Plant site. • Topographic survey will include all visible above-ground improvements and utility appurtenances, including storm and sanitary sewer manholes, inlets, power poles, street signs, driveways, pavement with top of curb and gutter elevations, mailboxes, high ban k lines, fences, sidewalks and paths, culverts, ornamental trees 4 inches in diameter and larger, lane striping, bollards, fire hydrants, water valves, etc. • Cross-section elevations will be taken at 100 feet intervals • Field survey and mapping of SUE QL B marks and QL A test holes. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) G2. Metes and Bounds Prepare up to five easement exhibit maps with metes and bounds descriptions for each, signed and sealed by a Registered Professional Land Surveyor (locations and details to be provided by FNI). TASK H: SUBSURFACE UTILITY ENGINEERING The following subsurface utility engineering services will be provided as described below and in Exhibit B: H1. Subsurface Utility Engineering Provide full-service Quality Level B & A SUE services for the approximate 8,500 area covered by the survey limits. Ten (10) Level A test holes are included in this scope. • Utility records research to determine all utility owners within project limits and to obtain utility facility records of active and abandoned subsurface systems. • Designate, survey, and map the horizontal location of all non -gravity subsurface utilities and associated visible above ground utility appurtenances. • Correlate all available utility records to collected utility field information and augment our deliverable drawing with utility record information. • Provide a utility contact list containing utility owner, utility type, utility contact, utility contact information, and if the facilities are subsurface or aerial. • Delivery dwg utility layout This proposal specifically excludes identifying all irrigation systems and buried storage tanks if any are within the site limits. Quality Level B Assumptions • MBCO will perform pneumatic vacuum excavation to expose subsurface utility. • MBCO will obtain utility horizontal location, utility depth to crown of utility, utility elevation to crown of utility, utility type, utility size, utility material, utility color, and utility condition. • Deliver updated Level B SUE dwg layout with test hole locations and utility attribute table. Quality Level A Assumptions • Test hole selection will be a collaborative effort between MBCO & client. • Test holes will be selected only on subsurface non-gravity utility systems. • MBCO will attempt to reuse original spoils when backfilling test holes to reduce cost. • Test holes will be selected and performed in accessible areas for vacuum truck to stage. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) • Gravity utility systems (storm sewer & sanitary sewer) do not require test holes if manholes are present to gather size, material and invert elevations. • Survey and post processing of test holes is included in the MBCO Survey fee. Any required fees for city permits to conduct lane closures or street cuts, lane closures & extensive traffic control, street coring & core reinstatement, required select backfill for excavations performed in the road, and soil disposal is included in the loaded test hole rate. TASK I: CONSTRUCTION MATERIALS TESTING The following construction materials testing services will be provided as described below. I1. Construction Materials Testing Upon written notice to proceed, FNI shall retain (as a subconsultant) and monitor the services of Ninyo & Moore to perform the testing of compacted soils and concrete based on a total cost not to exceed $150,000. The preliminary CMT proposal is included as Appendix C. OWNERS ALLOWANCE: The Owner may authorize FNI to perform additional work under an Owner’s Allowance not to exceed a total of $25,000. 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: • Conducting additional field investigations such as tree surveying • Limited field investigations, supplemental documentation, or additional project meetings not included in the basic or special services • Minor adjustments to scope of deliverables necessary to address unforeseen site conditions, coordination with third parties, or regulatory comments • Any permits and coordination required for environmental purposes (USACE, EPA, THC, USFWD, etc.) • Additional Special Services, such as SUE or geotechnical borings Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) Summary of Deliverables Task B: Preliminary Design Phase • 30% Design Plans and OPCC Task C: Final Design Phase • 60% Design Plans, Project Manual, and OPCC • 90% Design Plans, Project Manual, and OPCC • 100% Design Plans, Project Manual, and OPCC Task D: Bid Phase • Notice to Bidders • Bid-Ready Plans and Project Manual • Addenda, if required. • Letter for Recommendation of Award • Certified Bid Tabulation • Five (5) sets of Plans and Project manual for execution Task E: Construction Phase • Record Drawings • Shapefile for GPS location of new sewer line. Summary of Meetings Task A: Project Management • Project Kickoff Meeting (in-person) • Periodic Progress Meetings (up to 6) Task B: Preliminary Design Phase • 30% Design Review Meeting Task C: Final Design Phase • 60% Design Review Meeting • 90% Design Review Meeting • TRC Review Meeting Task D: Bid Phase • Pre-Bid Meeting Task E: Construction Phase • Monthly Construction Progress Meeting and Site Visits (up to 9) Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) Schedule • 30% Deliverable: 130 days after NTP. • 60% Deliverable: 60 days after receipt of comments from 30% Design Review Meeting. • 90% Deliverable: 45 days after receipt of comments from 60% Design Review Meeting. • 100% Deliverable: 45 days after receipt of comments from 90% Design Review Meeting and Approval from Agencies. • Issued for Bid Deliverable: 14 days after receipt of comments from TRC Review Meeting and TCEQ Approval. • The schedule included in Figure 1 assumes receipt of City comments within 2 working weeks of submission of each design phase deliverable. • Bid Phases for each package are assumed to be 90 calendar days from Advertisement to Contractor’s Notice to Proceed. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) Figure 1: Project Schedule Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Attachment SC Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) Summary of Fee for Engineering Services Our fee for completing the Barry Rose Gravity Sewer Design is shown in the following Table 1. Table 1: Fee for Design of Barry Rose Gravity Sewer Task Description Total Fee Type A Project Management & Quality Management $97,012 Lump Sum B Preliminary Design $130,596 C Final Design $410,369 TOTAL BASIC SERVICES FEE $637,977 D Bid Phase $36,232 Not to Exceed E Construction Phase $152,502 BID AND CONSTRUCTION SERVICES FEE $188,734 F Geotechnical Investigation $26,145 G Surveying $86,494 H Subsurface Utility Engineering $85,407 I Construction Materials Testing $157,185 SPECIAL SERVICES TOTAL $355,231 - Owners Allowance $25,000 ADDITIONAL SERVICES TOTAL $25,000 TOTAL BASIC SERVICES FEE $637,977 - TOTAL ADDITIONAL SERVICES FEE $380,231 TOTAL BID PHASE SERVICE FEE $36,232 TOTAL CONSTRUCTION PHASE SERVICES FEE $152,502 TOTAL REIMBURSABLE EXPENSES $0 TOTAL FEE $1,206,942 Note: The hourly rates established at the outset of this agreement shall remain constant and shall not be subject to change for the entire duration of the project. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC EXHIBIT A – Subconsultant Proposal: Geotechnical Investigation Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY 2313 West Sam Houston Parkway North, Suite 119, Houston, Texas 77043 | 713.973.8400 www.ninyoandmoore.com August 15, 2025 Proposal No. 16-01910 Mr. Jason Ward, PE Freese & Nichols 10497 Town and Country Way, Suite 500 Houston, Texas 77024 Subject: Proposal to Perform Geotechnical Evaluation Barry Rose Gravity Sewer Replacement Park Avenue to Pearland Parkway Pearland, Texas Dear Mr. Ward: We are pleased to present this proposal to perform a geotechnical evaluation for the subject project. This proposal was prepared based on the information that we received from your office and outlines our scope of services, anticipated schedule, and lump sum fee for this phase of work. SITE AND PROJECT DESCRIPTION The City of Pearland plans to replace a gravity sewer trunk line upstream of the Barry Rose Wastewater Treatment Plant (WWTP), located at 1902½ Barry Rose Road in Pearland, Texas. The sewer line extends southwest along a drainage channel about 1,900 feet from the intersection of Barry Rose Road and Pearland Parkway and then continues west along a drainage channel and Plum Street about 5,450 feet to the intersection of Plum Street and Park Avenue. The existing gravity sewer trunk line consists of about 332 feet of 12-inch-diameter, about 1,420 feet of 16- inch-diameter, about 3,700 feet of 18-inch diameter, and about 2,350 feet of 27-inch-diameter asbestos cement pipe (ACP). We understand the sewer will generally be constructed using a combination of open-cut and trenchless construction methods. SCOPE OF SERVICES • Review readily available published and in-house geotechnical literature of the alignment and the general area, including geologic maps. • Perform a reconnaissance of the project alignment and mark out proposed boring locations. We will also contact Texas811 prior to exploration. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY Barry Rose Gravity Sewer Replacement, Pearland, Texas | 16-01910 | August 15, 2025 2 • As requested, drill, log and sample seven exploratory borings to depths of about 30 feet below the ground surface (bgs). • Collect geotechnical soil samples using conventional split-spoon and/or thin-wall tube sampling techniques for laboratory testing and analysis. • After drilling, convert two of the boreholes to piezometers for long-term groundwater readings. • Perform laboratory testing that will generally consist of moisture content, No. 200 Wash, Atterberg limits, and strength testing. • Prepare a geotechnical report presenting our findings. The report will be sealed by a Professional Engineer licensed in the State of Texas and will include the following: Description of work scope, laboratory, and field procedures; Maps and boring plans; Boring logs and laboratory test results; Description of subsurface soil and groundwater conditions; Locations of known surface expressions of non-seismic growth faults in the vicinity of the site based on a review of readily available published geologic data in our library; Earthwork considerations, including excavation characteristics of onsite soils, OSHA soil classifications, and temporary excavation support; Dewatering recommendations; Pipe bedding and backfill recommendations; and Recommendations for open-cut and trenchless construction. ASSUMPTIONS • The boring locations are accessible to truck-mounted drilling equipment and site access will be granted. • Traffic control will be needed for borings along Plum Street. • The boreholes can generally be backfilled with soil cuttings from the drilling activities. Boreholes in pavement will be backfilled with bentonite and the pavement patched with like materials. • Some ground disturbance should be expected as a result of our fieldwork. • Piezometers will be abandoned by others during construction. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY Barry Rose Gravity Sewer Replacement, Pearland, Texas | 16-01910 | August 15, 2025 3 • Ninyo & Moore will contact Texas811 prior to performing our subsurface evaluation. We will not be responsible for damage to utilities encountered during subsurface exploration that have not been marked out or shown on the plans. • Ninyo & Moore will not need to obtain any permits for right-of-way or environmental clearance as a part of this project. • Our field exploration does not include any sampling, testing, or chemical analysis of soil, groundwater, surface water, or other materials for the purpose of evaluating possible environmental hazards or risks. These services can be provided, if requested, as an additional scope of work. SCHEDULE We are prepared to initiate this project immediately upon receiving your authorization to proceed. Assuming that there are no delays due to inclement weather or site access restrictions, we anticipate that our fieldwork will be initiated within about two weeks after receipt of the notice to proceed. We anticipate issuing our report within about four weeks after fieldwork is completed. FEE We propose to perform the work scope described above for a lump sum fee of $24,900. Any additional services, not included in the aforementioned scope, will be charged on a time-and- materials basis in accordance with our current Schedule of Fees. To authorize our services, please provide a Consultant Agreement. We look forward to working with you. Respectfully submitted, NINYO & MOORE Richard J. Whitt, PE Senior Engineer Jay Sunderwala, PE Managing Principal Engineer RJW/JTS/tah Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC EXHIBIT B – Subconsultant Proposal: Survey and Subsurface Utility Engineering Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC SURVEY AND SUE PROPOSAL August 13, 2025 Ben Miller, PE Freese and Nichols, Inc. 10497 Town & Country Way, Suite 500 Houston, Texas 77024 RE: Survey & SUE Proposal for the Pearland Gravity Sewer Main Replacement Ben, I am pleased to submit this cost proposal for the above-referenced Survey and SUE project in Pearland, Texas. The fees and services outlined herein are based on your email with attachments dated August 11, 2025. We understand the purpose of the project is to provide Survey and SUE services to support the design of a gravity sewer replacement project in the City of Pearland, Texas. SURVEY SERVICES CONTROL: MBCO will establish four (4) Primary Control Points along the approximate 8,500 feet length of the project based on the Texas State Plane Coordinate System, NAD 83 (2011) South Central Zone 4204 horizontally. The vertical datum will be based on NAVD 88, utilizing Geoid 18 based on GPS observations. The project may also be tied to any City of Pearland Survey Control monumentation and datums, if available to the site. LIMITED ROW SURVEY MBCO will perform research and fieldwork to establish the apparent ROW lines of East Plum Street and the Drainage Ditch along the proposed route up to the existing Treatment Plant. TOPOGRAPHIC SURVEY: MBCO will provide a topographic survey (TSPS Category 6, Condition 1) along the route colored in yellow, gold, blue, and magenta as shown in attached Exhibit A. The survey will also include full ROW to ROW along East Plum Street and will include the following: o Pipeline invert elevation, pipe diameter, cover diameter, top of rim, and incoming lateral line invert elevations at the manholes ▪ If manholes are bolted/stuck, FNI will coordinate with the City to open them o Along E Plum St – Full topographic within ROW limits o Along BDD4 drainage ditch from Schleider Dr to Barry Rose Rd – Topographic from north fence line to approximately 20’ south of southern fence line o Along drainage channel along Barry Rose Rd to Pearland Pkwy – Topographic from northern property line to centerline of drainage channel Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC MBCO Engineering + Surveying P|2 o Topographic survey along Barry Rose past Pearland Parkway to just inside the fenced Treatment Plant site. o Topographic survey will include all visible above-ground improvements and utility appurtenances, including but not limited to storm and sanitary sewer manholes, inlets, power poles, street signs, driveways, pavement with top of curb and gutter elevations, mailboxes, high bank lines, fences, sidewalks and paths, culverts, ornamental trees 4 inches in diameter and larger, lane striping, bollards, fire hydrants, water valves, etc. o Cross-section elevations will be taken at 100 feet intervals o Prepare up to five easement exhibit maps with metes and bounds descriptions for each, signed and sealed by a Registered Professional Land Surveyor (locations and details to be provided by FNI). o Field survey and mapping of SUE QL B marks and QL A test holes. SUE SERVICES Provide full-service Quality Level B & A SUE services for the approximate 8,500 area covered by the survey limits, shown on Exhibit A. o Utility records research to determine all utility owners within project limits and to obtain utility facility records of active and abandoned subsurface systems. o Designate, survey, and map the horizontal location of all non-gravity subsurface utilities and associated visible above ground utility appurtenances. o Correlate all available utility records to collected utility field information and augment our deliverable drawing with utility record information. o Provide a utility contact list containing utility owner, utility type, utility contact, utility contact information, and if the facilities are subsurface or aerial. o Delivery dwg utility layout This proposal specifically excludes identifying all irrigation systems and buried storage tanks if any are within the site limits. Level B SUE ASSUMPTIONS If a non-gravity subsurface utility cannot be designated electronically as a Level B line type, then we will depict it as a Level C or D line type. This may be the case with PVC potable water mains and forced sanitary sewer mains. Also, for PE natural gas mains and services without aluminum trace tape or copper trace wire co-buried with the utility. Provide ten (10) Full-Service Quality Level A SUE to verify horizontal and vertical location of subsurface utilities @ $4,464.00 PER TEST HOLE. o MBCO will perform pneumatic vacuum excavation to expose subsurface utility. o MBCO will obtain utility horizontal location, utility depth to crown of utility, utility Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC MBCO Engineering + Surveying P|3 elevation to crown of utility, utility type, utility size, utility material, utility color, and utility condition. o Deliver updated Level B SUE dwg layout with test hole locations and utility attribute table. Level A SUE ASSUMPTIONS o Test hole selection will be a collaborative effort between MBCO & client. o Test holes will be selected only on subsurface non-gravity utility systems. o MBCO will attempt to reuse original spoils when backfilling test holes to reduce cost. o Test holes will be selected and performed in accessible areas for vacuum truck to stage. o Gravity utility systems (storm sewer & sanitary sewer) do not require test holes if manholes are present to gather size, material and invert elevations. o Survey and post processing of test holes is included in the MBCO Survey fee. o Any required fees for city permits to conduct lane closures or street cuts, lane closures & extensive traffic control, street coring & core reinstatement, required select backfill for excavations performed in the road, and soil disposal is included in the loaded test hole rate. SCHEDULE: Upon receipt of a copy of this signed and dated proposal and a written NTP (notice to proceed), we will commence work within 7 (seven) business days and the project can be completed and delivered within 45 business days from project start date. DELIVERABLES: MBCO Survey will provide an AutoCAD Civil 3D planimetric file in roll map form of the entire survey scope and will incorporate all the MBCO SUE QLA and QLB findings into a composite Topographic and SUE Survey drawing. We will also provide a .csv file of all the collected data points. ASSUMPTIONS: • FNI will provide any existing construction drawings or as-builts of existing water and sewer facilities along the route. • FNI will coordinate with the City of Pearland to open any bolted shut manholes. • FNI will coordinate with the City of Pearland for ROE into private properties along the route, including the existing Treatment Plant. ROE should be obtained prior to commencing field work. • FNI to provide details for location, size, and configuration of any proposed easements for exhibit map preparation. • No provision is made herein for inclement weather or other forces majeure that could impact schedule or pricing. • Any changes to the specific scope as outlined herein will require change to fee and schedule. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC MBCO Engineering + Surveying P|4 • Project schedule will be based on collection of all SUE QLA and QLB data, which could be affected by traffic/lane closures, and the complexity and density of underground utility lines within the project area. SURVEY FEE The MBCO FEE for the above services will be invoiced LUMP SUM as follows: • Preparation of proposed easement exhibits and metes and bounds descriptions (unit pricing)……………………………each$4,050.00 • Control, ROW, Topo Surveys……………………………………………….$82,375.00 SUE FEE • Level B………………………….…….……………………..…………..…..$36,700.00 • Level A – 10 test holes ($4,464/test hole)…...................................................$44,640.00 TOTAL SUE FEE………………………………………………………………$81,340.00 We will invoice you at the end of every month based on an estimated percentage of completion and expect prompt payment within 30 days from invoice date. Should this proposal meet with your approval, please sign and date at the bottom of the attached General Terms and Conditions page below. Feel free to contact me with any questions. We are certainly looking forward to working with you on this project. Thank you very much. Sincerely, ____________________________________ Marion R. Clark, RPLS Sr. Project Manager Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC MBCO Engineering + Surveying P|5 EXHIBIT A Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC EXHIBIT C – Subconsultant Proposal: Construction Materials Testing Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY 2313 West Sam Houston Parkway North, Suite 119, Houston, Texas 77043 | 713.973.8400 www.ninyoandmoore.com October 27, 2025 Project No. 16-01910 Mr. Jason Ward, PE Freese & Nichols 10497 Town and Country Way, Suite 500 Houston, Texas 77024 Subject: Proposal for Construction Materials Testing and Observation Services Barry Rose Gravity Sewer Replacement Park Avenue to Pearland Parkway Pearland, Texas Dear Mr. Ward: We are pleased to present this proposal to provide materials testing services at the subject site. The City of Pearland plans to replace approximately 7,800 LF of gravity sewer trunk line upstream of the Barry Rose Wastewater Treatment Plant (WWTP), located at 1902½ Barry Rose Road in Pearland, Texas. We understand the sewer will generally be constructed using a combination of open-cut and trenchless construction methods. This proposal was prepared without the benefit of a construction schedule and is based on our assumptions as to the needed materials testing. Ninyo & Moore’s Houston laboratory is supervised by registered civil engineers and meets the requirements of the ASTM E329, ASTM C1077, and ASTM D3740. Ninyo & Moore’s testing equipment is calibrated annually by representatives utilizing equipment traceable to the National Institute of Standards and Technology, and regularly participates in Cement and Concrete Reference Laboratory (CCRL) and AASHTO’s Material Reference Laboratory (AMRL) reference testing. In addition, we are accredited by the American Association for Laboratory Accreditation (A2LA) Certificate No. 3204.01 for Construction Materials and No. 3204.02 for Geotechnical. A complete list of the tests on our scope of accreditation can be found at the A2LA website (www.a2la.org). SCOPE OF SERVICES Attend preconstruction and site meetings, as requested. Perform proof rolling observation for paving subgrade. Perform field observation and in-place density testing for fill placement, utility trench backfill, and treated paving subgrade. Perform field gradations and depth checks for treated paving subgrades. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY Barry Rose Gravity Sewer Replacement, Pearland, Texas | 16-01910 | October 27, 2025 2 Perform concrete sampling/testing for inlets, manholes, paving concrete, sidewalks, and curb. Perform laboratory testing of soil materials such as Moisture-Density Relationships (Proctor), Atterberg Limits (PI), and 200 Wash. Perform laboratory testing to evaluate the compressive strength of cement treated sand and concrete samples. Perform concrete coring, measuring, and compressive testing. Consultation and project management. ESTIMATED FEE We propose to provide our services on a time-and-materials basis accrued in accordance with the attached cost estimate. We estimate the fee for our services to be approximately $149,700. For the purpose of this proposal, we have estimated quantities and tests per our experience, with the information provided. This is only an estimate for budgetary purposes and our total fee will be based on the actual amount of time and laboratory testing required for the project. These services will be performed on a unit price basis in accordance with the attached Schedule of Fees. We are willing to re-evaluate our budget once a formal construction schedule is provided. Our estimated fee does not include stand-by time or costs associated with retesting or re-inspecting materials that were found not to be in compliance with the project plans or specifications. Any additional services requested and not part of the cost estimate will be charged in accordance with our attached Schedule of Fees. A breakdown of our fee is presented in the attached Table 1. To authorize our services, please provide a Consultant Agreement. We look forward to working with you. Respectfully submitted, NINYO & MOORE Jonathan Howson, PE Senior Project Engineer Jay Sunderwala, PE Managing Principal Engineer JNH/JTS/ls Attachments: Table 1 – Breakdown of Estimated Fee Schedule of Fees Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Engineering Technician Utilities 75 days @ 8 hours/day @ 60.00$ /hour 36,000.00$ Utilities (OT - weekdays) 75 days @ 3 hours/day @ 90.00$ /hour 20,250.00$ Utilities (OT - weekends) 12 days @ 8 hours/day @ 90.00$ /hour 8,640.00$ Paving Subgrade 10 days @ 8 hours/day @ 60.00$ /hour 4,800.00$ Paving Subgrade (OT) 10 days @ 2 hours/day @ 90.00$ /hour 1,800.00$ Vehicle Usage Charge 1021 hours @ 15.00$ /hour 15,315.00$ Equipment Charge 1021 hours @ 15.00$ /hour 15,315.00$ Laboratory Testing Standard Proctor Density Soils, D 698 7 samples @ 230.00$ /sample 1,610.00$ Standard Proctor Density Treated Soils, D 698 6 samples @ 255.00$ /sample 1,530.00$ 200 Wash 12 samples @ 60.00$ /sample 720.00$ CSS Compressives 40 samples @ 80.00$ /sample 3,200.00$ Atterberg Limits 12 samples @ 70.00$ /sample 840.00$ Lime Determination 2 samples @ 275.00$ /sample 550.00$ 110,570.00$ Engineering Technician 10 days @ 8 hours/day @ 60.00$ /hour 4,800.00$ Engineering Technician - Overtime 10 days @ 4 hours/day @ 90.00$ /hour 3,600.00$ Engineering Technician 10 days @ 4 hours/day @ 60.00$ /hour 2,400.00$ Cylinder Pick Ups (no charge if already onsite for other services)20 days @ 4 hours/day @ 60.00$ /hour 4,800.00$ Vehicle Usage Charge 240 hours @ 15.00$ /hour 3,600.00$ Compression Tests of Cylinders 45 sets @ 4 samples/set @ 80.00$ /set 3,600.00$ Concrete Cores 10 samples @ 250.00$ /sample 2,500.00$ 25,300.00$ Principal Engineer 8 hours @ 180.00$ /hour 1,440.00$ Project Manager 110 hours @ 105.00$ /hour 11,550.00$ Data Processor 16 hours @ 55.00$ /hour 880.00$ Subtotal 13,870.00$ 149,740.00$ Engineering Review, Consultation, and Data Processing Table 1 - Breakdown of Estimated Fee Earthwork TOTAL ESTIMATED FEE Concrete Subtotal NINYO & MOORE, A SOCOTEC COMPANY Barry Rose Gravity Sewer Replacement, Pearland, Texas | 16-01910 | October 27, 2025 1 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY Barry Rose Gravity Sewe Replacement, Pearland, Texas | 16-01910 | October 27, 2025 TX4 Schedule of Fees Hourly Charges for Personnel Professional Staff Principal Engineer/Geologist/Environmental Scientist/Certified Industrial Hygienist ............................................. $ 180 Senior Engineer/Geologist/Environmental Scientist ............................................................................................... $ 150 Senior Project Engineer/Geologist/Environmental Scientist ................................................................................... $ 140 Project Engineer/Geologist/Environmental Scientist .............................................................................................. $ 130 Senior Staff Engineer/Geologist/Environmental Scientist ....................................................................................... $ 115 Staff Engineer/Geologist/Environmental Scientist .................................................................................................. $ 110 GIS Analyst .............................................................................................................................................................. $ 85 Technical Illustrator/CAD Operator ......................................................................................................................... $ 55 Field Staff Special Inspector (Concrete, Masonry, Structural Steel, Welding, and Fireproofing) ............................................ $ 140 Nondestructive Examination Technician (UT, MT, LP) ........................................................................................... $ 120 Certified Asbestos/Lead Technician ........................................................................................................................ $ 120 Field Operations Manager ....................................................................................................................................... $ 105 Supervisory Technician ........................................................................................................................................... $ 75 Senior Technician .................................................................................................................................................... $ 65 Technician ............................................................................................................................................................... $ 60 Administrative Staff Geotechnical/Environmental/Laboratory Assistant ................................................................................................. $ 55 Information Specialist .............................................................................................................................................. $ 55 Data Processor ........................................................................................................................................................ $ 55 Other Charges Concrete Coring Equipmen (includes technician) ............................................................................................... $ 190/h Anchor Load Test Equipment (includes technician) ............................................................................................. $ 190/hr GPR Equipment .................................................................................................................................................... $ 180/hr Inclinometer ........................................................................................................................................................... $ 100/hr Hand Auger Equipment ........................................................................................................................................ $ 80/hr Rebar Locator (Pachometer) ................................................................................................................................ $ 50/hr Vapor Emission Kit ................................................................................................................................................ $ 75/kit Equipment Charge ................................................................................................................................................ $ 15/hr X-Ray Fluorescence ............................................................................................................................................. $ 70/hr PID/FID ................................................................................................................................................................. $ 50/hr Air Sampling Pump ............................................................................................................................................... $ 25/hr Field Vehicle .......................................................................................................................................................... $ 15/hr Expert Witness Testimony .................................................................................................................................... $ 400/hr Direct Expenses ...................................................................................................................................... Cost plus 15% Special equipment charges will be provided upon request. Notes For field and laboratory technicians and special inspectors, overtime rates at 1.5 times the regular rates will be charged for work performed in excess of 8 hours in one day Monday through Friday, evening hours, and all day on Saturday and Sunday. Rates at twice the regular rates will be charged for all work in excess of 12 hours in one day and on holidays. Field technician and special inspection hours are charged at a 4-hour minimum, and 8-hour minimum for hours exceeding 4 hours. Invoices are payable upon receipt. A service charge of 1.5 percent per month may be charged on accounts not paid within 30 days. The terms and conditions are included in Ninyo & Moore’s Work Authorization and Agreement form. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY 2025 TX Laboratory Testing TX4 Schedule of Fees for Laboratory Testing SOILS CONCRETE tterberg Limits, D 4318 .....................................................................$ 70 Compression Strength, C 39............................................................... $ 20 California Bearing Ratio (CBR), D 1883, per point............................$ 240 Flexural Test, C 78 or C 293 ............................................................... $ 30 One Dimensional Consolidation, D 2435...........................................$ 450 Splitting Tensile Strength, C 496 ........................................................ $ 125 Consolidation Additional Increments, D 2435 ...................................$ 60 Time of Setting of Cement by Vicat Needle, C 191 ........................... $ 250 Hydrometer Analysis, D 422...............................................................$ 145 Concrete Laboratory Mix Verification, Excluding cylinders .............. $ 500 Double Hydrometer Analysis, D 4221................................................$ 250 Concrete Coring, Measurement, and Compressive Strength .......... $ 250 Moisture Content, D 2216...................................................................$ 10 Concrete Core Compressive Strength, Includes Prep, C 42 ........... $ 90 Moisture and Density, D 2937 ............................................................$ 55 Concrete Core Measurement, C 174 ................................................. $ 30 Permeability, D 2434...........................................................................$ 300 Concrete Coring Minimum Charge ..................................................... $ 600 Specific Gravity, D 854 .......................................................................$ 65 Concrete Coring 4” Diameter to 6-inch depth ................................. $ 120 Standard Proctor Density, D 698........................................................$ 230 Concrete Coring Additional Thickness 6” to 12” depth ...................... $ 11/in Modified Proctor Density, D 1557 ......................................................$ 250 Concrete Coring Additional Thickness over 12” depth ...................... $ 15/in (Rock corrections add $70) Compressive Strength Lt. Wt. Insulating Concrete, C 495................ $ 30 Sieve Analysis, D 422 .........................................................................$ 65 Unit Weight of Lt. Wt. Insulating Concrete, C 495 ............................. $ 25 Sieve Analysis, 200 Wash, D 1140 ....................................................$ 60 Swell Test, D 4546 ..............................................................................$ 350 FIREPROOFING Triaxial Shear, U.U., D 2850 per point ...............................................$ 75 Density of SFRM, E 605...................................................................... $ 45 Unconfined Compression, D 2166 .....................................................$ 50 Cohesion/Adhesion of SFRM, E 736.................................................. $ 35 Pinhole Dispersion Test, D 4647........................................................$ 320 Crumb Test Dispersion Test, D 4647 .................................................$ 45 ASPHALT Lime Determination, PI Method ..........................................................$ 275 sphalt Mix Design Review, Job Spe ...........................................$ 500 Lime Determination, pH Method, D 62765 ........................................$ 265 sphalt Mix Design, 5 points ..........................................................$ 2500 Compressive Strength Cement Stabilized Sand, D 1633 .................$ 80 Extraction, % sphalt, including Gradation, Tex 210F...................$ 230 Standard Proctor Density Treated Soils, D 698 ................................$ 255 Hveem Stability, Tex 208F .............................................................$110/set Modified Proctor Density Treated Soils, D 1557 ...............................$ 270 Bulk Density Lab Molded Samples, Tex 207F ...............................$ 65/set Bulk Density Core, Tex 207F..........................................................$ 60 Molding Specimens, Tex 206F .......................................................$ 75/set MASONRY Measurement of Asphalt Cores ...................................................... $ 25 Brick Absorption, 24-hour submersion, C 67.....................................$ 85 sphalt Coring Minimum Charge ...................................................$ 600 Brick Absorption, 5-hour boiling, C 67 ...............................................$ 85 sphalt Coring 4” Diameter to 6-inch depth ................................$ 105 Brick Absorption, 7-day, C 67.............................................................$ 85 Concrete Coring Additional Thickness over 6” depth .....................$ 10/in Brick Compression Test, C 67............................................................$ 50 Maximum Theoretical Unit Weight, Tex 227F ................................$ 105 Brick Moisture as received, C 67........................................................$ 50 Brick Measurement, C 67 ...................................................................$ 65 AGGREGATES CMU Block Compression Test, 8x8x16, C 140.................................$ 150 Clay Lumps and Friable Particles, C 142 .......................................$ 65 CMU Block Unit Weight and Absorption, C 140 ................................$ 100 Los Angeles Abrasion, C 131 or C 535 ..........................................$ 240 CMU Block Moisture Content, C 140 .................................................$ 95 Organic Impurities, C 40 .................................................................$ 55 CMU Block Measurement, C 140 ......................................................$ 35 Sieve Analysis, Coarse Aggregate, C 136 .....................................$ 75 Compressive Strength, Grout prism, C 1019, each ..........................$ 55 Sieve Analysis, Fine Aggregate, C 136 ..........................................$ 75 Compressive Strength, Mortar Cube, C 109, each ...........................$ 30 Decantation, C 117 .........................................................................$ 55 Specific Gravity, Coarse, C 127 ..................................................... $ 120 Specific Gravity, Fine, C 128 ..........................................................$ 135 Special preparation of standard test specimens will be charged at the technician’s hourly rate. Ninyo & Moore is accredited to perform the AASHTO equivalent of many ASTM test procedures. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC EXHIBIT D – Level of Effort Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Freese and Nichols, Inc. Project Fee Summary 826,711$ 355,231$ 1,181,942$ Labor Subconsultants Total Jared Barber Ben Miller Erik Lopez Robb Otey Alex Olarte Cass Seabourn Brock Crenek James Quinton Greg Geller PIC/Senior Advisor Project Manager Project Engineer Quality Control CAD GIS Transportation PE Transportation CAD Constructability $339 $169 $195 $350 $152 $158 $308 $152 $299 Basic Project Management -$ -$ -$ Basic A Kickoff meeting 4 8 4 16 3,556$ -$ 3,556$ Basic A Periodic internal meetings 12 28 28 18 86 20,190$ -$ 20,190$ Basic A Periodic client meetings (up to 6)8 12 12 32 7,219$ -$ 7,219$ Basic A Maintain and monitor scope / schedule / budget 18 18 3,096$ -$ 3,096$ Basic A One Page Reports / Periodic client communications 16 16 2,752$ -$ 2,752$ Basic Quality Management -$ -$ -$ Basic A Develop quality management plan 2 8 10 2,068$ -$ 2,068$ Basic A Quality Control reviews 4 80 40 124 42,545$ -$ 42,545$ Basic A Quality Assurance reviews 4 8 12 2,760$ -$ 2,760$ Basic A Constructability reviews 42 42 12,826$ -$ 12,826$ Basic Preliminary Design -$ -$ -$ Basic B Easement Acquisition 4 38 84 12 138 26,478$ -$ 26,478$ Basic B Gravity Line Design Sheets (22 P&P Sheets) 6 44 66 132 248 42,409$ -$ 42,409$ Basic B General Sheets (5)1 6 8 16 31 5,345$ -$ 5,345$ Basic B Detail Sheets (5)1 6 8 16 6 37 7,193$ -$ 7,193$ Basic B SWPPP and Utility Coordination (10) 1 6 8 16 31 5,345$ -$ 5,345$ Basic B Bypass Pumping Plan Sheets (2) 2 24 60 24 110 20,077$ -$ 20,077$ Basic B Traffic Control Plan Sheets 6 38 44 7,623$ -$ 7,623$ Basic B Roadway and Sidewalk Plans 6 76 82 13,399$ -$ 13,399$ Basic B OPCC 1 4 8 1 14 2,726$ -$ 2,726$ Basic 60% Design -$ -$ -$ Basic C Gravity Line Design Sheets (22 P&P Sheets) 8 66 132 264 470 82,941$ -$ 82,941$ Basic C General Sheets (5)1 8 16 30 55 9,748$ -$ 9,748$ Basic C Detail Sheets (5)1 8 16 30 55 9,748$ -$ 9,748$ Basic C SWPPP and Utility Coordination (10) 1 12 16 32 61 10,766$ -$ 10,766$ Basic C Bypass Pumping Plan Sheets (2) 2 16 30 12 60 11,052$ -$ 11,052$ Basic C Traffic Control Plan Sheets 36 76 112 22,636$ -$ 22,636$ Basic C Roadway and Sidewalk Plans 60 142 202 40,057$ -$ 40,057$ Basic C Specs 4 16 26 46 9,490$ -$ 9,490$ Basic C OPCC 1 8 16 4 29 5,634$ -$ 5,634$ Basic C Agency Coordination (Pearland ISD, BDD4, etc)1 64 94 159 30,051$ -$ 30,051$ Basic 90% Design -$ -$ -$ Basic C Gravity Line Design Sheets (22 P&P Sheets) 4 34 68 238 344 58,761$ -$ 58,761$ Basic C General Sheets (5)1 4 8 26 39 6,712$ -$ 6,712$ Basic C Detail Sheets (5)1 4 8 26 39 6,712$ -$ 6,712$ Basic C SWPPP and Utility Coordination (10) 1 6 8 24 39 6,825$ -$ 6,825$ Basic C Bypass Pumping Plan Sheets (2) 1 8 16 6 31 5,721$ -$ 5,721$ Basic C Traffic Control Plan Sheets 20 36 56 11,630$ -$ 11,630$ Basic C Roadway and Sidewalk Plans 32 72 104 20,796$ -$ 20,796$ Basic C Specs 1 8 12 21 4,189$ -$ 4,189$ Basic C OPCC 1 4 8 2 15 2,993$ -$ 2,993$ Basic 100% Design -$ -$ -$ Basic C Gravity Line Design Sheets (22 P&P Sheets) 4 20 40 80 144 25,690$ -$ 25,690$ Basic C General Sheets (5)1 2 4 8 15 2,840$ -$ 2,840$ Basic C Detail Sheets (5)1 2 4 8 15 2,840$ -$ 2,840$ Basic C SWPPP and Utility Coordination (10) 1 4 4 6 15 2,815$ -$ 2,815$ Basic C Bypass Pumping Plan Sheets (2) 1 4 8 4 17 3,182$ -$ 3,182$ Basic C Traffic Control Plan Sheets 10 12 22 4,903$ -$ 4,903$ Basic C Roadway and Sidewalk Plans 12 24 36 7,343$ -$ 7,343$ Basic C Specs 1 4 6 11 2,271$ -$ 2,271$ Basic C OPCC 1 4 4 1 10 2,024$ -$ 2,024$ Basic Bid Phase -$ -$ -$ Basic D Assist in Securing Bids 2 8 8 18 3,880$ -$ 3,880$ Basic D Provide Bid Documents 2 4 8 20 34 6,442$ -$ 6,442$ Basic D Respond to Bidder Questions 2 12 16 20 6 56 11,586$ -$ 11,586$ Basic D Pre-Bid Conference 2 4 4 10 2,307$ -$ 2,307$ Basic D Review Bids and Recommend Award 2 8 8 18 3,880$ -$ 3,880$ Basic D Attend City Council Meeting for Award 4 4 730$ -$ 730$ Basic D Prepare Contract Documents 1 8 14 4 4 31 7,406$ -$ 7,406$ Basic Construction Phase -$ -$ -$ Basic E Prep/Attend Pre-Construction Conference 4 8 8 20 4,614$ -$ 4,614$ Basic E Communication/Submit Reports of Const. Progress 2 24 8 34 6,799$ -$ 6,799$ Basic E Establish Project Documentation, Review Submittals 2 42 60 6 12 122 26,933$ -$ 26,933$ Basic E Evaluate Contractor payment requests 2 22 42 66 13,605$ -$ 13,605$ Basic E Mo Mtg w/ Site Visit (9)8 36 36 12 92 21,090$ -$ 21,090$ Basic E Review Contractor work quality 2 40 24 66 15,801$ -$ 15,801$ Basic E Coordinate with testing laboratories 2 8 10 2,193$ -$ 2,193$ Basic E Evaluate substitutions and RFIs 4 20 40 6 12 82 19,436$ -$ 19,436$ Basic E Prepare any Change Order documentation needed 2 20 40 62 12,818$ -$ 12,818$ Basic E Evaluate Contractor claims 4 8 16 28 6,301$ -$ 6,301$ Basic E Assist in transfer and acceptance of work 2 8 8 18 3,880$ -$ 3,880$ Basic E Conduct final review of project 3 8 8 19 4,247$ -$ 4,247$ Basic E Prepare Record Drawings 2 8 16 56 82 14,783$ -$ 14,783$ Special Geotechnical Investigation -$ -$ -$ Special F Geotechnical Investigation -$ 24,900 26,145$ 26,145$ Special Surveying -$ -$ -$ Special G Surveying -$ 82,375 86,494$ 86,494$ Special Subsurface Utility Engineering -$ -$ -$ Special H Subsurface Utility Engineering -$ 81,340 85,407$ 85,407$ Special Construction Materials Testing -$ -$ -$ Special I Construction Materials Testing -$ 149,700 157,185$ 157,185$ 139 832 1,170 80 1,098 12 280 479 94 4,184 163,715$ 174,600$ $ 49,259 $ 146,555 $ 237,435 $ 28,600 $ 173,025 $ 1,929 $ 87,418 $ 72,826 $ 29,665 826,711$ 171,901$ 183,330$ 355,231$ 1,181,942$ Total EffortTotal Sub EffortTaskBasic or Special MBCO (Survey/SUE) Ninyo & Moore (Geotech)Total Hours Total Labor Effort Total Effort Total Hours / Quantity Task Description 12/4/2025 Barry Rose Gravity Sewer - Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) Detailed Cost Breakdown Basic Services Special Services Total Project Page 1 of 1 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 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 12/2/2025 (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 X 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 X 7063394177 10/23/2025 10/23/2026 10,000,000C X 7063394180 10/23/2025 10/23/2026 10,000,000 10,000 C X 7063394213 10/23/2025 10/23/2026 1,000,000 N 1,000,000 1,000,000 D Professional Liab.X 107930947 10/23/2025 Per Claim 5,000,000 PROFESSIONAL LIABILITY AGGREGATE LIMIT: $10,000,000 RE: Barry Rose Gravity Sewer – Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401 Contract # P21-26) City of Pearland is 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 and Workers Compensation SEE ATTACHED ACORD 101 City of Pearland, TX 3519 Liberty Drive Pearland, TX 77581 FREEAND-02 SMAY 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: F8835AC5-2FDD-4206-9007-F498973958DC 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 SMAY 1 Description of Operations/Locations/Vehicles: 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: F8835AC5-2FDD-4206-9007-F498973958DC 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 11/05/2025 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 Barry Rose Gravity Sewer - Plum from Galveston to Barry Rose WRF (Capital Improvement Plan Project No. WW2401) Contract 2025-1385758 Date Filed: Date Acknowledged: Certificate Number: CERTIFICATION OF FILING Pence, Robert 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 800 N. Shoreline, Suite 1600N Corpus Christi TX 78401 USA Nueces Texas 5th November 25 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC