Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R2026-004 20260126
RESOLUTION NO. R2026-4 A Resolution of the City Council of the City of Pearland, Texas, authorizing a contract with Pape Dawson Engineers, for professional services associated with the Cullen Ground Water Storage Tank Project, in the estimated amount of $725,585.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for professional services associated with the Cullen Ground Water Storage Tank 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 Cullen Ground Water Storage Tank 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 Pape-Dawson Consulting Engineers, LLC. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Cullen Ground Storage Tank Replacement ("PROJECT"). (Project #WA2403) 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)$482,525.00 2. Additional Services shall require independent and specific authorization and shall be billed as (Not to Exceed): $65,830.00 3. Bid Phase Services (Hourly Not to Exceed) 4. Construction Phase Services (Hourly Not to Exceed) 5. Reimbursable Expenses (Not to Exceed) 6.Total:$725,585.00 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 $163,780.00 $13,450.00 (Not to Exceed) (Not to Exceed) 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 2107 CityWest Blvd., Third Floor Houston, TX. 77042. 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 December 26, 2025 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 Frances Aguilar City Secretary 1/27/2026 | 9:07 AM CST Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC December 21, 2023 (Revised: May 7, 2024) (Revised: June 10, 2025) (Revised: October 6, 2025) (Revised: October 21, 2025) (Revised: December 22, 2025) Ms. Aneesa Kiliyamannil via email: mailto:Akiliyamannil@pearlandtx.gov Engineer 1 – Engineering & Public Works City of Pearland 2016 Old Alvin Rd Pearland, TX 77581 Re: City of Pearland “Cullen Ground Storage Tank Replacement” Project (CIP Project No. WA2403) Including Additional Cullen Water Plant Improvements Proposal for Engineering and Construction Phase Services Dear Ms. Kiliyamannil: We are pleased to present this proposal for professional engineering and construction phase services for the above-mentioned project. The services will consist of providing design, drawings, specifications, permitting, bidding, and construction administration. PROJECT INFORMATION Project Description and Justification The Cullen Water Plant currently has an existing 605,000 gallon bolted steel tank that was built in 2001. The annual Texas Commission on Environmental Quality (TCEQ) tank inspection reports shows leakage of the tank around the bolts and gaskets and at the panels. The tank is showing signs of failure due to the galvanized coating failing which is causing leaks from other areas. Galvanized tanks are inexpensive and only last 15-20 years before they must be fully replaced. Replacement is recommended with an approximately 1,000,000 gallon (1 MG) prestressed concrete ground storage tank. A prestressed concrete tank offers the benefits of significantly lower operations and maintenance costs, as well as much longer service life. Additionally, a water mixer will be added to this tank to minimize thermal stratification. Since the majority of the plant components were constructed in 2001 with the ground storage tank and have reached or exceeded their existing useful service life, other rehabilitation and replacement improvements will be provided in conjunction with the ground storage tank replacement to further extend the service life of the water plant and improve redundancy and reliability. Some of the key components being evaluated for replacement include, but not limited to the booster pumping units, emergency backup generator, electrical systems, chemical feed system, various piping & valve components, building roof, and perimeter fencing. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 2 of 14 Project Scope Based on our site visit and meeting with the City staff, we anticipate the following rehabilitation work to be carried out on the water plant: Construct one new prestressed concrete ground storage tank (GST), maximizing capacity within the existing site constraints, with desired capacity of approximately one million gallons (1 MG). Evaluate changes to well capacity due to taller ground storage tank with recently replaced well components. Construct yard piping associated with the GST addition Select and add active flow blending mixer improvements inside proposed GST Install plant site civil, mechanical, and electrical improvements associated with the GST and appurtenances addition. Instrumentation, including a radar level transducer and pressure transmitter, will be installed to provide level indication to the existing control system. Demolish existing leaking bolted steel ground storage tank Demolish existing ground storage tank bypass line between well collection line and booster discharge line. Evaluate replacement of roof for Pump/MCC Building for potential replacement. Evaluate recoating of existing piping and valves at well and booster pump area . Recoating scope of work is anticipated to include cleaning of south interior wall of pump building at discharge header. Evaluate replacement of chemical feed piping and components. Coordinate with project by others (by others) that is adding canopies at chemical storage tank areas. Replace existing well production flowmeter. Modify booster pump discharge piping to add discharge flowmeter. Replace existing altitude valve at the base of the existing elevated storage tank. Replace effluent 16-inch isolation valve. Change chain link fence to 8-ft tall cedar fence GST logo, if located on the north side, would face cemetery. Positioning in the northwest direction would display towards Cullen Pkwy. City Communication would be involved in this decision. All new level, flow, & pressure transmitters are preferred to be manufactured by Endress+Hauser. Addition of the GST Mixer & an effluent flowmeter will be included in SCADA integration. Motor operated valve (MOV) with Rotork actuator is preferred to be provided for the new GST fill line, assuming it will be above ground, to improve normal operations & maintenance. Replace existing utility service drop. Replace existing main breaker, automatic transfer switch, and motor control center. Replace existing booster pumping units (pump and motor) and associated pump suction and discharge valves, as required. Add Variable Frequency Drives (VFDs), for proposed booster pumps. Add additional site lighting around the proposed ground storage tank. Coordinate and confirm SCADA improvements associated with GST addition/demolition is coordinated by City programming staff and/or Contractor’s programmer during construction. Replace Emergency Power Backup Generator as bid alternate – evaluate diesel and natural gas. SCOPE OF SERVICES Our scope of services and associated fees is divided into the following phases: BASIC SERVICES Engineer to render the following professional engineering services to the OWNER in connection with the design of the Project. Engineer to perform the services required for each phase of this contract only upon receipt of written notice of acceptance of the preceding phase and authorization by the City to commence Engineer’s performance of services for that specific phase and adequate funds have been allocated for that Phase. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 3 of 14 Engineer to attend meetings (outlined in the attached Level of Effort) with the City and those personnel designated by the City. Engineer to coordinate the performance of services hereunder with the City of Pearland, Community Development Review, Brazoria County, and Texas Commission on Environmental Quality (TCEQ). I. PRELIMINARY DESIGN PHASE SERVICES (TASK 212) $74,185 Upon issuance of a notice to proceed for Phase I services, the Engineer to perform the Phase I services set out below during the Project. Engineer to submit to the City, within ten (10) days of the notice to proceed for Phase I, a Project Schedule reflecting firm dates for activities and reviews. 1. Project Management (Preliminary Design Phase) • Project Management: This task consists of project administration and management, scheduling of tasks, and general management and supervision of subconsultants. It also includes quality assurance of work. Fee for this task is incorporated by section in the attached Level of Effort. • Meetings: o Design Kick-Off meeting with City. o 30% Submittal/Preliminary Engineering Report (PER) review and minutes. o Engineer will provide to City Project Manager the meeting agenda two days before each meeting and the meeting minutes after each meeting. All coordination on this shall be solely and directly with the City’s PM. • Progress Invoicing, to include progress report and receipts for reimbursables. 2. Data Collection • Attend design kick-off meeting with the City. o Review City informational resources and make arrangements to obtain these including utility information, Operation & Maintenance Manual, service records, existing record drawings of previous contracts, and existing survey information. It is the responsibility of the Engineer to physically gather this information from available sources. • Engineer to review applicable existing information and develop recommendations that will take into consideration the information provided. It is expected that the investigative work involved in these previous engineering efforts will not be duplicated, except as included in this Scope of Services. • Data collection at a minimum shall include the following: o As-built or record drawings of the water plant and any updates thereto. o Most recent version of drawings for any projects that are expected to be going on at the site concurrently or before/after this project. o Previous geotechnical, engineering, and inspection reports for the water plant. 3. Preliminary Engineering Report (PER)/30% Design • Engineer to prepare for approval by the City the above noted report for the replacement of the ground storage tank. The report shall consist of sketches, Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 4 of 14 recommended final design criteria, a list of standard specifications to be incorporated into the Project, and opinion of probable costs. • The PER shall be prepared in order to clearly indicate anticipated and known problems; recommend solutions to the problems; and identify the possible “alternate” bid items for the Project recommended by Engineer and City. • Engineer to submit electronic format version of the PER including outline of standard specifications to the City. • Engineer to coordinate and submit to officials from local, state, and federal agencies; and other entities as outlined or not in the attached Level of Effort. 4. Preliminary Engineering Design Phase Deliverables to the City: • Preliminary Design Phase Services schedule; and • PER with opinion of probable cost. Contingencies used will follow City’s standard contingencies for each milestone deliverable. • 30% construction drawings including, as a minimum: o Cover sheet o Overall layout sheet o Survey control map (if the additional services survey is authorized) o Plan drawings of proposed improvements II. FINAL DESIGN PHASE SERVICES (TASK 290) $329,905 Upon issuance of a notice to proceed for Phase II services and based upon approved preliminary design documents and adjustments in the scope or quality of the Project authorized by the City. Engineer to perform the following Phase II services during the Project: A. Project Management (Final Design Phase) • Project Management: o This task consists of project administration and management, scheduling of tasks, and general management and supervision of subconsultants. It also includes quality assurance of work. Fee for this task is incorporated by section in the attached Level of Effort. • Meetings: o 60% Submittal review and minutes o 90% Submittal review and minutes o 100% Submittal review and minutes o Technical Review Committee (TRC) meeting and minutes • Progress Invoicing, to include progress report and receipts for reimbursables. B. Schedule • Submit to the City within 10 days of notice to proceed for Phase II, the Project Schedule updated to reflect firm dates for the beginning and end of each activity set forth therein. C. Construction Plans • Prepare Construction Plans and Specifications based on the available record drawings / as-builts provided by the City. The Construction Documents shall Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 5 of 14 set forth recommended alternative bid items for the Project in a manner that permits ready evaluation and comparison. o Submit for review detailed construction plans at 60%, 90%, 100% and TRC. o Submit for review to Community Development at above milestones. • Opinion of probable costs o Submit for review detailed construction opinion of probable costs at 60%, 90%, TRC, and Bid Set. o Inform the City of any adjustments to previous opinion of probable costs of the Project which are indicated by market conditions or authorized changes in the scope and requirements of the Project. Engineer does not guarantee that bids will not vary from the opinion of probable cost. D. Project Manual • Submit for review Draft Project Manual at 60% which includes bid form and “front end documents” at 60%, 90%, and 100%. • Submit Final Project Manual for Issued for Bid (IFB) Set. • Prepare the Construction Documents necessary to obtain approval of governmental authorities having jurisdiction over the design or operation of the Project. Obtain the necessary signatures of City officials, representatives of governmental authorities, and public/private utilities required for plans. • Design the Project in compliance with the requirements of applicable laws, codes, and regulations, including City Building Code in effect at the time of Contract execution (which are expressly made applicable to this Project); make revisions to the Construction Documents necessary to provide clarifications or correct discrepancies; and provide the City with Documents necessary for obtaining a City building permit and other required permits for the Project. The Construction Documents shall conform to applicable federal, state, and City regulations. E. 60% Deliverables to the City: • Address and incorporate 30% review comments from the City. • Completed Construction drawings including, as a minimum: o Cover sheet o Index sheet (list of drawings) o General notes sheets (as required) o Overall layout sheet o Control map (if the additional services survey is authorized) o Plan and profile of existing conditions and existing utilities o Plan drawings of proposed improvements o Standard details o Storm water pollution prevention plan (if required) • Draft Construction Specifications including, as a minimum: o Table of contents o Schedule of unit price work with bid items including quantities o Summary of work o Standard Technical Specifications (Divisions 02 through 16, as required) Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 6 of 14 o All supplemental and non-standard technical specifications included in Divisions 02 through 16 identified. • Opinion of probable cost using the contingency provided by the City to be used at this milestone. F. 90% Deliverables to the City: • Address and incorporate 60% review comments from the City. • Electronic copy of completed plans and construction specifications. • Final opinion of probable costs using the contingency provided by the City to be used at this milestone. • Final permit including City Building Permit approval, as applicable. G. 100% Deliverables to the City: • Address and incorporate 90% review comments from the City. • Electronic copy of completed plans and construction specifications. • Final opinion of probable costs using the contingency provided by the City to be used at this milestone. • Final permit including City Building Permit approval, as applicable. H. Bid Set Deliverables to the City: • Electronic copy sealed plans and project manual with construction specifications. • Bid-ready construction documents (signed and sealed, electronic copies) with review comments resolved and with required private utility and other agency signatures and completed construction specifications. III. BID PHASE SERVICES (TASK 401) $13,450 Upon issuance of a notice to proceed for Phase III services and based upon approved preliminary design documents and adjustments in the scope or quality of the Project authorized by the City. 1. Engineer to perform the following Phase III bid phase services during the Project: • 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. • Provide an electronic copy of bid-ready plans to the Project Manager for the e- bid system. • Chair pre-bid meeting and attend Bid Opening. • Respond in writing to questions from bidders and prepare addenda; coordinate with Project Manager, as necessary. • Assist with design of Bid Proposal* • Prepare Engineer’s Recommendation of Award Letter that includes the following required content: o Check for math errors and reconcile any mathematical discrepancies o Review for unbalanced bid items o Certified Bid Tabulation including Engineer’s estimate. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 7 of 14 o Review of contractor’s financial standing and references provided. o Explanation of discrepancies between the Engineer’s estimate and bids. o Recommendation to award • Attend City Council meeting and recommendation for award of Contract for Construction. • Produce and transmit to selected contractor and Project Manager plans and project manuals in electronic format ready for execution with City’s Notice of Intent to Award (NOI). o Engineer to print and transmit four (4) hard copy manuals to selected contractor with City’s Notice of Intent to Award (NOI). Electronic version of confirmed manual to be approved by PM prior to printing. *This is the use of bid strategies to attain the lowest possible prices for work, use of alternatives, etc. 2. Bid Phase Deliverables to the City: • Pre-bid conference meeting minutes • RFI responses, addenda; and • Bid tabulation with Engineer’s recommendation of award letter IV. CONSTRUCTION PHASE SERVICES (TASK 402) $163,780 Upon issuance of a notice to proceed for Phase IV services of the agreed hourly not to exceed for services, Engineer shall provide professional services during construction to assist in obtaining a completed Project in accordance with the purpose and intent of the Construction Documents. 1. Phase IV Construction Phase Services to include the following Administration Tasks: • Attend pre-construction meeting to provide information and answer questions. • Attend monthly progress meetings with the Contractor, and City of Pearland. o Engineer to make site visits during times when the Contractor is actively performing major construction activities to observe and report on the progress and quality. The site visits should be one visit monthly, after the contractor has mobilized and is working. These visits may be combined with any site visits made to resolve field problems relating to construction. o Engineer to visit the project at appropriate intervals during construction to become generally familiar with the progress and quality of the contractors' work and to determine if the work is proceeding in general accordance with the Contract Documents. Client has not retained Engineer to make detailed inspections or to provide exhaustive or continuous project review and observation services. Engineer does not guarantee the performance of, and shall have no responsibility for, the acts or omissions of any contractor, subcontractor, supplier, or any other entity furnishing materials or performing any work on the project. Engineer is not responsible for the means, methods, techniques, sequences, or procedures of construction selected by Contractor(s) or the safety precautions and programs incident to the work of Contractor(s). o The site visit reports shall be in writing including referenced supporting documents and advise the City of deviations from the Construction Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 8 of 14 Documents or Contractor’s construction schedule observed by or brought to the attention of Engineer. The reports are to be submitted in a timely manner so as to not delay the construction progress. In performing these services, the personnel provided by the Engineer to be experienced in administration of construction contracts and to be under the supervision of a Professional Engineer registered in the State of Texas. Supporting personnel to be provided from the Project design team when specialized knowledge of the Project design is required. • Review and comment on Construction’s submittals, RFIs, RFPs on Change Directives and Change Orders using Pape-Dawson or the construction project contractor’s project management system. o Review and take appropriate action upon the shop drawings, samples, and other submission furnished by Contractor and submitted to Engineer by the City. Engineer to determine if the shop drawings, samples, and other submittals conform to the Construction Documents. Engineer to notify the City if submittals do not conform to Construction Documents. Such action(s) shall be taken within 14 calendar days of receipt from the City unless approved in advance by the City. Engineer to maintain a log of Contractor submittals with shall include submittal date, action taken, and the date returned. o Scope anticipates review of maximum of RFIs, RFP/COs, 35 Construction Submittals, and 2 test results. • Review, sign, and return by email each City of Pearland pay application. • Provide interpretive guidance for Contractor in resolution of problems. • Review progress of work for Substantial Completion; with production of punch list; substantiation that items are completed; and issue both Certificate of Substantial Completion and Final Acceptance. • Issue letter to City recommending acceptance and release of final payment. • Receive Contractor’s construction markups to provide the City with As -Builts record drawings including electronic format. 2. Construction Phase Service Deliverables to the City: • Upon completion of a site visit by Engineer, a Construction Site Observation Status Report to be submitted to the City. The report to include, as a minimum, the following: o Introduction and project description o Status of Submittals (shop drawings, RFIs, and RFPs) o Site observation – to include discussion on whether the work observed was in general conformance with the Contract Documents o Closing remarks o Location maps o Site photos • RFI response, Contractor submittals are to be reviewed and a response is to be provided to the City within 48 hours, or as otherwise stated.. • Contractor submittal log. • Certificate of Substantial Completion and Final Acceptance; and • As-Builts record drawings within 30 days after receipt of Contractor’s redlines. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 9 of 14 V. SUBCONSULTANT SERVICES – PRELIM & FINAL DESIGN PHASE (TASK 504) $66,885 • Electrical Engineering (Baird, Gilroy & Dixon, LLC) $48,300* • Geotechnical Engineering (Ninyo & Moore) $18,585* VI. SUBCONSULTANT SERVICES – BID & CONSTRUCTION PHASE (TASK 505) $11,550 • Electrical Engineering (Baird, Gilroy & Dixon, LLC) $11,550* *includes standard 5% subconsultant markup. ADDITIONAL SERVICES: Engineer shall perform the Additional Services specified below if and when the City authorizes such services, in advance describing the scope in detail and cost of the Additional Services, in writing. It is, however, recommended to complete the task upfront so that a new CAD base can be generated for the project: VII. SITE TOPOGRAPHICAL SURVEY (TASK 105) $15,200 • Perform or obtain services of a Registered Professional Land Surveyor Consultant to perform Topographical survey services. Associated office work under the direction of a Registered Professional Land Surveyor. o Prepare topographic survey map of the lift station located at the southeast quadrant of Magnolia Parkway and Veterans Drive. Topographic survey limit includes improvements within the fenced area. This survey will be based on an approximate 10-foot grid of site. • Prepare digital map of site topography at 1-foot contour intervals. • Establish datum and benchmarks for survey areas utilizing City’s benchmarks. • Establish relationship to property line or Texas Coordinate System. • Delivery of Topographical survey – original survey field books and electronic files, survey control map, and survey drawing to the City. VIII. EASEMENTS (TASK 106) $6,000 Preparation of meets and bounds only for temporary access easements to allow work to occur along outer edge of site. It is understood that the City will coordinate with the adjacent property owners and obtain recording of the easement as needed. Anticipated cost is $3,000 lump sum per easement for up to 2 easements, for a total of $6,000. This task will only be performed when determined to be necessary and authorized by the City. IX. REIMBURSABLE EXPENSES (TASK 503) $2,000 Travel, permit fees, etc. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 10 of 14 X. NACE COATING INSPECTION DURING CONSTRUCTION (TASK 504) $16,380 NACE Coating Inspection during Construction by Preventive Services, based on anticipated budget of $15,600 with 5% subconsultant markup by PD. Intended to provide periodic observation of Contractor’s surface preparation and coating applications for piping at replaced portions of well header, piping connected to proposed GST, altitude valve replacement at EST, and interior wall of CMU block building (Pump/MCC Room). XI. MATERIAL TESTING DURING CONSTRUCTION (TASK 505) $26,250 Material Testing during Construction by Ninyo & Moore, based on anticipated budget of $25,000 with 5% subconsultant markup by PD. Intended to cover items like periodic concrete strength testing and periodic density testing as indicated in subconsultant proposal. Contractor to pay for retesting of failed tests. DEFINITIONS 1) As-Builts “redlines”: Contractor’s record of field changes to the work in line, grade and elevation. 2) Record Drawings: Engineer’s incorporation of Contractor’s As-Builts. Provide to City in CADD and GIS. THIS PROPOSAL ASSUMES AND/OR EXCLUDES THE FOLLOWING: Surface Water Tie-in: No surface water supply line currently exists at the Cullen Water Plant and none is planned to be tied in as part of this project. Recommendation regarding potential inclusion of provisions to facilitate surface water line future tie-in (such as an inlet flange on roof of tank and embeds in exterior wall for riser pipe supports) will be evaluated/discussed during the preliminary engineering phase. Inclusion of surface water riser pipe connected to tank roof and sidewall is not anticipated to be included at this time. No changes are planned to the drainage system capacity at this time for potentially higher capacity future surface water lines tied into the tank. Clearance at Existing Fences: Existing clearances to the east fence and north/south fence shall be the same as existing, unless reduced clearance is needed for access, such as a winding track . All work is intended to be provided inside the site without obtaining any temporary or permanent easements for access or temporary work outside of the site. Height of Storage Tank: The existing storage tank has a 24-feet side water depth (SWD). In order to obtain 1MG with the existing boundary constraints, it is anticipated that the proposed tank will need to be around 40 feet tall SWD. The existing tank is anticipated to remain online until the new tank can be placed into service and tested successfully. Both tanks will not be able to be operated at the same time (due to the different overflow elevations) and the existing tank will not remain in service once the new tank is placed into service. This will minimize the disruption to the City operations while maximizing the storage tank capacity being constructed. Logo: City shall provide direction on whether a City logo is to be provided on the north side of the tank (facing the police station) or otherwise. Level Instruments: Radar is the preferred primary for level controls. A mechanical pressure gauge will be provided as a redundant check. Consideration of including a pressure sensor on a lower flanged outlet from the tank will be evaluated during preliminary engineering. Sampling Ports: Three sample ports at staggered levels in the tank shall be provided, same as PD provided at the FM521 Water Plant storage tank, to help check mixing in the tank. Valves: City does not want motorized actuators on the valves into and out of the tank . All valve actuators on these valves shall be manual open/close type. Mixer: Mixer is planned to be Kasco Certisafe or approved equal. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 11 of 14 Deliverables: A Letter Report will be submitted to document basis of design. Two deliverables will be provided for City review. In order to meet the schedule, City reviews must be completed within two weeks of letter report being submitted and within 3 weeks of each 60%, 90%, and 100% deliverable. Scans/Photos: Scans and photos may be used with the City’s approval in lieu of CADD files where no CADD basefile has already been developed or the original drawing was not available. Ongoing Master Planning for Water System: PD will not try to anticipate any changes from the ongoing master planning work for the entire water system or react to changes which may occur after the scope of work/proposal is signed. Isolation valve replacement: refers to one or two buried discharge valves inside the plant fence. Existing well pump or motor: The existing well pump and motor was recently replaced by the City and the well information has not been made available at this time. No further changes to the well pump or motor are planned as part of this contract. The City has indicated that maximizing the capacity of the ground storage tank within the existing footprint to obtain 1MG of storage in a single tank by raising the height of the tank is the preferred approach. Pape-Dawson is not responsible for any changes to the capacity or performance of the existing well pump that may arise due to the change in water surface elevations arising from the taller storage tank. Quantity of proposed ground storage tanks: only one GST is planned. Change to two is not included. Altitude Valve: Existing altitude valve is anticipated to be replaced in kind (not changed to different type). Gas line for proposed generator: Scope assumes that for natural gas generator option to be feasible, natural gas feed line would be readily available in with adequate supply just outside the water plant site. Additional coordination with gas provider for longer extension and/or upsize to the site is not included. Coordination with Global Chem Feed Consultant: no coordination with other consultant that is adding canopies on all City chemical storage is planned, beyond 1-2 calls to discuss/review plan. This proposal does not include any work outside the Cullen Water Plant perimeter fence, unless specifically noted above. Additional services required by the client which may arise and are not outlined above shall be compensated for on an hourly basis or negotiated to a lump sum fee. Revisions to construction plans after calculations are complete due to a redirection by the City of Pearland, Brazoria County, or TCEQ shall be considered as additional service. Assumes construction phase will take a maximum of 18 months or 540 calendar days. No effort will be billed if the project is put on hold during this time or there are no activities on site, however, the Engineer will notify the City in advance, should construction phase services are anticipated to go past the estimated effort as outlined in the attached LOE. Engineer will submit a request for additional fee if additional effort is required to oversee construction activities by the contractor. Assumes no approval is necessary from any other reviewing agency with the exception of the TCEQ, Brazoria County, City of Pearland Community Development, and City of Pearland. Development of additional local, state or federal permits, or applications for these permits not specifically listed in this proposal will be provided as additional services. Proposal assumes that the relocation of existing underground utilities, if identified after start of construction, is not included. Preliminary site schematic and proposed fees anticipate no impacts from Endangered Species and environmental impacts investigation and reports. Preliminary site schematic and proposed fees anticipate no impacts from Archeological investigations and/or State of Texas Antiquities permits. Changes made to the site plan after design has reached 60% will constitute a change of scope and Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 12 of 14 additional fees will be required. No value engineering is included herein. No SCADA re-programming services included. CDM Smith to provide any PLC programming if necessary. Effort for City’s pre-purchasing agreement with the vendors (if any) is not included. Construction staking is not included herein. Engineering fee assumes no off-site improvements are required. Proposal excludes plotting processing documentation fee. Assumes no detailed flood studies are required. Fees for design of public roadways, if required, is not included. City, state, or county-required fees are not included. Endangered species habitat evaluation for existing or future endangered or threatened species within site are not included within this proposed scope of services. Additional services related to the response to public comments or requests for a contested case hearing in relation to the permit are not included in the scope at this time. Excludes costs associated with building permits; will be billed as reimbursable direct expenses. Agency review fees, impact fees, and platting fees are not included herein and will be billed as a Direct Expense. No additional design services are included in this scope of services. Any professional opinions or recommendations related to our scope of work shall be provided in written format on Pape-Dawson letterhead and not solely expressed verbally in meetings or as part of any demonstrative presentation or email discussions. SUMMARY OF SCOPE AND FEES Basic Services I. Preliminary Design Phase Services Task 212 Lump Sum $74,185 II. Final Design Phase Services Task 290 Lump Sum $329,905 III. Bid Phase Services Task 401 Lump Sum $13,450 IV. Construction Phase Services Task 402 Lump Sum $163,780 V. Subconsultant Services (Prelim & Final Design Phase) Task 504 Lump Sum $66,885 VI. Subconsultant Services (Bid & Construction Phase) Task 505 Lump Sum $11,550 Subtotal Basic Services: $659,755 Additional Services VII. Topographic Survey Task 105 Lump Sum $15,200 VIII. Easements (up to 2 at $3,000/each) Task 106 Lump Sum $6,000 IX. Reimbursable Expenses Task 503 Lump Sum $2,000 X. NACE Coating Inspections during Construction Task 504 Lump Sum $16,380 XI. Material Testing during Construction Task 505 Lump Sum $26,250 XII. SCADA Programming (part of construction bid price) Not included Subtotal Additional Services: $65,830 GRAND TOTAL: $725,585 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 13 of 14 SCHEDULE Engineer to perform the Basic Services as set forth in accordance with the following: • Phase I – Preliminary Design – 101 calendar days for Construction Package. • Phase II – Design Phase Services – 242 calendar days for Construction Package. • Phase III – Bid Phase Services – 61 calendar days for Construction Package. • Phase IV – Construction Phase Services shall be completed as outlined in the attached LOE in conjunction with the progress of the Project construction and for the period of construction time stated in the Construction Documents. Anticipated construction phase services - 498 calendar days. Time taken for review of Phase I and Phase II designs by City personnel shall be in addition to the calendar day periods. In the preparation of the Project Schedule, Engineer shall allow at a minimum 14 calendar days for City review of Phase I and 21 calendar days for City review of Phase II deliverables. Engineer shall not commence a Phase until it receives written notice from the City to proceed with that Phase. Upon written request of Engineer to the City and City’s approval, the City shall grant time extensions during each Phase for any delays caused by the City or other agencies with which the services must be coordinated, and over which Engineer has no control. BASIS OF COMPENSATION Engineer's compensation for the above services shown as hourly, allowance or Time and Materials (T&M) will be a charge on an as needed basis for personnel services plus an hourly charge for specialized survey equipment. Engineer's compensation for the other above services will be a lump sum fee. A budget of $725,585 is the estimated cost of Engineer's current understanding of the services identified above. This budget figure does not include any Direct Expenses (defined below) or applicable sales tax on services. If this budget figure is exceeded, Engineer may request modification of this Agreement. Direct Expenses shall include reproduction approved in advance by Owner, express mail, special deliveries, and subcontractor expenses directly related to these services. Plan review fees and advertising fees shall be paid by Owner. It is anticipated that this proposal will be attached to a Contract for Professional Services between the Client and Engineer. If the terms of this Proposal are acceptable, please acknowledge such by executing the Contract with the attached Proposal and returning the executed copy to us via e-mail or US Mail for our records. Receipt of the executed Contract with Proposal serves as authorization for us to proceed with the work. The costs, fees, budget, and scope of work set out herein are valid for ninety (90) days from the date of this Proposal. If Engineer does not receive an executed Proposal from the Client within ninety (90) days from the date of this Proposal, the costs, fees, budget, and scope of work are subject to revision at Engineer’s sole discretion. Engineer to provide a revised Proposal with the modified costs, budget, and scope of work should revisions be made. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Ms. Aneesa Kiliyamannil City of Pearland – Cullen Ground Storage Tank Replacement December 21, 2023 (rev. 05/07/2024; 06/10/2025; 10/06/2025; 10/21/2025; 12/22/2025) Page 14 of 14 We appreciate the opportunity to work with you on this project. Sincerely, Pape-Dawson Consulting Engineers, LLC John W. Lacy, P.E. Vice President, Water Resources Greg Vaughn, P.E. Managing Vice President, Water Resources Attachments - Schedule of Representative Rates - Fee Summary O:\Marketing\Proposals\Letters\2023\12\231221a3 (P5524-23) HOU R4.docx Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC SCHEDULE OF REPRESENTATIVE RATES Effective: December 30, 2024 Executive Officer $450.00 Executive Vice President $450.00 Managing Principal $400.00 Senior Vice President $400.00 Managing Vice President $390.00 Vice President $390.00 Associate Vice President $380.00 Practice Leader $380.00 Senior Associate $380.00 Design Leader $310.00 Program Control Director $380.00 Client Services Manager $355.00 Construction Operations Leader $350.00 Senior Project Manager $315.00 Principal Engineer $270.00 Project Manager $240.00 Assistant Project Manager $210.00 Senior Project Engineer $230.00 Senior Project Engineer - Ret. $280.00 Project Engineer $200.00 Engineer I $140.00 Engineer II $150.00 Engineer III $160.00 Engineer IV $180.00 Senior Designer $210.00 Designer $160.00 Technician $135.00 Technician - Intern $100.00 Platting Manager $250.00 Plat Coordinator $180.00 Senior Land Acquisition Agent $180.00 Senior Planner $275.00 Land Planner $160.00 Utility Coordinator $190.00 Landscape Architect $120.00 Program Manager $360.00 Production Manager $220.00 Project Controls Manager $275.00 Project Controls Specialist $165.00 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Schedule of Representative Rates Effective: December 30, 2024 Page 2 of 2 Survey Crew Units Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 212 Preliminary Design Phase Services 74,185$ Lump Sum 290 Final Design Phase Services 329,905$ Lump Sum 401 Bid Phase Services 13,450$ Lump Sum 402 Construction Phase Services 163,780$ Lump Sum 504 Subconsultant Services (Prelim & Final Design Phase)66,885$ Lump Sum 505 Subconsultant Services (Bid & Construction Phase)11,550$ Lump Sum 659,755$ 105 Topographic Survey 15,200$ Lump Sum 106 Easements (up to 2 at $3,000/each)6,000$ Lump Sum 503 Reimbursable Expenses 2,000$ Lump Sum 504 NACE Coating Inspection during Construction 16,380$ Lump Sum 505 Material Testing during Construction 26,250$ Lump Sum -SCADA Programming - part of construction bid price Not included by Construction Contractor 65,830$ Basic Services 659,755$ Additional Services 65,830$ Total 725,585$ ADDITIONAL SERVICES BASIC SERVICES City of Pearland May 7, 2024 (Revised June 10, 2025, October 6, 2025, October 21, 2025, & December 22, 2025) Cullen Water Plant Ground Storage Tank Replacement Project WA2403 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC BASIC SERVICES w/o Subs Baird, Gilroy, & Dixon Sub Markup Ninyo & Moore Sub Markup Subtotal Preliminary Design Phase Services 74,185 3,000 150 17,700 885 95,920 Final Design Phase Services 329,905 43,000 2,150 - - 375,055 Bid Phase Services 13,450 1,000 50 - - 14,500 Construction Phase Services 163,780 10,000 500 - - 174,280 Basic Services Subtotal 581,320 659,755 581,320 ADDITIONAL SERVICES Topographic Surveying 15,200 - - - - 15,200 Easements (2 at $3,000/each)6,000 - - - - 6,000 Reimburseable Expenses 2,000 - - - - 2,000 NACE Coating Inspection during Construction - - - 15,600 780 16,380 Construction Material Testing - - - 25,000 1,250 26,250 Additional Services Subtotal 23,200 - 42,630 65,830 BASIC SERVICES Preliminary Design Phase Services 74,185 Final Design Phase Services 329,905 Bid Phase Services 13,450 Construction Phase Services 163,780 Subconsultant Services - Prelim/Design Subconsultant Services - Bid/Construct ADDITIONAL SERVICES Topographic Surveying 15,200 Easements (2 at $3,000/each)6,000 Reimbursable Expenses 2,000 NACE Coating Inspection during Construction - 16,380 Construction Material Testing - 26,250 604,520 725,585 City of Pearland Cullen Water Plant Ground Storage Tank Replacement Project WA2403 May 7, 2024 (Revised June 10, 2025, October 6, 2025, October 21, 2025, & December 22, 2025) 11,550 659,755 65,830 66,885 121,065 78,435 59,850 18,585 Subconsultant Services Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Cit Principal Client Services Project Civil Junior Construction QA/QC Project Task Manager Manager Engineer Engineer Manager Controls Hours /CADD Operator Task Descriptions Bill Rate $390.00 $355.00 $240.00 $200.00 $160.00 $255.00 $380.00 $165.00 Fee I. Phase I - PER/30% Design •Project Kickoff Meeting 1,670.00$ 2 4 6 •Site Visits (2)7,040.00$ 0 16 16 32 •Agency Coordination 1,920.00$ 0 0 8 0 8 •Data Collection - Define requirements for project and obtain available documents for the existing water plant components 2,400.00$ 0 4 4 4 12 •Evaluation of phasing of work, including construction of new tank and demolition of the existing tank, including monitoring switchover 2,000.00$ 4 2 4 10 •Analyze requirements to maximize capacity of ground storage tank, including constructability concerns, within existing site constraints 3,040.00$ 4 4 8 16 •Review Impacts of GST Height on Well Capacity vs Maximizing Storage 3,840.00$ 4 8 8 20 •Manufacturer Coordination 800.00$ 0 2 2 4 •Storage Tank Prelim Design / Alternative Analysis 2,560.00$ 2 4 8 14 •Appurtenenance Preliminary Design 1,920.00$ 2 4 4 10 •Yard Piping Preliminary Design 1,920.00$ 2 4 4 10 •Roof Evaluation for MCC/Pump Building 2,560.00$ 2 4 8 14 •Active Mixer Type/Manufacturer Evaluation 2,560.00$ 2 4 8 14 •Chemical Feed System Evaluation/Coordination 2,560.00$ 2 4 8 14 •Backup Generator Replacement Evaluation (Diesel vs Natural Gas)2,560.00$ 2 4 8 14 •Booster Pump Replacement & VFD Addition Evaluation 2,560.00$ 2 4 8 14 •Piping Coating/Cleaning Evaluation 2,560.00$ 2 4 8 14 •Perimeter Fencing Evaluation 2,560.00$ 2 4 8 14 •Valve Replacement Evaluation 2,560.00$ 2 4 8 14 •Altitude Valve Replacement Evaluation 2,560.00$ 2 4 8 14 •Preparation of the draft Basis of Design Report 13,040.00$ 12 24 24 4 64 •Engineer’s opinion of probable construction costs & Schedule 2,560.00$ 2 4 8 14 •Prepare for and Attend one (1) meeting with Owner to receive comments and evaluation of potential solutions available. 2,265.00$ 3 3 3 9 •Incorporate comments into the Draft BODR 4,170.00$ 4 8 8 2 22 377 •Electrical/Instrumentation by Baird, Gilroy, & Dixon, LLC 3,000.00$ •Geotechnical Investigations by Ninyo & Moore 17,700.00$ •Pape Dawson's 5% Coordination (Subconsultants)1,035.00$ 0 5 91 118 157 0 4 2 754 95,920.00$ -$ 1,775.00$ 21,840.00$ 23,600.00$ 25,120.00$ -$ 1,520.00$ 330.00$ Pape-Dawson 74,185.00$ Baird, Gilroy, & Dixon, LLC 3,000.00$ 150.00$ Ninyo & Moore 17,700.00$ 885.00$ 20,700.00$ 75,220.00$ City of Pearland WA2403 Preliminary Design Phase Services Role Cullen Water Plant Ground Storage Tank Replacement Project May 7, 2024 (Revised June 10, 2025, October 6, 2025, October 21, 2025, & December 22, 2025) 95,920.00$ PRELIMINARY DESIGN PHASE SERVICES II. Subconsultant Support PRELIMINARY DESIGN PHASE SERVICES TOTAL Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Cullen Water Plant Ground Storage Tank Replacement Project Principal Client Services Project Civil Junior Construction QA/QC Project Task Manager Manager Engineer Engineer Manager Controls Hours /CADD Operator Task Descriptions Bill Rate $390.00 $355.00 $240.00 $200.00 $160.00 $255.00 $380.00 $165.00 Fee I. 60% Drawings & Draft Specifications •Site Visits (2)7,040.00$ 16 16 32 •Agency Coordination 3,040.00$ 4 4 8 16 •High Service Pump Selection/Sizing 14,080.00$ 12 24 40 76 •Construction Plans 3,985.00$ 2 8 1 11 General/Civil Drawings - Cover Sheet 3,040.00$ 4 4 8 16 - General Construction Notes 1 2,560.00$ 2 4 8 14 - General Construction Notes 2 & Schedules 2,560.00$ 2 4 8 14 - Demolition Plan 3,040.00$ 4 4 8 16 - Phasing Plan 4,800.00$ 8 8 8 24 - Survey Control 3,040.00$ 4 4 8 16 - Site Paving 3,040.00$ 4 4 8 16 - Yard Piping Plan 7,680.00$ 8 16 16 40 - Grading & Drainage 3,040.00$ 4 4 8 16 - Proposed Tank Layout 3,040.00$ 4 4 8 16 - Existing Ground Storage Tank Details 3,040.00$ 4 4 8 16 - Proposed Mixer Details 3,040.00$ 4 4 8 16 - Miscellaneous Details (1 of 2)3,040.00$ 4 4 8 16 - Miscellaneous Details (2 of 2)3,040.00$ 4 4 8 16 - High Service Pump Station Mechanical/Piping - Existing 7,680.00$ 8 16 16 40 - High Service Pump Station Mechanical/Piping - Demo/Proposed 7,680.00$ 8 16 16 40 - High Service Pump Station Mechanical/Piping - Details 3,840.00$ 4 8 8 20 - Well Collection Line Bypass Modifications - Existing/Proposed 7,680.00$ 8 16 16 40 - Effluent Meter Addition & Well Meter Replacement 7,680.00$ 8 16 16 40 - Altitude Valve Replacement 7,680.00$ 8 16 16 40 - Chemical Feed System - Existing 7,680.00$ 8 16 16 40 - Chemical Feed System - Demo/Proposed 7,680.00$ 8 16 16 40 - Chemical Feed System - Details 4,800.00$ 8 8 8 24 - Coating/Cleaning Schedule 7,680.00$ 8 16 16 40 - Pollution Prevention Plan 3,040.00$ 4 4 8 16 - Pollution Prevention COP Std. Details - Sheet 1 1,920.00$ 2 4 4 10 - Pollution Prevention COP Std. Details - Sheet 2 1,920.00$ 2 4 4 10 Structural Drawings - Ground Storage Tank Details (1 of 5)6,080.00$ 8 8 16 32 - Ground Storage Tank Details (2 of 5)3,040.00$ 4 4 8 16 - Ground Storage Tank Details (3 of 5)3,040.00$ 4 4 8 16 - Ground Storage Tank Details (4 of 5)3,040.00$ 4 4 8 16 - Ground Storage Tank Details (5 of 5)3,040.00$ 4 4 8 16 - High Service Pump Station Structural/Building - Existing 7,680.00$ 8 16 16 40 - High Service Pump Station Structural/Building - Demo/Proposed 7,680.00$ 8 16 16 40 - High Service Pump Station Structural/Building - Details 4,800.00$ 8 8 8 24 - Roof Replacement Plan 4,800.00$ 8 8 8 24 - Roof Replacement Details 4,800.00$ 8 8 8 24 - Generator Foundation 7,680.00$ 8 16 16 40 Electrical, I&C Drawings (Prime review/markup of sub)770.00$ 1 1 2 - Electrical Legends 960.00$ 1 2 2 5 - Electrical Abbreviations and General Notes 960.00$ 1 2 2 5 - Electrical Site Plan 960.00$ 1 2 2 5 - Electrical Building Demolition Plan 960.00$ 1 2 2 5 City of Pearland WA2403 Final Design Phase Services Role May 7, 2024 (Revised June 10, 2025, October 6, 2025, October 21, 2025, & December 22, 2025) FINAL DESIGN PHASE SERVICES Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC - Electrical Building Plan 960.00$ 1 2 2 5 - Electrical Pump Station Plan 960.00$ 1 2 2 5 - Electrical One-Line Demolition Diagram 960.00$ 1 2 2 5 - Electrical One-Line Diagram 960.00$ 1 2 2 5 - Electrical Motor Control Center Demolition Plan 960.00$ 1 2 2 5 - Electrical Motor Control Center 960.00$ 1 2 2 5 - Electrical Schedules 960.00$ 1 2 2 5 - Electrical Control Diagrams Sheet 1 960.00$ 1 2 2 5 - Electrical Control Diagrams Sheet 2 960.00$ 1 2 2 5 - Electrical SCADA Diagrams and I-O Schedules 960.00$ 1 2 2 5 - Electrical SCADA Details 960.00$ 1 2 2 5 - Electrical Ground Storage Tank Details 960.00$ 1 2 2 5 - Electrical Details 960.00$ 1 2 2 5 - Electrical Generator Details Sheet 1 960.00$ 1 2 2 5 - Electrical Generator Details Sheet 2 960.00$ 1 2 2 5 •Prepare Division 00 Documents 2,640.00$ 6 6 12 •Prepare Division 01 Documents 2,640.00$ 6 6 12 •Standard Specifications and Supplements 5,120.00$ 8 16 24 •Specialty Specifications and Supplements: guide specs (6)11,700.00$ 24 24 3 51 •Develop 60% Project Manual 15,690.00$ 24 48 2 74 •Cost Estimate & Schedule 11,520.00$ 12 24 24 60 •Permitting -$ 0 0 0 •Meeting (1)1,670.00$ 2 4 0 6 II. 90% Drawings & Specifications -$ •Construction Plans 17,285.00$ 0 18 18 48 4 1 89 •Project Manual Revisions 6,730.00$ 10 20 2 32 •Cost Estimate & Schedule 2,720.00$ 8 4 12 •Permitting 3,600.00$ 8 2 8 18 •Meeting (1)1,190.00$ 2 2 4 III. 100% Drawings & Specifications -$ •Construction Plans 9,045.00$ 8 8 24 4 1 45 •Project Manual Revisions 2,890.00$ 4 8 2 14 •Cost Estimate & Schedule 1,360.00$ 4 2 6 •Permitting 3,600.00$ 8 2 8 18 •Meeting (1)1,190.00$ 2 2 4 •Revise per 100% comments 1,520.00$ 2 2 4 8 IV. Issued for Bid (IFB) Drawings and Specifications 7,715.00$ 0 2 8 8 16 2 1 37 -$ •Electrical/Instrumentation by Baird, Gilroy, & Dixon, LLC 43,000.00$ •Pape Dawson's 5% Coordination (Subconsultants)2,150.00$ 3 8 433 604 618 0 22 10 1698 382,770.00$ 1,170.00$ 2,840.00$ 103,920.00$ 120,800.00$ 98,880.00$ -$ 8,360.00$ 1,650.00$ Pape-Dawson 329,905.00$ Baird, Gilroy, & Dixon, LLC 43,000.00$ 2,150.00$ 43,000.00$ 332,055.00$ 375,055.00$ V. Subconsultant Support FINAL DESIGN PHASE SERVICES TOTAL Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Principal Client Services Project Civil Junior Construction QA/QC Project Task Manager Manager Engineer Engineer Manager Controls Hours /CADD Operator Task Descriptions Bill Rate $390.00 $355.00 $240.00 $200.00 $160.00 $255.00 $380.00 $165.00 Fee I. Bidding Services •Bid Schedule -$ 0 0 0 •Pre-Bid Conference 2,640.00$ 6 6 12 •Respond to bidder questions 2,560.00$ 4 8 12 •Issue Addenda 4,800.00$ 6 12 6 24 •Bid Tabulation with Engineers' Recommendation of Award Letter 3,450.00$ 4 6 6 2 18 •Electrical/Instrumentation by Baird, Gilroy, & Dixon, LLC 1,000.00$ •Pape Dawson's 5% Coordination (Subconsultants)50.00$ 0 0 20 32 12 0 0 2 66 14,500.00$ -$ -$ 4,800.00$ 6,400.00$ 1,920.00$ -$ -$ 330.00$ Pape-Dawson 13,450.00$ Baird, Gilroy, & Dixon, LLC 1,000.00$ 50.00$ 1,000.00$ 13,500.00$ City of Pearland WA2403 Bid Phase Services Role Cullen Water Plant Ground Storage Tank Replacement Project May 7, 2024 (Revised June 10, 2025, October 6, 2025, October 21, 2025, & December 22, 2025) 14,500.00$ BID PHASE SERVICES II. Subconsultant Support BID PHASE SERVICES TOTAL Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Principal Client Services Project Civil Junior Construction QA/QC Project Task Manager Manager Engineer Engineer Manager Controls Hours /CADD Operator Task Descriptions Bill Rate $390.00 $355.00 $240.00 $200.00 $160.00 $255.00 $380.00 $165.00 Fee I.Preconstruction Conference & Monthly Progress Meetings/Site Visits1 27,310.00$ 19 19 76 2 116 II.Review and Provide Response to RFIs 26,665.00$ 20 40 60 1 121 III.Review and Provide Response to RFPs and Change Orders 23,925.00$ 24 36 48 1 109 IV.Review of Construction Submittals: Shop Drawings, Samples & other Submissions (35)46,540.00$ 35 70 105 1 211 V.Review Laboratory, Shop, & Mill Tests: Materials & Equipment (2)1,985.00$ 2 2 4 1 9 VI.Design Clarifications & Recommendations 8,960.00$ 16 32 48 VII.Substantial & Final Completion Visits & Documentation2 14,355.00$ 2 20 16 24 1 63 VIII.Record Drawings (CADD and GIS files)14,040.00$ 16 32 8 8 64 IX.Subconsultant Support •Electrical/Instrumentation by Baird, Gilroy, & Dixon, LLC 10,000.00$ •Pape Dawson's 5% Coordination (Subconsultants)500.00$ 0 2 152 0 247 325 8 7 741 174,280.00$ -$ 710.00$ 36,480.00$ -$ 39,520.00$ 82,875.00$ 3,040.00$ 1,155.00$ 1.Assuming monthly progress meetings/site visits and 5 hours per meeting including travel time and follow up documentation, total of 18 progress meetings/site visits occuring concurrently. 2.Assuming 8 hours per site visit, including travel time and follow up documentation. Pape-Dawson 163,780.00$ Baird, Gilroy, & Dixon, LLC 10,000.00$ 500.00$ 10,000.00$ 164,280.00$ City of Pearland WA2403 Construction Phase Services Cullen Water Plant Ground Storage Tank Replacement Project May 7, 2024 (Revised June 10, 2025, October 6, 2025, October 21, 2025, & December 22, 2025) 174,280.00$ CONSTRUCTION PHASE SERVICES (Assuming a Construction Period of 12 months) CONSTRUCTION PHASE SERVICES TOTAL Role Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Principal Client Services Project Civil Junior Construction QA/QC Project Task Manager Manager Engineer Engineer Manager Controls Hours /CADD Operator Task Descriptions Bill Rate $390.00 $355.00 $240.00 $200.00 $160.00 $255.00 $380.00 $165.00 Fee I.Survey Survey Coordination 4,400.00$ 12 8 1 21 Survey Support • -Topographic Survey by PD 10,800.00$ II.Easements •2 easements at $3,000 each by Pape Dawson 6,000.00$ III.Reimbursable Expenses 2,000.00$ IV.SCADA Programming Anticipated this will be direct contracted by City Not included or performed by City staff or included in construction bid SUBCONSULTANT SUPPORT V.NACE Coating Inspection during Construction •NACE Coating Inspection by Preventive Services 15,600.00$ •Pape Dawson's 5% Coordination (Subconsultants)780.00$ VI.Construction Material Testing •Construction Material Testing by Ninyo & Moore 25,000.00$ •Pape Dawson's 5% Coordination (Subconsultants)1,250.00$ 0 0 12 0 8 0 0 1 21 65,830.00$ -$ -$ 2,880.00$ -$ 1,280.00$ -$ -$ 165.00$ Pape-Dawson 23,200.00$ Preventive Services 15,600.00$ 780.00$ Ninyo & Moore 25,000.00$ 1,250.00$ 40,600.00$ 25,230.00$ City of Pearland WA2403 Cullen Water Plant Ground Storage Tank Replacement Project Additional Services May 7, 2024 (Revised June 10, 2025, October 6, 2025, October 21, 2025, & December 22, 2025) 65,830.00$ ADDITIONAL SERVICES ADDITIONAL SERVICES TOTAL Role Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC ID Task Name Duration Start Finish 1 Cullen Water Plant Improvements 908 days Mon 1/19/26 Fri 7/14/28 2 Phase I - Preliminary Design 101 days Mon 1/19/26 Wed 4/29/26 3 Notice to Proceed 0 days Mon 1/19/26 Mon 1/19/26 4 Data Collection 26 days Mon 1/19/26 Fri 2/13/26 5 Evaluate Options 36 days Mon 1/19/26 Mon 2/23/26 6 Develop PER 54 days Mon 1/19/26 Fri 3/13/26 7 Cost & Schedule 4 days Mon 3/16/26 Thu 3/19/26 8 PER Exhibits & Write-Up 14 days Fri 3/20/26 Thu 4/2/26 9 QA/QC Review 4 days Fri 4/3/26 Mon 4/6/26 10 Draft PER Submittal to City 0 days Mon 4/6/26 Mon 4/6/26 11 City Review of PER 15 days Mon 4/6/26 Mon 4/20/26 12 Address Review Comments 9 days Tue 4/21/26 Wed 4/29/26 13 Final PER Submittal to City 0 days Wed 4/29/26 Wed 4/29/26 14 Phase II - Design Phase 242 days Tue 4/21/26 Fri 12/18/26 15 Topographic Survey 30 days Tue 4/21/26 Wed 5/20/26 16 Geotechnical 50 days Tue 4/21/26 Tue 6/9/26 17 60% Design Development (Civ/Mech/Struct/Elect) 42 days Wed 6/10/26 Tue 7/21/26 18 Cost & Schedule 7 days Wed 7/29/26 Tue 8/4/26 19 60% PS&E Submittal to City, Community Development 0 days Wed 7/29/26 Wed 7/29/26 20 City 60% Review 21 days Wed 7/29/26 Tue 8/18/26 21 Incorporate 60% Review Comments, 90% Design 35 days Wed 8/19/26 Tue 9/22/26 22 Cost & Schedule 3 days Wed 9/23/26 Fri 9/25/26 23 90% PS&E Submittal to City, Community Development 0 days Fri 9/25/26 Fri 9/25/26 24 City 90% Review 21 days Fri 9/25/26 Thu 10/15/26 25 90% Design Development (Civ./Mech./Struct./Electr.) 21 days Fri 10/16/26 Thu 11/5/26 26 100% PS&E Submittal to City, Community Development 0 days Thu 11/5/26 Thu 11/5/26 27 City 100% Review 21 days Thu 11/5/26 Wed 11/25/26 28 100% Incorporate Comments 14 days Thu 11/26/26 Wed 12/9/26 29 Issued for Bid (IFB) Plans and Specs 5 days Thu 12/10/26 Mon 12/14/26 30 IFB Submittal to City, Community Development 0 days Mon 12/14/26 Mon 12/14/26 31 City signatures 4 days Tue 12/15/26 Fri 12/18/26 32 TCEQ Submittal 0 days Fri 9/25/26 Fri 9/25/26 33 TCEQ Review 70 days Fri 9/25/26 Thu 12/3/26 34 TCEQ Approval Letter 0 days Thu 12/3/26 Thu 12/3/26 35 Phase III - Bid Phase 61 days Wed 12/30/26 Mon 3/1/27 36 Advertise 1 0 days Wed 12/30/26 Wed 12/30/26 37 Advertise 2 0 days Wed 1/6/27 Wed 1/6/27 38 Bid Opening 0 days Mon 1/25/27 Mon 1/25/27 39 Award/Contracting 36 days Mon 1/25/27 Mon 3/1/27 40 Pre-Construction Meeting 0 days Fri 2/26/27 Fri 2/26/27 41 Phase IV - Construction Phase 498 days Thu 3/4/27 Fri 7/14/28 42 NTP 0 days Thu 3/4/27 Thu 3/4/27 43 Available Concrete GST Work Period (Nov 2027-Mar 2028) 150 days Mon 11/1/27 Wed 3/29/28 44 MCC/Generator Procurement 382 days Fri 3/5/27 Mon 3/20/28 45 Preferred MCC/Generator Replacement Work Period (Winter 27-28) 60 days Tue 3/21/28 Fri 5/19/28 46 Substantial Completion 440 days Fri 3/5/27 Wed 5/17/28 47 Final Completion 58 days Thu 5/18/28 Fri 7/14/28 1/19 4/6 4/29 7/29 9/25 11/5 12/14 9/25 12/3 12/30 1/6 1/25 2/26 3/4 5/17 7/14 Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Jan Feb Mar Apr May Jun Jul Aug Qtr 4, 2025 Qtr 1, 2026 Qtr 2, 2026 Qtr 3, 2026 Qtr 4, 2026 Qtr 1, 2027 Qtr 2, 2027 Qtr 3, 2027 Qtr 4, 2027 Qtr 1, 2028 Qtr 2, 2028 Qtr 3, 2028 2026 2027 2028 WA2403 - CULLEN WATER PLANT IMPROVEMENTS Mon 12/22/25 Page 1 CullenWP Schedule 20251222.mpp Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 9711 S. Mason Rd. Suite 125 PMB 326 Richmond, Texas 77407 (281) 529-5005 TBPE Firm No. 16575 June 3, 2025 John Lacy, P.E. Division Manager Pape-Dawson Engineers 2107 CityWest Blvd., 3rd Floor Houston, TX 77042 Re: Professional Engineering Services Proposal for City of Pearland Cullen Water Plant Improvements Pearland, Texas BGD Project No. 162-0041; Rev.2 Dear John: We appreciate the opportunity to present this proposal for electrical engineering services in connection with the City of Pearland Cullen Water Plant Improvements projects. Project Understanding This project includes the following improvements to the existing Cullen Water Plant: • Replacement of the existing 500,000 gallon bolted galvanized storage tank with a one -million-gallon prestressed concrete tank. The proposed tank will include a mixer to circulate water and eliminate thermal stratification. The proposed tank will be constructed in a new location. Once construction is completed and operational, the existing tank will be demolished. Instrumentation, including a radar level transducer and pressure transmitter, will be installed to provide level indication to the existing control system. • Replacement of the existing utility service drop. • Replacement of the existing main breaker, automatic transfer switch, and motor control center. Booster pumps will be powered and controlled by Variable Frequency Drives (VFDs) and shall be manufactured by Danfoss. • Additional site lighting around the new ground storage tank. • Replacement of the existing altitude valve at the bottom of the existing elevated storage tank. • Replacement of the existing well flow meter. An alternative scope item, if the City wishes to include, will include the replacement of the existing generator with a diesel or natural gas generator. The existing PLC based control system and programming will be modified as necessary to accommodate all new instrumentation devices installed for the new tank. Based on our understanding of your project, the review and approval process, we prepared the following scope of services and fee proposal for your consideration. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC John Lacy, P.E. Page 2 June 3, 2025 Scope of Services A. Preliminary Design Phase Services 1. Data Collection a. Attend design kick-off meeting with City. b. Inspect existing conditions at the project site. 2. Prepare written excerpt and cost estimate to be included in a Preliminary Engineering Report (PER). B. Electrical Design Phase Services 1. The electrical construction drawings shall include the following: a. Electrical site layout depicting location of electrical equipment and conduit routing. b. Electrical one-line diagram of the complete facility and load analysis specifying electrical equipment sizes. c. Conduit schedule specifying conductor and conduit sizes. d. Electrical control schematics for the proposed equipment. e. Electrical details. 2. Electrical Technical Specifications a. Division 16 specifications for electrical work and equipment required. 3. Deliverables a. 60% and 90% review sets for internal and agency reviews in electronic format (PDF). b. 100% signed and sealed construction drawings in electronic format (PDF). c. Electrical specifications in electronic format (PDF). 4. Items provided by Client a. AutoCAD drawings. i. Site layout ii. Border b. Load information including motor horsepower and/or equipment wattage of current and ultimate phase. c. Mechanical and process equipment specifications. B1. Additional Design Phase Services – Replace Genset (Alternate Item) 1. Generator sizing calculations. 2. Generator details and specifications. C. Bid Phase Services 1. Attend pre-bid meeting. 2. Review electrical questions from bidders and prepare addenda and clarifying documents. D. Construction Phase Services 1. Review electrical shop drawings and submittals. 2. Review and comment on any Requests for Information (RFI). 3. One (1) final inspection at substantial completion and provide a punch list of observed electrical deficiencies. Additional site visits may be requested and shall be billed as an hourly service. 4. Interpret the intent of the plans via telephone or email. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC John Lacy, P.E. Page 3 June 3, 2025 Proposed Fee A. Preliminary Design Phase Services (Lump Sum) = $3,000 B. Electrical Design Phase Services (Lump Sum) = $36,000 B1. Additional Design Phase Services – Replace Genset (Alternate Item) (Lump Sum) = $7,000 C. Bid Phase Services (Lump Sum) = $1,000 D. Construction Phase Services (Lump Sum) = $10,000 Special Considerations This proposal is based on the following special considerations: 1. This proposal shall be subject to the Professional Services Agreement dated February 7, 2017, between Pape-Dawson Engineers (formerly Costello, Inc.) and Baird Gilroy & Dixon, LLC (formerly Baird & Gilroy LLC). 2. Civil design items including buildings, concrete slabs, drainage, and landscaping are not included. 3. Reimbursable expenses including outside services not performed by Baird Gilroy & Dixon, LLC personnel shall be provided and reimbursed at cost plus 10%. Although we do not anticipate any Reimbursable Expenses, these services typically include reproduction and deliveries. 4. Additional review meetings, construction site visits or other services desired by CLIENT may be provided by SUBCONSULTANT on an hourly basis or an agreed upon lump sum as an additional service to this contract as requested. 5. Hourly Services, if any, shall be provided in accordance with the Schedule of Hourly Rates listed below. This rate schedule may be revised upon written notification in January of each year. SCHEDULE OF HOURLY RATES Effective January 2025 Subject to Annual Revision in January 2026 Engineering Personnel Programming Personnel Electrical Engineer’s Assistant I $60 Programmer’s Assistant I $60 Electrical Engineer’s Assistant II $80 Programmer’s Assistant II $80 Electrical Staff Engineer $130 Programmer I $145 Electrical Project Engineer $150 Programmer II $160 Electrical Sr. Project Engineer $165 Programmer III $180 Electrical Project Manager $200 Programmer IV $200 Officer – Principal $250 Designer/Drafting Personnel Office Personnel CAD Operator I $75 Project Support Administrator $80 CAD Operator II $90 Accounting Manager $90 Designer I $105 Designer II $120 6. The proposed fees shall be considered in their entirety for the scope of services. Should you wish to contract with us for only a portion of the work, we reserve the right to negotiate individual scope items on their own merits. 7. Cost estimates prepared by the engineer represent their best judgment as a design professional familiar with the construction industry. It is recognized, however, that the engineer has no control over the cost of labor, materials, or equipment; over the contractor’s methods of determining bid Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC John Lacy, P.E. Page 4 June 3, 2025 prices; or over competitive bidding or market conditions. Accordingly, the engineer cannot and does not guarantee that bids will not vary from any cost estimate prepared by them. 8. This proposal shall be valid for sixty days from this date and may be extended upon approval by this office. We appreciate the opportunity to submit this proposal and look forward to working with you. An executed copy of this proposal will serve as our notice to proceed. Please return one copy to our office. Should you have any questions, please call. Sincerely, Gregory S. Baird, P.E. Baird Gilroy & Dixon, LLC Principal Attest:________________________________ P:\Projects\162\0041\Contracts\Proposal – Pearland Cullen WP Improvements Rev.2.docx APPROVED BY: _______________________________________ Signature _______________________________________ Name and Title (Printed) _______________________________________ Date _______________________________________ Pape-Dawson Engineers Project Number 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 September 9, 2025 Proposal No. 16-01579 Mr. John Lacy, PE Pape-Dawson Engineers 2107 CityWest Boulevard, 3rd Floor Houston, Texas 77042 Subject: Proposal to Perform Geotechnical Evaluation WA2403 Cullen Ground Storage Tank Replacement 2555 Cullen Parkway Pearland, Texas Dear Mr. Lacy: We are pleased to present this revised 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 We understand the City of Pearland (COP) plans to construct a new 1-million-gallon (MG) ground storage tank (GST) to the north of the existing GST on the COP facility at 2555 Cullen Parkway in Pearland, Texas. The existing tank is a 605,000-gallon bolted steel tank that we understand has been leaking. The new GST will be a prestressed-concrete tank with a diameter of about 65 feet and a height of approximately 40 feet. COP plans to keep the existing GST in service during construction of new tank and demolish it as soon as new tank is placed online. In addition, the existing generator and its foundation will be replaced. SCOPE OF SERVICES • Review readily available published and in-house geotechnical literature of the site and the general site area including geologic maps and perform a walking reconnaissance of the project site. • Perform a reconnaissance of the project site 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 WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 2 • Drill, log, and sample four exploratory borings at the site to depths of 20 to 70 feet below the ground surface (bgs). The purposes and depths of the borings are summarized below in Table 1. Table 1 – Proposed Boring Locations and Depths Location Number of Borings Depth per Boring (feet) Drilling Footage (feet) GST - Center 1 70 70 GST - Perimeter 2 50 100 Generator Pad 1 20 20 Total 4 - 190 • Collect geotechnical soil samples using conventional split-spoon and/or thin-wall tube sampling techniques for laboratory testing and analysis. At the borings drilled for the GST, samples will be collected continuously to a depth of 20 feet and at 5-foot intervals thereafter. For the generator pad, samples will be collected continuously to a depth of 10 feet and at 5- foot intervals thereafter. • Perform laboratory testing that will generally consist of moisture content, No. 200 Wash, Atterberg limits, consolidation, and strength testing. • Prepare a geotechnical report presenting the results of our evaluation. 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; Subsurface soil and groundwater conditions; Seismic design parameters; Expansive soil-related movements using an empirical method for predicting Potential Vertical Rise (PVR) developed by TxDOT; Earthwork considerations; Excavation characteristics of onsite soils; Subgrade preparation measures; Suitable foundation types for the GST and generator pad; Allowable bearing capacities; and Estimated settlements. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 3 ASSUMPTIONS • The site is accessible to truck-mounted drilling equipment and site access will be granted. • Some ground disturbance should be expected as a result of our fieldwork. • The boreholes can be backfilled with soil cuttings from the drilling. • 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 plans. • Ninyo & Moore will not need to obtain any permits 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 the field work will be initiated within two weeks of receiving notice to proceed. We anticipate issuing a report within about five weeks after fieldwork is completed. FEE We propose to perform the work scope described above for a lump sum fee of $17,700 (Seventeen Thousand Seven Hundred Dollars). It is difficult to estimate a Construction Materials Testing (CMT) cost until project plans are developed. However, based on our experience with previous projects and our discussion with you, we would estimate a budget of about $25,000 for CMT services during construction. A more detailed estimate can be provided once project plans are provided. 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. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 4 To authorize our services, please sign and return the attached Work Authorization and Agreement. We look forward to working with you. Respectfully submitted, NINYO & MOORE Richard Whitt, PE Senior Engineer Jay T. Sunderwala, PE Managing Principal Engineer RJW/JTS/tah Attachment: Work Authorization and Agreement Breakdown of Estimate Fee for CMT (preliminary) Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 1 WORK AUTHORIZATION AND AGREEMENT Please Sign and Return One Copy to: NINYO & MOORE 2313 W. Sam Houston Parkway, North, Suite 119 Houston, Texas 77043 PROPOSAL NO. 16-01579 1. PROJECT ADDRESS: 2555 Cullen Parkway Pearland, Texas 2. PROJECT DESCRIPTION: Geotechnical Evaluation WA2403 Cullen Ground Storage Tank Replacement 3. SCOPE OF STUDY: Please refer to proposal dated September 9, 2025. 4. FEE: $17,700 (Seventeen Thousand Seven Hundred Dollars – Lump Sum) 5. PORTION OF FEE IN ADVANCE OF WORK: None 6. CLIENT: Pape-Dawson Engineers PHONE: 713-627-1015 2107 CityWest Boulevard, 3rd Floor Houston, Texas 77042 CONTACT: Mr. John Lacy, PE PHONE: 713-627-1015 7. STATEMENT TO BE SENT TO: Client CONDITIONS OF AGREEMENT BETWEEN CLIENT AND NINYO & MOORE This AGREEMENT is made by and between: NINYO & MOORE GEOTECHNICAL AND ENVIRONMENTAL SCIENCES CONSULTANTS, hereinafter referred to as CONSULTANT, and Pape-Dawson Engineers, hereinafter referred to as CLIENT. This AGREEMENT between the parties consists of these TERMS, the attached Proposal identified as No. 16-01579 dated September 9, 2025, and any exhibits or attachments noted in the Proposal. Together, these elements will constitute the entire AGREEMENT superseding any and all prior negotiations, correspondence, or agreements either written or oral. Any changes to this AGREEMENT must be mutually agreed to in writing. STANDARD OF CARE CLIENT recognizes that subsurface conditions may vary from those observed at locations where borings, surveys, or explorations are made, and that site conditions may change with time. Data, interpretations, and recommendations by CONSULTANT will be based solely on information available to CONSULTANT. CONSULTANT is responsible for those data, interpretations, and recommendations, but will not be responsible for other parties' interpretations or use of the information developed. Services performed by CONSULTANT under this AGREEMENT are expected by CLIENT to be conducted in a manner consistent with the level of care and skill ordinarily exercised by members of the geotechnical engineering profession practicing contemporaneously under similar conditions in the locality of the project. Under no circumstance is any warranty, expressed or implied, made in connection with the providing of geotechnical consulting services. SITE ACCESS AND SITE CONDITIONS CLIENT will grant or obtain free access to the site for all equipment and personnel necessary for CONSULTANT to perform the work set forth in this agreement. CLIENT will notify any and all possessors of the project site that CLIENT has granted CONSULTANT free access to the site. Client will protect all property, inside and out, including all plants and landscaping. CONSULTANT will take reasonable precautions to reduce the potential for damage to the site, but it is understood by CLIENT that, in the normal course of work, some damage may occur and the correction of such damage or alteration is not part of this AGREEMENT unless so specified in the Proposal. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 2 CLIENT is responsible for accurately delineating the locations of all subterranean structures and utilities. CONSULTANT will take reasonable precautions to avoid known subterranean structures, and CLIENT waives any claim against CONSULTANT, and agrees to defend, indemnify and hold CONSULTANT harmless from any claim or liability for injury or loss, including costs of defense, arising from damage done to subterranean structures and utilities not identified or accurately located. In addition, CLIENT agrees to compensate CONSULTANT for any time spent or expenses incurred by CONSULTANT in defense of any such claim, with compensation to be based upon CONSULTANT's prevailing fee schedule and expense reimbursement policy. SAMPLE DISPOSAL CONSULTANT will dispose of remaining soil, rock, and water samples approximately thirty (30) days after submission of the report covering those samples. Further storage or transfer of samples can be made at CLIENT's expense upon CLIENT's prior written request. MONITORING If CONSULTANT is retained by CLIENT to provide a site representative for the purpose of monitoring specific portions of construction work or other field activities as set forth in the Proposal, then this phrase applies. For the specified assignment, CONSULTANT will report observations and professional opinions to CLIENT or CLIENT’s agent. No action of CONSULTANT or CONSULTANT's site representative can be construed as altering any AGREEMENT between the CLIENT and others. CONSULTANT will report to CLIENT or CLIENT’s agent any observed geotechnically related work which, in CONSULTANT's professional opinion, does not conform with plans and specifications. The CONSULTANT has no right to reject or stop work of any agent or subcontractor of CLIENT; such rights are reserved solely for CLIENT. Furthermore, CONSULTANT's presence on the site does not in any way guarantee the completion or quality of the performance of the work of any party retained by CLIENT to provide field or construction-related services. If CONSULTANT is not retained by Client for the purpose of monitoring construction work or field activities, CONSULTANT will expressly not be held liable or responsible for such activities or for the geotechnical performance of the completed project. Monitoring of construction work or field activities and the geotechnical performance of the completed project is and will remain the sole and express responsibility of the CLIENT or other party designated by the CLIENT. CLIENT hereby agrees to indemnify and hold harmless CONSULTANT from and against any loss or judgment, suffered by the CONSULTANT as a result of a claim or lawsuit resulting from CLIENT’s failure to monitor construction work or field activities for which CONSULTANT has not been retained. CONSULTANT will not be responsible for and will not have control or charge of specific means, methods, techniques, sequences or procedures of construction or other field activities selected by any agent or agreement of CLIENT. It is mutually understood and agreed by CLIENT and CONSULTANT that CONSULTANT has no control or enforcement ability over any persons or parties who are not employees of CONSULTANT. CONSULTANT does not purport to be, nor is CONSULTANT responsible for, any safety precautions nor programs incident thereto for such non-employees of CONSULTANT. OWNERSHIP AND MAINTENANCE OF DOCUMENTS Unless otherwise specified in this Agreement or in an Addendum, and provided that CONSULTANT has been fully paid for the Services, CLIENT shall have the right to use the documents, maps, photographs, drawings and specifications resulting from CONSULTANT’s efforts on the project, for purposes reasonably contemplated by the parties. CONSULTANT shall have the right, but shall not be obligated, to retain copies of all such materials and shall have the right to use the same for any purpose, unless such use would be expected to cause harm to CLIENT. CLIENT shall specify in advance, in writing, and be charged for all arrangements for special or extended-period maintenance of such materials by CONSULTANT. CONSULTANT retains the right of ownership with respect to any patentable concepts or copyrightable materials arising from its Services. Reuse of any material described by CLIENT, including publication to third parties, on extension of this project or on any other project without CONSULTANT’s written authorization, shall be at CLIENT’s risk, and CLIENT agrees to indemnify, defend, and hold harmless CONSULTANT from all claims, damages, and expenses, including attorney’s fees, arising out of such unauthorized reuse. BILLING AND PAYMENT CLIENT will pay CONSULTANT in accordance with the procedures indicated in the Proposal and its attachments. Invoices will be submitted to CLIENT by CONSULTANT, and will be due and payable upon presentation. If CLIENT objects to all or any portion of any invoice, CLIENT will so notify CONSULTANT in writing within fourteen (14) calendar days of the invoice date, identify the cause of disagreement, and pay when due that portion of the invoice not in dispute. The parties Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 3 will immediately make every effort to settle the disputed portion of the invoice. In the absence of written notification described above, the balance as stated on the invoice will be paid. Invoices are delinquent if payment has not been received within thirty (30) days from date of invoice. CLIENT will pay an additional charge of three quarters of a percent (.75) per month (or the maximum percentage allowed by law, whichever is lower) on any delinquent amount, excepting any portion of the invoiced amount in dispute and resolved in favor of CLIENT. Payment thereafter will first be applied to accrued interest and then to the principal unpaid amount. All time spent and expenses incurred (including any attorney's fees) in connection with collection of any delinquent amount will be paid by CLIENT to CONSULTANT per CONSULTANT's current fee schedules. In the event CLIENT fails to pay CONSULTANT within sixty (60) days after invoices are rendered, CLIENT agrees that CONSULTANT will have the right to consider the failure to pay the CONSULTANT's invoice as a breach of this AGREEMENT and CONSULTANT may cease work on the project. At CONSULTANT’s option, CONSULTANT may waive said major breach upon payment by CLIENT of all arrearages and outstanding invoices. TERMINATION This AGREEMENT may be terminated by either party seven (7) days after written notice in the event of any breach of any provision of this AGREEMENT or in the event of substantial failure of performance by either party, or if CLIENT suspends the work for more than three (3) months. In the event of termination, CONSULTANT will be paid for services performed prior to the date of termination plus reasonable termination expenses, including, but not limited to, the cost of completing analyses, records, and reports necessary to document job status at the time of termination. RISK ALLOCATION Many risks potentially affect CONSULTANT by virtue of entering into this AGREEMENT to perform professional consulting services on behalf of CLIENT. The principal risk is the potential for human error by CONSULTANT. For CLIENT to obtain the benefit of a fee which includes a nominal allowance for dealing with CONSULTANT's liability, CLIENT agrees to limit CONSULTANT's liability to CLIENT and to all other parties for claims arising out of CONSULTANT's performance of the services described in this AGREEMENT. The aggregate liability of CONSULTANT will not exceed $50,000 for negligent professional acts, errors, or omissions, including attorney’s fees and costs which may be awarded to the prevailing party, and CLIENT agrees to indemnify and hold harmless CONSULTANT from and against all liabilities in excess of the monetary limit established above. Limitations on liability and indemnities in this AGREEMENT are business understandings between the parties voluntarily and knowingly entered into, and shall apply to all theories of recovery including, but not limited to, breach of contract, warranty, tort (including negligence), strict or statutory liability, or any other cause of action, except for willful misconduct or gross negligence. The parties also agree that CLIENT will not seek damages in excess of the limitations indirectly through suits with other parties who may join CONSULTANT as a third-party nor by an award of attorney’s fees and costs to the prevailing party in excess of the aggregate liability agreed upon herein by the parties. Parties means CLIENT and CONSULTANT and their officers, employees, agents, affiliates, and subcontractors. Both CLIENT and CONSULTANT agree that they will not be liable to each other, under any circumstances, for special, indirect, consequential, or punitive damages arising out of or related to this AGREEMENT. INDEMNIFICATION If any claim is brought against CONSULTANT, its employees, agents and subcontractors and/or CLIENT by a third party, relating in any way to the Services, the contribution and indemnification rights and obligations of CONSULTANT and Client, subject to the paragraph titled “Risk Allocation” above, such claim shall be determined as follows: 1. If any negligence, breach of contract, or willful misconduct of CONSULTANT caused any damage, injury, or loss claimed by the third party, then CONSULTANT and CLIENT shall each indemnify the other against any loss or judgement on a comparative negligence basis (CLIENT responsibility to include that of its agents, employees, and other contractors); and 2. Unless CONSULTANT was liable for negligence, breach of contract, or willful misconduct which in whole or in part, caused the damage, injury, or loss asserted in the third party claim, CLIENT shall indemnify CONSULTANT against the claim, liability, loss, legal fees, consulting fees, and other costs of defense reasonably incurred. Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC NINYO & MOORE, A SOCOTEC COMPANY WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 4 DISCOVERY OF UNANTICIPATED HAZARDOUS MATERIALS CLIENT represents that CLIENT has made a reasonable effort to evaluate if hazardous materials are on or near the project site, and that CLIENT has informed CONSULTANT of CLIENT's findings relative to the possible presence of such materials. Hazardous materials may exist at a site where there is no reason to believe they could or should be present. CONSULTANT and CLIENT agree that the discovery of unanticipated hazardous materials constitutes a changed condition mandating a renegotiation of the scope of work or termination of services. CONSULTANT and CLIENT also agree that the discovery of unanticipated hazardous materials may make it necessary for CONSULTANT to take immediate measures to protect health and safety. CLIENT agrees to compensate CONSULTANT for any equipment decontamination or other costs incident to the discovery of unanticipated hazardous materials. CONSULTANT agrees to notify CLIENT when unanticipated hazardous materials or suspected hazardous materials are encountered. CLIENT agrees to make any disclosures required by law to the appropriate governing agencies. CLIENT also agrees to hold CONSULTANT harmless for any and all consequences of disclosures made by CONSULTANT which are required by governing law. In the event the project site is not owned by CLIENT, CLIENT recognizes that it is CLIENT's responsibility to inform the property owner of the discovery of unanticipated hazardous materials or suspected hazardous materials. Notwithstanding any other provision of the AGREEMENT, CLIENT waives any claim against CONSULTANT and, to the maximum extent permitted by law, agrees to defend, indemnify, and save CONSULTANT harmless from any claim, liability, and/or defense costs for injury or loss arising from CONSULTANT's discovery of unanticipated hazardous materials or suspected hazardous materials, including, but not limited to, any costs created by delay of the project and any cost associated with possible reduction of the property's value. CLIENT will be responsible for ultimate disposal of any samples secured by CONSULTANT which are found to be contaminated. DISPUTE RESOLUTION If a dispute at law arises from matters related to the services provided under this AGREEMENT and that dispute requires litigation, then: 1. The claim will be brought and tried in judicial jurisdiction of the court of the county where CONSULTANT's principal place of business is located and CLIENT waives the right to remove the action to any other county or judicial jurisdiction, and; 2. The prevailing party will be entitled to recovery of all reasonable costs incurred, including staff time, court costs, attorneys' and expert witness fees, and other claim-related expenses. GOVERNING LAW AND SURVIVAL If any of the provisions contained in this AGREEMENT are held illegal, invalid, or unenforceable, the enforceability of the remaining provisions will not be impaired. Risk allocation and indemnities will survive termination or failure of this AGREEMENT for any cause. The parties have read, or had the opportunity to read, the foregoing, including all attachments, addendums, and exhibits hereto, have had an opportunity to discuss the same, understand completely the terms, and willingly enter into this AGREEMENT which will become effective on the date signed below by CLIENT. Printed Name of Client or Authorized Agent Signature of Client or Authorized Agent Date 09/09/25 Jay Sunderwala, PE / Managing Principal Engineer Date PM: RJW Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC Engineering Technician Utlilities/Pads 8 days @ 8 hours/day @ 60.00$ /hour 3,840.00$ Foundations 5 days @ 8 hours/day @ 60.00$ /hour 2,400.00$ Vehicle Usage Charge 104 hours @ 15.00$ /hour 1,560.00$ Nuclear Density Gauge 104 hours @ 15.00$ /hour 1,560.00$ Laboratory Testing Standard Proctor Density Soils, D 698 2 samples @ 230.00$ /sample 460.00$ Standard Proctor Density Treated Soils, D 698 2 samples @ 255.00$ /sample 510.00$ 200 Wash 2 samples @ 65.00$ /sample 130.00$ Atterberg Limits 2 samples @ 70.00$ /sample 140.00$ CSS Compressives 4 each @ 80.00$ /each 320.00$ Lime Recommendation 1 sample @ 275.00$ /sample 275.00$ 11,195.00$ Engineering Technician 10 days @ 8 hours/day @ 60.00$ /hour 4,800.00$ Cylinder Pick Ups (no charge if already onsite for other services)10 days @ 4 hours/day @ 60.00$ /hour 2,400.00$ Vehicle Usage Charge 120 hours @ 15.00$ /hour 1,800.00$ Compression Tests of Cylinders 20 sets @ 4 samples/set @ 80.00$ /set 1,600.00$ Subtotal 10,600.00$ Principal Engineer 4 hours @ 180.00$ /hour 720.00$ Project Manager 16 hours @ 105.00$ /hour 1,680.00$ Data Processor 8 hours @ 55.00$ /hour 440.00$ Subtotal 2,840.00$ $24,635.00 Engineering Review, Consultation and Data Processing Concrete Table 1 - Breakdown of Estimated Fee Earthwork TOTAL ESTIMATED FEE Subtotal NINYO & MOORE, A SOCOTEC COMPANY WA2403 Cullen Ground Storage Tank Replacement, Pearland, Texas | 16-01579 | September 9, 2025 1 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC PREVENTIVE SERVICES _________________________________________________________________________________________________________ P. O. Box 1969 Spring, Texas 77383-1969 Phone (281) 374-7042 October 8, 2025 City of Pearland: Cullen Water Plant C/o Pape-Dawson Engineers, Inc. Mr. John Lacy, P.E. 2107 CityWest Boulevard, Third Floor Houston, TX 77042 RE: CITY OF PEARLAND: CULLEN WATER PLANT IMPROVEMENTS COATING INSPECTION Mr. Lacy, As requested, we are providing you with a proposal for coating rehabilitation inspection services. The following areas will all be visually inspected: • Proposed Prestressed Concrete GST connection piping • Well Header and associated piping • Booster Pumps and associated piping including discharge line • Yard piping at the base of the EST • Interior Rooms of the CMU Block Building (Booster Pump and MCC) Also included within the scope of our inspection, we will check the ambient conditions, the surface profile, correct product, and application per Manufacturers/Engineers specifications; dry mil thicknesses of the protective coatings applied and witness a holiday test where applicable. Following is our proposal: A. GENERAL Preventive Services, LP will provide a project representative to perform periodic inspections with written reports submitted monthly via email in PDF form. All project activities will be coordinated with the Engineer or your designate. B. COSTS (ON-SITE) TOTAL LUMP SUM COST: $15,600.00 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC City of Pearland: Cullen Water Plant October 8, 2025 -Page 2- We appreciate the opportunity to submit a proposal to the City of Pearland: Cullen Water Plant C/o Pape-Dawson Engineers, Inc. for coating rehabilitation inspection services. We look forward to doing business with you; please contact our office if you have any questions. Regards, Kevin L. Cullins, Managing Member To accept and authorize this work, please sign, date, and attach purchase order number below. Return to via email to kcullins@preventivesvcs.com. ___________________________________ ____________ Representative Signature Date ___________________________________ Printed Name ___________________________________ Title ___________________________________ Telephone Number ___________________________________ Purchase Order Number Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC INSR ADDL SUBR LTR INSR WVD DATE (MM/DD/YYYY) 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) COMMERCIAL GENERAL LIABILITY 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 INSURER(S) AFFORDING COVERAGE NAIC # Y / N N / A (Mandatory in NH) ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? EACH OCCURRENCE $ DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS - COMP/OP AGG $ $ PRO- OTHER: LOCJECT COMBINED SINGLE LIMIT $(Ea accident) BODILY INJURY (Per person)$ANY AUTO OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS AUTOS ONLY HIRED PROPERTY DAMAGE $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 LIMIT $DESCRIPTION OF OPERATIONS below POLICY NON-OWNED 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 any 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. The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03) ACORDTM CERTIFICATE OF LIABILITY INSURANCE National Fire Insurance Co. of Hartford Illinois Union Insurance Company Allied World Surplus Lines Insurance Co 11/06/2025 USI Insurance Services NW CL1 825 NE Multnomah, Suite 1500 Portland, OR 97232 503 224-8390 Eric Kikalo 503 224-8390 610 362-8130 eric.kikalo@usi.com Pape-Dawson Consulting Engineers, LLC 2000 NW Loop 410 San Antonio, TX 78213 20478 27960 24319 51700399 A X X X 7012316633 02/28/2025 02/28/2026 1,000,000 1,000,000 15,000 1,000,000 2,000,000 2,000,000 A X X X 7012296190 02/28/2025 02/28/2026 1,000,000 B X X G48685596001 02/28/2025 02/28/2026 5,000,000 5,000,000 A N 7012316647 02/28/2025 02/28/2026 X 1,000,000 1,000,000 1,000,000 C Prof Liab - 03145815 02/28/2025 02/28/2026 $5,000,000 The General Liability and Automobile Liability coverages include primary non-contributory additional insured coverage when required under written contract or written agreement as per attached endorsements. General Liability and Automobile Liability waiver of subrogation coverage is included per attached endorsements. Workers Compensation coverage includes waiver of subrogation coverage when required by written contract or agreement, per attached endorsement. Umbrella follows form to General Liability, Auto Liability (See Attached Descriptions) City of Pearland Attn: Engineering & Public Work 2016 Old Alvin Rd Pearland, TX 77581 1 of 2 #S51700399/M50844136 PAPEDAWS2Client#: 1863504 SACT 1 of 2 #S51700399/M50844136 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC SAGITTA 25.3 (2016/03) DESCRIPTIONS (Continued from Page 1) and Employers Liability. 30-Day Notice of Cancellation. ********************************************************************************************* NAMED INSUREDS: Arborleaf Engineering & Surveying, Inc.; D2410 Partners, LP; Pape Dawson Munoz, LLC; Pape Dawson Charitable Foundation; Pape-Dawson Consulting Engineers Holdings, LLC; PD Management Holdco, LLC; Pape Dawson Engineers Holdings, Inc. Pape-Dawson Partners, LLP; Pape-Dawson Consulting Engineers, LLC DBA: Pape Dawson Engineers, Inc.; Pape-Dawson Engineers, LLC; VRRSP Consultants, LLC; Pape-Dawson Consulting Engineers, Inc. Employee 401K Plan; Dowdey Anderson & Associates 401K Plan; Pape-Dawson Consulting Engineers, Inc.; Employee Benefits Plan Trust; Dowdey, Anderson & Associates, LLC; Costello, LLC; Costello, Inc. 401(K) Plan; Poulos & Bennett, LLC; Q. Grady Minor & Associates, P.A.; Q. Grady Minor and Associates, LLC; Maxwell Reddick & Associates, Inc.; Maxwell Reddick & Associates, LLC; Ragan-Smith Associates, Inc.; Ragan-Smith Associates, LLC; KSA Engineers, Inc.; BLOC Design-Build, LLC; Legacy Bear Properties, LLC; KSA Alliance, Inc.; Eberly & Associates, Inc.; Morris Engineering and Consulting, LLC; Morris Engineering and Consulting, LLC; Sovereign's Engineering & Surveying Holdings Inc.; Bonnett Design Group, LLC DBA Gaskin + LeCraw Job Number:WA2403 Description of Operations: City of Pearland "Cullen Ground Storage Tank Replacement" Project (CIP Project No. WA2403) Including Additional Cullen Water Plant Improvements . The City of Pearland is included as additional insured per attached endorsements. 2 of 2 #S51700399/M50844136 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC 2/28/2025 Pape-Dawson Consulting Engineers, LLC Docusign Envelope ID: F8835AC5-2FDD-4206-9007-F498973958DC