Loading...
HomeMy WebLinkAboutR2026-059 20260323Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F RESOLUTION NO. R2026-59 A Resolution of the City Council of the City of Pearland, Texas, authorizing a professional service contract with Consor North America, Inc., for design, bidding and construction services associated with the Broadway Street Expansion Project, in the estimated amount of $616,812.98. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PEARLAND, TEXAS: Section 1. That certain contract for professional services, a copy of which is attached hereto as Exhibit "A" and made a part hereof for all purposes, is hereby authorized and approved. Section 2. That the City Manager or his designee is hereby authorized to execute and the City Secretary to attest a contract for professional services. PASSED, APPROVED and ADOPTED this the 23rd day of March, A.D., 2026. DocuSigned by: raTraToLE MAYOR ATTEST: cDocuSigned by: FratAtt.s aovitar FRAWES�'A-5GUILAR, TRMC, MMC CITY SECRETARY ._� APPROVED AS TO FORM: E0 Signed by: p� Q,w9 ,‘,e,k,C2 ✓ J . � ^ 01At n � EBs�o-aao-�e LAWRENCE G. PROVINS CITY ATTORNEY Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Resolution No. R2026-59 CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT is entered into upon final execution by and between the City of Pearland ("CITY") and Consor North America, Inc. ("CONSULTANT"). The CITY engages the CONSULTANT to perform professional services for a project known and described as Broadway Street Expansion between Kirby and Half Moon Bay ("PROJECT"). (Project # ) 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 design services for the project named above. 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 Design 1 of 7 D2. Revised 04/2019 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 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. Design 2 of 7 D2 Revised 04/2019 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F SECTION II - PERIOD OF SERVICE This CONTRACT will be binding upon execution and end September 30, 2028. SECTION III - CONSULTANT'S COMPENSATION A. B. The total compensation for the services performed shall not exceed the total noted in Section 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) 2. Additional Services shall require independent and specific authorization and shall be billed as (Not to Exceed): 3. Bid Phase Services (Hourly Not to Exceed) 4. Construction Phase Services (Hourly Not to Exceed) 5. Reimbursable Expenses (Not to Exceed) 6. Total: $435,479.48 $120,506.14 $7,079.82 $53,747.54 $0.00 $616,812.98 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 Design 3 of 7 D2 Revised 04/2019 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 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 - Design 4 of 7 D2 Revised 04/2019 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 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 1080 Eldridge Parkway, Suite 800, Houston, TX 77077. 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. Design 5 of 7 D2 Revised 04/2019 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 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. DocuSigned by: Lig.47t— tl_e•----------- ro3oc�z�c�acazc. CITY OF PEARLAND, TEXAS DATE COi"-"7144 ULTANT 3/24/2026 I 4:31 PM CDT 3/11/2026 DATE Design 6 of 7 D2 Revised 04/2019 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F CITY O - EA AWD: Attest: Fraud .-s 1 tLar' -F4 I5 Name: Frances Aguilar Title: City Secretary Date:3/24/2026 110:26 AM CDT III Ill,w 1{a1i, ,, ^4,: Eu Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F House Bill 89 Verification Steve Lewis (Person name), the undersigned representative (hereafter referred to as "Representative") of Consor North America, Inc. (company or business name, hereafter referred to as "Business Entity"), being an adult over the age of eighteen (18) years of age, after being duly sworn by the undersigned notary, do hereby depose and affirm the following: 1. That Representative is authorized to execute this verification on behalf of Business Entity; 2. That Business Entity does not boycott Israel and will not boycott Israel during the term of any contract that will be entered into between Business Entity and the City of Pearland; and 3. That Representative understands that the term "boycott Israel" is defined by Texas Government Code Section 2270.001 to mean refusing to deal with, terminating business activities with, or otherwise taking any action that is intended to penalize, inflict economic harm on, or limit commercial relations specifically with Israel, or with a person or entity doing business in Israel or in an Israeli -controlled territory, but does not include an action made for ordinary business purposes, DocuSlantd l 6[4599'37 B'� SIGNATURE OF REPRESENTATIVE 1� SUBSCRIBED AND SWORN TO BEFORE ME, the undersigned authority, on this day ofd c� , 2Q2Lz ottiiflll/!A ,,,N<,‘‘f,..LLAdY..•••• TAR }- �(f eAltuc --1 Wa- d f,t e 1 3'• PUBI--C1 Notary Public , Design 7 of 7 D2 Revised 04/2019 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F consor 1080 Eldridge Parkway, Ste. 800 Houston, Texas 77077 Telephone (281) 493-4140 E -Mail: slewis@consoreng.com March 11, 2026 Lorenzo Wingate, PE Director of Engineering & Public Works 2016 Old Alvin Rd. Pearland, TX 77581 Re: City of Pearland — Broadway Street Lane Expansion From Halfmoon Bay Dr. to Kirby Dr. Dear Mr. Wingate: CONSOR Engineers is pleased to submit our proposal for providing Design services for the widening of Broadway in the City of Pearland. The Consor team will consist of the following subconsultants: • Kuo & Associates — Survey • RODS Corp — Subsurface Utility Engineering (SUE). The total cost for design for the project will be $ 616,812.98. The attached Scope of Work and Level of Effort provides additional details. If you have any questions, please let me know. We appreciate the opportunity to provide these services for the City of Pearland. Sincerely, Steven E. Lewis, P.E. Project Manager Attachments: Exhibit A — Scope of Services Exhibit B — Summary of Project Cost Exhibit C — Consor Level of Effort Exhibit A-1, A-2 — Subconsultants Scope & Fee (Kuo, RODS) Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F EXHIBIT A TRANSPORTATION SCOPE OF SERVICES FOR TIRZ-2 Broadway Street Lane Expansion From Halfmoon Bay Dr. to Kirby Dr. Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope PROJECT SCOPE OF WORK Existing Facility The Broadway St. project limits extend from Halfmoon Bay Dr. on the west end, to Kirby Dr. on the east end, a distance of approximately 2,900 linear feet, plus a transition segment at west end for up to 700 linear feet, for a total project length of 3,600 linear feet. Broadway St. is a concrete curb and gutter boulevard section with storm sewer, oriented east -west, and identified by the City as a Major Thoroughfare. The existing lane configuration is typically two 12' wide thru-lanes in each direction with intermittent left turn and right turn lanes. For most of the project length, the out -to -out curb distance is 86' wide. At the far eastern end of the project, at Kirby Dr. the street widens to three thru-lanes in each direction for approximately 400 -ft, with an out -to -out curb distance of 98'. Each side of the street drains to the outside to storm inlets connected to storm sewer. The existing right-of-way is typically 120 -ft wide. Sidewalks line both sides of the street, and there are various cross streets and driveways accessing neighborhoods and businesses. Various utilities are located within the corridor. The center median is lined with trees. Existing traffic signals are located at Halfmoon Bay, Shadow Creek, and Kirby Drive. Transition Segment Broadway Half moon Bay to Kirby araz Coffee 2 /, consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope Proposed Facility The proposed facility will add one 12' wide thru-lane in each direction. Existing left -turn and right -turn lanes will be proportionally widened to maintain traffic movements. The existing roadway will be widened to accomplish this. Widening will need to occur into the existing center median, and/or to the outside. Widening to the outside will require reconstruction of driveways, cross streets, storm sewer inlets, and portions of the sidewalk, and possible utility relocations. At the west end of the project (west of Halfmoon Bay), the lane configuration will transition back to the existing. Traffic signals at Halfmoon Bay, and Shadow Creek will need to be modified. All work will is anticipated to be located within the existing road right-of-way. PROJECT SCOPE OF SERVICES BASIC SERVICES: Consor Engineers, LLC (CONSOR) team will provide the engineering design services to the City of Pearland (City) necessary for constructing the widened street to the Proposed Facility. The overall scope of services will conform to City procedures and requirements to provide a PS&E package suitable for construction bidding. The design process for this project has been divided into the following phases: PHASE I - PHASE II - PHASE III - PHASE IV - Preliminary Design Services Final Design Services Bid Phase Services Construction Phase Services The preliminary design services, final design services, and bid & phase services deliverables will be in accordance with all adopted City guidelines and specifications and will be included in the following tasks. PHASE I - Preliminary Design Services The primary goals are to (1) establish a typical cross section (2) proposed roadway alignment, (3) determine drainage system needs (drainage report), (4) determine potential conflicts with existing facilities, and (6) prepare a reasonable construction cost estimate. A "30 percent" plan set will be prepared, consisting of all existing features (seen and unseen) shown in plan and profile, and proposed improvements in plan only with minor annotation. A schematic level Traffic Control Plan exhibit will also be prepared. These plans, along with a typical section sheet, are the only drawings that are necessary at this point. 1. Preliminary Phase Services A. Project Management 3 /, consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope 1. Attend meetings (primarily via Teams or similar) with City and stakeholders, as required, to identify & solicit necessary information. Prepare Meeting minutes. 2. Management of subconsultants (survey). B. Data Collection 1. Gather City's existing information (studies, reports, record drawings, GIS maps, etc.) 2. Collect public and private utility information 3. Conduct site visits C. Topographic Survey as described in Surveyor's Scope of Services Exhibit A-1. 2. Prepare Preliminary Engineering Report (PER) A. Preliminary Drainage 1. Data collection - Obtain, review and evaluate available hydrologic and hydraulic (H&H) data for the study area including as built or recent field survey for storm sewer systems and reference standards and criteria. 2. Calculate Atlas 14 5 -year flow values based on as built drainage areas to determine and quantify any flow impacts. Provide preliminary inline detention sizing based on volume checks. No hydraulic modeling for this task. Provide memo summarizing the findings. B. Conduct Drainage Study (If required, based on results of Preliminary Drainage, and with City authorization) 1. Coordination with Brazoria Drainage District 4 (BDD4) - Coordinate with BDD4 about the proposed project. Obtain pertinent information as it relates to project including latest H&H/HEC-RAS models, current or future plans for receiving channel improvements, high water marks/history of flooding, etc. 2. Drainage area map boundaries - Identify existing storm sewer systems associated within the study areas and determine the existing and proposed drainage area boundaries for the project based on available drainage study, contour data and site visits. Drainage area peak flows will be calculated for 2- yr and 100-yr events using Atlas 14 rainfall data. 3. Existing Conditions Analysis - Prepare an existing SWMM model of the drainage systems. Consor will calculate the existing hydraulic grade line for the 5 -year and 100 -year storm events. Consor will identify existing drainage problems based on the existing analysis, LiDAR data, record drawings, and site visits. All flows draining to the project limits will be included in H&H modeling. Overland flow analysis will be performed for the extreme event (100 -year event). 4 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope 4. Proposed Conditions Analysis - Prepare a preliminary proposed storm sewer design based on a 5-yr and 100-yr storm analysis for the project area using SWMM to keep proposed 5-yr HGL below the gutter line and the 100-yr HGL no more than 3 inches above the top of inside curb. With existing storm sewer system on EB side, it is anticipated proposed storm sewer/ will be located on WB side to avoid removing and replacing existing storm sewer. OpenRoads DU will be used to size inlets to meet ponding width and capacity design. Storm sewer leads will be 18 inch pipe or larger with 24 inch minimum for leads carrying 5 cfs or more. 5. Preliminary Detention Analysis — a. Perform a detention analysis following the City of Pearland and BDD4 criteria. Calculate the required detention volume. Analyze the outflow to ensure no increase in peak flows during the 5-yr and 100-yr storm event. Provide appropriate outfall and erosion protection measures. b. Perform Cut/Fill balance check for areas within the effective 500-yr floodplain and provide additional detention as needed. 6. Preliminary Drainage Layouts - Prepare preliminary layouts for the proposed storm system and detention basin. Assess potential locations for on -site and off -site detention. 7. Drainage Impact Analysis Report - Prepare a drainage impact analysis report documenting the results of the preliminary H&H analyses. Report exhibits will include the vicinity map, existing and proposed drainage area maps, and SWMM model outputs for the 5-yr, and 100-yr events. The study and analysis will be performed in accordance with City of Pearland and BDD4 criteria. C. Perform Utility Coordination & Conflict Services: revise per survey 1. Perform research records and field visits to determine the presence of underground or overhead private or public utilities during the Preliminary Design phase. 2. Send records requests to utility companies and obtain I.D. numbers (CenterPoint and AT&T). 3. Depict utilities to a reasonable degree of accuracy on the plan and profile drawings. 4. Perform subsurface utility engineering (SUE) Level A & Level B on an as - needed basis to identify depths of pipelines, gas lines, telecom, etc. in the field. (See Optional Additional Services) 5. Prepare a conflict table during the Preliminary Design phase to highlight conflicts between existing utilities and proposed improvements, to be updated during the Final Design phase as required. 6. Submit milestone -level drawings to applicable utility companies for their review. 7. Coordinate directly with utility companies to facilitate utility adjustments required by the proposed improvements. 8. Obtain utility signatures for the contract plans per City requirements (Final Design). 5 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope D. Roadway Typical Section Alternatives - The Preliminary Phase will evaluate two primary alternatives to achieve the added thru-lanes: 1. Alternate 1 - Widen the outside curbs to match the existing overall outside curb limits (-98') at east end of project (approximately 6' widening each side). Remaining widening will be to the inside median. Any proposed right-of-way needs will be included in the evaluation. 2. Alternate 2 - Widen roadway to the inside median only, maintaining the existing outside curbs. Both design alternatives will consider how to best transition from the existing typical section to the proposed typical section at either end of the project (i.e. how to drop/add lanes and overall roadway with transition). Per City direction, pavement design will not be required for this project. Proposed pavement structure will match existing per Broadway St. as -built drawings. E. Submit Draft report containing: 1. Executive Summary & Design Recommendation & review of Design Alternatives 2. Alignment & Topographic Surveys in accordance with City Standards 3. Draft Drainage Report 4. Prepare 30% construction drawings 1. Existing & Proposed Typical Sections 2. Preliminary Horizontal & Vertical Alignment in Plan & Profile format (22"x 34" plan sheets at 1 "=20' scale) 3. Preliminary Traffic Control Plan Exhibit (22"x 34" Exhibit at 1"=50' scale, double banked) 5. Topographic Survey Plan & Survey Control Map per Surveyor Services (per Exhibit A-1): 6. Prepare a preliminary Engineer's estimate F. Submit Final Report 1. Prepare written response to City's review comments 2. Make revisions to report & resubmit for final approval 3. Submit final report when all comments are addressed PHASE II - Final Design Services The goal is to prepare construction drawings and specifications accurately and efficiently. Interim submittals will be made at 60 percent and 90 percent should include drawings, a 6 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope specification table of contents (and/or special specifications, as applicable), and a construction cost estimate. Note that Level of Effort (LOE) for Final Design Services will vary substantially depending on which Alternate is chosen. LOE has been included in this proposal for both options. 3. Final Design Phase Services A. Project Management 1. Attend meetings (primarily via Teams or similar) with City, stakeholders, and external agencies including TxDOT, County, State & Federal entities, as required, to identify & solicit necessary information. Prepare Meeting minutes. 2. Coordination with TxDOT and permitting process. 3. Management of subconsultants (survey). B. Perform Utility Coordination & Conflict Services (continued from Preliminary Phase) C. Prepare all plans details specifications and cost estimate in accordance with City of Pearland's Engineering Design Criteria Manual (EDCM). 1. Prepare detailed construction drawings, specifications and construction bid packages for the proposed Projects 2. Prepare submittals for 60%, 90%, and Final. All plans will be submitted electronically 3. Coordinate submittals for review & acquire approvals of all permits for County Drainage District 4. Prepare bid sets for distribution via the City's e -bid system; including Plans, Specifications, Bid Proposal, (utilizing City Standard Details + Specs; for details & specification sections the City does not have, submit proposed supplement specs) Submit to City for signatures 5. Prepare Engineer's estimate D. 60% Design Phase Submittal will include: 1. Cover sheet 2. Existing & Proposed Typical Sections 3. Overall project layout 4. Survey control map (by Kuo Associates) 5. Drainage area maps with hydraulic calculations 6. Plan and profile sheets, Removal Layouts (22"x 34" plan sheets at 1"=20' scale; all existing and proposed facilities correctly shown in plan and profile; separate drawings for roadway and storm sewer are not necessary) 7 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope 7. Signage and pavement marking plans (22"x 34" plan sheets at 1"=50' scale; double banked) 8. Traffic Signal Layouts and details for modifications at two intersections (Halfmoon Bay Dr., Shadow Creek High School) 9. Traffic control plan - It is assumed there will be two (2) traffic control phases for this project; maintain minimum 1 -lane traffic in each direction during construction. Detours are not anticipated. TCP layouts will be prepared on double -banked 22"x34" plan sheets at 1" = 50' scale. 10. Storm Water Pollution Prevention Plan (drawings and text; drawings may consist of a layout and details). SWPPP layouts will be prepared on double - banked 22"x34" plan sheets at 1" = 50' scale and details will be included in the construction drawings. 11. Construction Cost Estimate 12. Preliminary Project Manual (bid form, specification table of contents, any special specifications or conditions; contract documents excluded) E. 90% Design Phase Submittal will include: 1. All items from 60% Submittal 2. General Notes 3. Standard construction details 4. Project manual (bid form, specification table of contents, any special specifications or conditions; contract documents excluded) 5. Responses to 60% comments F. Prepare Final plans details specifications and cost estimate in accordance with City of Pearland's Design Criteria Manual (DCM) 1. All items from 90% submittal 2. Responses to 90% comments 4. Bid Phase Services (Phase III) A. Provide Notice to Bidders (NTB) to the Project Manager in an electronic form appropriate for the City's e -bid system format. City is responsible for advertising. B. Chair pre -bid meeting and attend the Bid Opening C. Respond in writing to questions from bidders and prepare addendum as necessary. A single addendum will be developed at the end of the question period. 8 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope D. Prepare Engineer's Recommendation of Award Letter that includes the following required content: 1. Check for math errors and reconcile any mathematical discrepancies 2. Review for unbalance bid items 3. Certified Bid Tabulation including Engineer's estimate 4. Review of contractor's financial standing and references provided 5. Check contractor references 6. Explanation of discrepancies between the Engineer's estimate and bids 7. Recommendation to award 5. Construction Phase Services (CPS) (Phase IV) — CPS will be provided on a Time & Materials basis. For the basis of estimating, it is anticipated that construction duration will be approximately 12 months. A. Construction Administration 1. Attend pre -construction meeting to provide information & answer questions 2. Attend bi-weekly monthly progress meetings with Construction Manager, Contractor & City of Pearland as needed 3. Review/approve & comment on Contractor's submittals, RFIs, Contractor Proposals, Request for Change Orders (RCO) including coordination with Construction Manager on Proposals & Change Orders. 4. Provide interpretive guidance for Contractor, Construction Manager in resolution of problems 5. Conduct Substantial Completion Inspection with CM or PM to: 1. review progress of work for Substantial Completion walk through 2. generate a punch list of items for correction 3. substantiate items that are completed 4. issue both Certificate of Substantial Completion (signed/sealed from Design Engineer) & Final Acceptance or 2nd walk through 6. Issue Final Completion & Acceptance letter to City recommending acceptance & release of final payment 7. Coordinate contractors, CM/CI to provide complete record of As-Builts Drawing 8. Within thirty (30) days after receipt of As-Builts from the contractor to the CM, the project engineer shall provide to the City one (1) set of full size 9 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope reproducible record drawings, an electronic file copy (PDF format), AutoCAD file (.dwg), and GIS compatible file (such as .dxf). 9. All Record Drawings must meet City Standards through the most current Engineering Design Criteria Manual (EDCM). Chapter 11 of the EDMC states the graphic and drawing standards and requirements that must be met. It is the responsibility of the Consultant to ensure these standards are met and the newest EDCM requirements are being used. Please refer to the City's website, for the most current Engineering standards: https://www.pearlandtx.gov/departments/engineering-and-capital- projects/engineering-division. Deliverables All design submittals will be submitted to the City of Pearland Community Development for review. 1. Phase I — Preliminary Design Services a. Topographic Survey b. Drainage Report (if required) c. 30% Design Plans d. Preliminary Engineering Memo e. Utility Conflict Matrix f. Preliminary Cost Estimate 2. Phase II — Final Design (60%) a. 60% Design Plans b. Preliminary Project Manual & Bid Form c. Utility Conflict Matrix updated d. 60% Cost Estimate 3. Phase II — Final Design (90%) a. 90% Design Plans b. Project Manual & Bid Form c. Utility Conflict Matrix updated d. Responses to City 60% comments e. 90% Cost Estimate 4. Phase II — Final Design (Final Submittal, Signed & Sealed) a. Final Design Plans b. Project Manual c. Bidding Documents 5. Phase III - Bid Phase a. Attend pre -bid meeting. b. Answer bidder questions, prepare clarifications and addenda as needed. c. Bid Tabs & Recommendation Letter 10 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway St. Exhibit A - Scope Optional Additional Services 1. Survey (per Exhibit A-1 & Exhibit A-2) a. Sub Subsurface Utility Engineering Level A & B (SUE) b. Establish City monument 2. Tree Protection Plan 3. TDLR Review 4. TxDOT coordination and permitting 5. Public Involvement a. City Council - Project Manager will attend up to three City Council meetings to provide updates and technical commentary on the project. b. Public Meeting — Project Manager and EIT will attend single public meeting to provide technical commentary and answer questions about the project. Consor will assist the City in preparation of presentation materials to be provided by City (architectural type renderings will not be required). Public meeting to be coordinated and organized by City. 6. Public Utilities Design (Water, Sanitary Sewer) PS&E Design — Depending on the results of the PER phase, City water and/or sanitary sewer lines may require revision. a. Consor will provide proposed Water and/or Sanitary plan and profile sheets (22"x34" plan sheets at 1"=20' scale) and associated details. b. PS&E will be included at the 60% Submittal and subsequent submittals. Items Not In Scope of Services If required, the following services can be included with a supplemental contract: 1. Geotechnical; Pavement design (original pavement design on Broadway record drawings shall be used by Consor under its seal) 2. Detention Pond 3. Environmental Study 4. Private Utility Design 5. Stormwater Quality Compensation Payment and compensation for the above Scope of Services for Phases I, II, Ill is to be on a lump sum basis. Phase IV — Construction Phase Services will be paid on a Time & Materials basis. A budget in the amount of $616,812.98 is established for this agreement and will not be exceeded without prior authorization by City. Hourly rates will remain unchanged for the duration of the agreement. 11 consor Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F Broadway Street Lane Expansion Consor North America, Inc. EXHIBIT B Project Name: TIRZ-2 Broadway Street Lane Expansion (Halfmoon to Kirby) Consultant: Consor North America Project Number: D251194TX.02 Date: 3/12/2026 EXHIBIT - B - FEE SUMMARY TASKS DESCRIPTION Consor Engineers LLC (Prime) Kuo & Associates (Survey) TOTAL PHASE I - PRELIMINARY DESIGN SERVICES PROJECT MANAGEMENT & ODE $ 10,164.10 $10,164.10 PRELIMINARY ENGINEERING $ 60,908.84 $60,908.84 TOPO SURVEY (+5% Prime markup) $ 2,636.00 $ 52,720.00 $55,356.00 DRAINAGE STUDY (if required, pending City authorization) $ 56,437.66 $56,437.66 SUBTOTAL PRELIMINARY DESIGN $ 130,146.60 $ 52,720.00 $ 182,866.60 PHASE II - FINAL DESIGN SERVICES PROJECT MANAGEMENT $ 17,521.40 $17,521.40 PS&E BROADWAY RD (Halfmoon to Kirby) $ 235,091.48 $235,091.48 SUBTOTAL FINAL DESIGN $ 252,612.88 $ - $ 252,612.88 PHASE III - BID PHASE SERVICES BID PHASE $ 7,079.82 $ 7,079.82 SUBTOTAL BID PHASE SERVICES $ 7,079.82 $ - $ 7,079.82 TOTAL DESIGN FEE (LUMP SUM) $ 389,839.30 $ 52,720.00 $ 442,559.30 PHASE IV - CONSTRUCTION PHASE (T&M) $ 53,747.54 $ 53,747.54 OPTIONAL ADDITIONAL SERVICES SURVEY SERVICES (SUE) (+5% Prime markup) $ 1,913.00 $ 38,260.00 $40,173.00 TXDOT COORDINATION & PERMITTING $ 12,757.22 $12,757.22 PUBLIC INVOLVEMENT $ 8,590.76 $8,590.76 PUBLC UTILITIIES DESIGN (WATER/WASTEWATER) $ 43,985.16 $43,985.16 TREE PROTECTION PLAN (ALLOWANCE) $12,000.00 TLDR REVIEW (ALLOWANCE) $3,000.00 SUBTOTAL OPTIONAL ADDITIONAL SERVICES $ 67,246.14 $ 38,260.00 $ 120,506.14 PROJECT TOTAL $ 510,832.98 $ 90,980.00 $ 616,812.98 Page 1 Docusign Envelope ID: EEBC1FBB-4F8E-4BO6-ADEC-12345C38EF9F Broadway St. Lane Expansion Consor North America EXHIBIT C Project Name: TIRZ-2 Broadway Street Lane Expansion (Halfmoon to Kirby) Consultant: Consor North America Project Number: D251194TX.02 Date: 2026-03-10 SCOPE OF SERVICES - LUMP SUM PHASE I - PRELIMINARY DESIGN SERVICES TASK DESCRIPTION Project Manager Senior Engineer Project Engineer Engineer In Training Senior Cadd Operator Cadd Operator Admin/Clerical TOTAL LABOR HRS. TOTAL TASK COST NO OF DWGS LABOR HRS PER SHEET PROJECT MANAGEMENT (6 Month) A. Project Management and Administration 4 4 $ 1,230.60 N/A B. Project Coordination (City, Stakeholders) 8 8 $ 2,461.20 N/A C. Project Coordination with Subconsultant Surveyor 8 8 $ 1,687.68 N/A D. Progress Meetings / Prepare Minutes (6 meetings) 6 6 12 $ 2,654.58 N/A E. Schedule / Progress Reports / Invoicing 4 8 12 $ 1,840.04 N/A SUBTOTAL PROJECT MANAGEMENT 22 0 8 6 0 0 8 44 $ 9,874.10 PRELIMINARY ENGINEERING REPORT Data Collection N/A A. Collect Existing Project Data (Studies, Design, Reports, As -Built Drawings, GIS Maps, and Exhibits) 4 16 20 $ 3,000.32 N/A B. Request and Evaluate Public and Private Utilities and Survey Information $ - N/A 1. As -built Investigation for Utilities 6 16 6 28 $ 4,266.08 N/A C. General Site Evaluation for Roadways $ - N/A 1. Field Reconnaisance / Site Photographs 8 8 16 $ 2,765.92 N/A Design $ - D. Identification of Recommended Alternatives & ROW Establishment $ - N/A 1. Prepare Existing and Proposed Typical Sections 4 12 12 28 $ 3,691.80 N/A 2. Prepare & Evaluate Alternatives of Horizontal and Vertical Alignment 4 20 40 8 72 $ 11,661.40 N/A E. Preliminary Drainage - Evaluate Flows and Detention Options w/ summation memo 2 32 40 12 86 $ 13,987.82 N/A F. Prepare Preliminary Engineering Plans, Exhibits $ - N/A 1. Prepare Preliminary Plan & Profile Exhibit 2 4 16 10 20 52 $ 7,073.02 N/A 2. Pre are Prelimina Traffic Control Exhibit 2 4 12 20 38 $ 5,127.50 N/A G. Evaluate existing utilities and Utility Conflict Matrix 1 4 12 17 $ 2,768.85 N/A H. Prepare Preliminary Cost Estimate 1 4 12 17 $ 2,768.85 N/A I. Prepare Executive Summary Memo 2 2 4 12 2 22 $ 3,797.28 N/A SUBTOTAL PRELIMINARY ENGINEERING 14 2 94 196 16 72 2 396 $ 60,908.84 DRAINAGE STUDY If required - Pendin Ci Authorization 1. Data Collection 2 4 4 10 $ 1,998.26 N/A 2. Coordination with Brazoria Drains a District 4 BDD4 2 4 4 10 $ 1,998.26 N/A 3. Drainage Area Map 1 8 12 4 25 $ 4,022.89 N/A 4. Existing Storm System Conditions Analysis 2 32 48 82 $ 13,835.46 N/A 5. Proposed Storm System Conditions Anaylsis 2 4 24 32 62 $ 11,128.14 N/A 6. Preliminary Detention Analysis 2 4 24 32 62 $ 11,128.14 N/A 7. Preliminary Drainage Layouts 1 4 12 12 24 53 $ 6,917.73 N/A 8. Drainage Im.act Analysis Report 1 1 8 16 8 2 36 $ 5,408.78 N/A SUBTOTAL DRAINAGE STUDY 9 160 12 36 2 340 $ 56,437.66 HOURS SUB -TOTALS 49 11 210 362 28 108 12 780 $ 127,220.60 CONTRACT RATE PER HOUR $ 307.65 $ 284.21 $ 210.96 $ 134.78 $ 140.64 $ 102.55 $ 76.18 TOTAL LABOR COSTS $ 15,074.85 $ 3,126.31 $ 44,301.60 $ 48,790.36 $ 3,937.92 $ 11,075.40 $ 914.16 $ 127,220.60 DISTRIBUTION OF STAFFING 11.85% 2.46% 34.82% 38.35% 3.10% 8.71% 0.72% 100% DIRECT EXPENSES QTY UNIT RATE COST Mileage 400 miles $ 0.725 $ 290.00 Parking day $ 15.00 $ Toll Charges each $ 16.00 $ Standard Postage letter $ 17.00 $ Certified Letter Return Receipt each $ 18.00 $ Courier Services each $ 45.00 $ - DIRECT EXPENSES SUBTOTAL $ 290.00 PHASE I - PRELIMINARY DESIGN SERVICES $ 127,510.60 Page 1 of 6 Docusign Envelope ID: EEBC1FBB-4F8E-4BO6-ADEC-12345C38EF9F Broadway St. Lane Expansion Consor North America EXHIBIT C Project Name: Consultant: TIRZ-2 Broadway Street Lane Expansion (Halfmoon to Kirby) Consor North America D251194TX.02 2026-03-10 Project Number: Date: SCOPE OF SERVICES - LUMP SUM PHASE II - FINAL DESIGN SERVICES (OPTION 1 - WIDEN TO INSIDE AND OUTSIDE) TASK DESCRIPTION Project Manager Senior Engineer Project Engineer Engineer In Training Senior Cadd Operator Cadd Operator Admin/Clerical TOTAL LABOR HRS. & COSTS NO OF DWGS LABOR HRS PER SHEET PROJECT COORDINATION/ MANAGEMENT A. Project Management and Administration B. Project Coordination (City, Stakeholders) C. Project Coordination With Sub -Consultants D. Utility Coordination E. Progress Meetings / Prepare Minutes (6) F. Milestone Review Meeting / Prepare Minutes (3) G. Schedule / Progress Reports / Invoicing SUBTOTAL PROJECT MANAGEMENT 4 4 2 6 6 6 28 4 8 8 16 6 6 12 12 0 20 28 0 0 8 4 8 26 12 12 18 88 $ 2,074.44 $ 1,230.60 $ 1,687.68 $ 4,459.46 $ 2,654.58 $ 2,654.58 $ 2,760.06 $ 17,521.40 N/A N/A N/A N/A N/A N/A PS&E - (HALFMOON TO KIRBY) Cover Sheet Index Sheet General Notes Typical Sections Project Layout Sheets Roadway 1 4 4 12 16 4 8 8 8 12 8 14 17 25 37 19 $ 1,878.13 $ 2,229.73 $ 3,589.25 $ 5,101.13 $ 2,651.65 1 1 3 2 1 14.0 17.0 8.3 18.5 19.0 1 1 4 4 4 2 4 4 Horiz Alignment Data Removal Layout (20 scale, double bank) Roadway P&P Sheets (includes Storm Sewer) (20 scale) Table of Proposed Driveways Drainage Drainage Area Maps Design Calculations & Drainage Output Sheets Storm Sewer Laterals Outfall Details & Misc Storm Sewer Details 1 4 8 1 1 1 1 1 8 32 8 8 8 8 4 24 192 8 8 12 16 12 16 32 4 4 4 4 8 32 96 4 8 4 8 8 13 84 360 17 29 25 37 33 $ 1,667.17I 1 $ 11,684.84 4 $ 49,434.96 8 $ 2,358.65 1 $ 4,456.53 I 1 $ 4,022.89 $ 5,534.77 I 1 $ 4,995.65 13.0 21.0 45.0 17.0 29.0 25.0 37.0 33.0 Proposed Traffic Signal Upgrades (2 Intersections) Condition Layout Proposed Signal Layout and Tables Signal Elevations Details and Standard Sheets 1 2 1 1 8 18 4 8 20 52 16 24 8 16 32 16 48 45 104 45 81 $ 6,331.73 $ 14,702.74 I 2 $ 6,073.89 $ 10,152.45 I 4 45.0 52.0 45.0 20.3 Traffic Control Plan (2 Phases) TCP Typical Sections & Narrative TCP Layout Sheets (50 scale, double banked) Project Approach Signing TCP Details 1 2 1 1 1 1 1 2 2 6 1 1 2 6 12 4 8 4 2 4 4 24 4 4 12 16 40 8 24 16 12 4 8 16 4 16 8 8 4 12 48 12 16 16 12 6 24 16 39 118 21 53 49 33 13 38 46 54 29 45 46 $ 5,523.05 $ 15,710.66 $ 2,616.49 $ 7,152.13 $ 6,917.73 $ 4,562.01 $ 1,883.99 $ 4,998.58 $ 6,381.54 $ 13,729.98 $ 4,386.21 $ 6,542.69 $ 7,459.78 2 4 1 2 2 19.5 29.5 21.0 26.5 24.5 33.0 13.0 3.2 23.0 Signing & Pavement Marking Layout (50 scale, double banked) SWPPP Layout (100 scale, double banked) SWPPP Notes Standard Details Miscellaneous Details QC Reviews (60, 90, Final) Utility Conflict Matrix Utility Relocation Plan Review & Coordination Engineer's Cost Estimate & Bid Table Prepare Project Manual & Specifications 4 4 16 32 4 60 $ 10,360.48 I SUBTOTAL PS&E (PACKAGE 2) 54 28 225 700 132 486 4 1629 $ 235,091.48 HOURS SUB -TOTALS 82 28 245 728 132 486 16 1717 $ 252,612.88 CONTRACT RATE PER HOUR $ 307.65 $ 284.21 $ 210.96 $ 134.78 $ 140.64 $ 102.55 $ 76.18 TOTAL LABOR COSTS $ 25,227.30 $ 7,957.88 $ 51,685.20 $ 98,119.84 $ 18,564.48 $ 49,839.30 $ 1,218.88 $ 252,612.88 $ 252,612.88 DISTRIBUTION OF STAFFING 9.99% 3.15% 20.46% 38.84% 7.35% 19.73% 0.48% 1 12 2 8 24 24 40 32 PHASE II - FINAL DESIGN SERVICES (WIDEN TO INSIDE AND OUTSIDE) $ 252,612.88 Page 2 of 6 Docusign Envelope ID: EEBC1FBB-4F8E-4BO6-ADEC-12345C38EF9F Broadway St. Lane Expansion Consor North America EXHIBIT C Project Name: Consultant: TIRZ-2 Broadway Street Lane Expansion (Halfmoon to Kirby) Consor North America D251194TX.02 2026-03-10 Project Number: Date: SCOPE OF SERVICES - LUMP SUM PHASE III - BID PHASE SERVICES TASK DESCRIPTION Project Manager Senior Engineer Project Engineer Engineer In Training Senior Cadd Operator Cadd Operator Admin/Clerical TOTAL LABOR HRS. & COSTS NO OF DWGS LABOR HRS PER SHEET BID PHASE Prepare Bid Set for upload to Civcast Attend Pre -Bid Meeting Respond to RFIs & Prepare Addendum Evaluate Bids, Prepare Bid Tabulations & Recommend Award of Contract 1 4 2 2 2 4 2 1 4 8 6 5 4 16 10 $ 846.77 $ 1,230.60 $ 3,105.80 $ 1,845.90 N/A N/A N/A N/A HOURS SUB -TOTALS 9 2 6 18 0 0 0 35 $ 7,029.07 CONTRACT RATE PER HOUR $ 307.65 $ 284.21 $ 210.96 $ 134.78 $ 140.64 $ 102.55 $ 76.18 TOTAL LABOR COSTS $ 2,768.85 $ 568.42 $ 1,265.76 $ 2,426.04 $ $ $ $ 7,029.07 $ 7,029.07 % DISTRIBUTION OF STAFFING 39.39% 8.09% 18.01% 34.51% 0.00% 0.00% 0.00% DIRECT EXPENSES QTY UNIT RATE COST Upload Bid Sets to Civcast EA $ 200.000 $ Mileage 70 miles $ 0.725 $ 50.75 Parking day $ 15.00 $ Toll Charges each $ 16.00 $ Standard Postage letter $ 17.00 $ Certified Letter Return Receipt each $ 18.00 $ - Courier Services each $ 45.00 $ - DIRECT EXPENSES SUBTOTAL $ 50.75 I PHASE IV - CONSTRUCTION PHASE SERVICES (Time & Materials) 7,079.82 (City will provide) Page 3 of 6 Docusign Envelope ID: EEBC1FBB-4F8E-4BO6-ADEC-12345C38EF9F Broadway St. Lane Expansion Consor North America EXHIBIT C Project Name: Consultant: TIRZ-2 Broadway Street Lane Expansion (Halfmoon to Kirby) Consor North America D251194TX.02 2026-03-10 Project Number: Date: SCOPE OF SERVICES - T&M PHASE IV - CONSTRUCTION PHASE SERVICES TASK DESCRIPTION Project Manager Senior Engineer Project Engineer Engineer In Training Senior Cadd Operator Cadd Operator Admin/Clerical TOTAL LABOR HRS. & COSTS NO OF DWGS LABOR HRS PER SHEET CONSTRUCTION PHASE (12 MONTH PROJECT) Pre -Construction Meeting Pro.ress Meetin•s Site Visits & Reports Review Submittals Respond to RFIs Review Change Orders Substantial Completeion Walk-thru Meeting / Punch List / Cert of Substantial Completion Final Walk-thru Meeting / Punch List / Cert of of Final Completion Prepare Record Drawings 4 24 20 36 12 12 40 36 24 12 4 4 2 4 6 6 16 40 4 24 60 72 36 24 10 10 62 $ 1,230.60 $ 7,383.60 $ 9,610.40 $ 12,446.64 $ 5,766.24 $ 4,148.88 $ 2,039.28 $ 2,039.28 $ 7,717.62 N/A N/A N/A N/A N/A N/A N/A N/A N/A HOURS SUB -TOTALS 38 0 84 140 0 40 0 302 $ 52,382.54 CONTRACT RATE PER HOUR $ 307.65 $ 284.21 $ 210.96 $ 134.78 $ 140.64 $ 102.55 $ 76.18 TOTAL LABOR COSTS $ 11,690.70 $ - $ 17,720.64 $ 18,869.20 $ $ 4,102.00 $ - $ 52,382.54 $ 52,382.54 DISTRIBUTION OF STAFFING 22.32% 0.00% 33.83% 36.02% 0.00% 7.83% 0.00% OTHER DIRECT EXPENSES QTY UNIT RATE COST Mileage 1000 miles $ 0.725 $ 725.00 Photocopies B&W (8.5x11) 1600 sheet $ 0.15 $ 240.00 Photocopies B&W (11x17) 1600 sheet $ 0.25 $ 400.00 Photocopies Color (8.5x11) sheet $ 1.00 $ Photocopies Color (11x17) sheet $ 1.25 $ Parking day $ 15.00 $ Toll Charges each $ 16.00 $ Standard Postage letter $ 17.00 $ Certified Letter Return Receipt each $ 18.00 $ - Courier Services each $ 45.00 $ - DIRECT EXPENSES SUBTOTAL $ 1,365.00 PHASE IV - CONSTRUCTION PHASE SERVICES (Time & Materials) $ 53,747.54 Page 4 of 6 Docusign Envelope ID: EEBC1FBB-4F8E-4BO6-ADEC-12345C38EF9F Broadway St. Lane Expansion Consor North America EXHIBIT C Project Name: TIRZ-2 Broadway Street Lane Expansion (Halfmoon to Kirby) Consultant: Consor North America Project Number: D251194TX.02 Date: 2026-03-10 SCOPE OF SERVICES - LUMP SUM OPTIONAL ADDITIONAL SERVICES TASK DESCRIPTION Project Manager Senior Engineer Project Engineer Engineer In Training Senior Cadd Operator Cadd Operator Admin/Clerical TOTAL LABOR HRS. & COSTS NO OF DWGS LABOR HRS PER SHEET ilgaLrigaBDINATION A. Phase I - Project Coordination with TxDOT 4 8 12 $ 2,918.28 N/A B. Phase II - Project Coordination with TxDOT 4 8 8 20 $ 3,996.52 N/A C. TxDOT Permittin • & LOSA 2 12 20 34 $ 5,842.42 N/A SUBTOTAL TxDOT COORDINATION 10 0 28 28 0 0 0 66 $ 12,757.22 PUBLIC INVOLVEMENT Attend City Council Meetings (max 3) 12 12 $ 3,691.80 1 12.0 Public Meeting 0 $ - 1 0.0 a. Attend Public Meeting 4 4 8 $ 1,769.72 3 2.7 b. Meeting Prep - Coordinate & assist City with presentation 4 8 8 20 $ 3,129.24 2 10.0 SUBTOTAL PUBLIC INVOLVEMENT 20 0 0 12 0 8 0 40 $ 8,590.76 PS&E PROPOSED PUBLIC UTILTIES Waterline & Wastewater Layouts 7 42 84 28 84 245 $ 34,887.51 7 35.0 Utilities Miscellaneous Details 1 12 24 4 24 65 $ 9,097.65 4 16.3 SUBTOTAL PROPOSED PUBLIC UTILTIES 8 0 54 108 32 108 0 310 $ 43,985.16 HOURS SUB -TOTALS 38 0 82 148 32 116 0 416 $ 65,333.14 CONTRACT RATE PER HOUR $ 307.65 $ 284.21 $ 210.96 $ 134.78 $ 140.64 $ 102.55 $ 76.18 TOTAL LABOR COSTS $ 11,690.70 $ - $ 17,298.72 $ 19,947.44 $ 4,500.48 $ 11,895.80 $ - $ 65,333.14 $ 65,333.14 % DISTRIBUTION OF STAFFING 17.89% 0.00% 26.48% 30.53% 6.89% 18.21% 0.00% TOTAL OPTIONAL ADDITIONAL SERVICES $ 65,333.14 Page 5 of 6 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F KUO & ASSOCIATES ENGINEERING * SURVEYING January 19, 2026 Steve Lewis, PE Senior Project Manager Consor Houston, Texas EXHIBIT A-1 RE: Broadway Street from Kirby Dr. to 700 feet west of Halfmoon Bay Dr. Topographic Surveying Services Dear Mr. Lewis: Kuo & Associates is pleased to submit this proposal to perform surveying services for the above - mentioned project. Scope of work and fee will be as follows: SCOPE OF WORK Kuo & Associates, LLC is pleased to submit this proposal to perform the following services for the above - mentioned project. Basic Service: Items Services Item 1 Perform topographic survey along project route including 100 feet on side streets at intersections (Total - 4,200 LF) Item 2 Prepare Survey control map Item 3 Borehole survey Additional/Optional Services (if needed): Items Services Item 1 SUE Survey - Level A: Say 3 Test holes and Level B: Say 3,700 LF Item 2 Establish City monument 10300 WESTOFFICE DRIVE, STE 800 HOUSTON,TX 77042 713.975.8769 TX ENGINEERING FIRM NO. F-4578 TX SURVEYING FIRM NO. 10075600 KUOASSOCIATES.COM Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 2 I Proposal for Surveying -Broadway—January 19, 2026 Scope of work and fee will be as follows: Basic Services: Item 1: Topographic Survey along Broadway Street from Kirby to 700 feet west of Halfmoon Bay The Topographic Survey shall conform to all requirements of City of Pearland and Category 6, Condition 2 survey ofTSPS Manual as applicable. In general, the following tasks will be performed: • Horizontal and vertical controls will be established and tied to the Texas State Plane Coordinate System, South Central Zone NAD 83 (CORS 96) and datum NAVD 88, 2001 adj. • Tie survey controls to the city benchmark. • Surveying cross sections to obtain elevations along the said segment of road at a spacing not to exceed 100' c -c. Cross sections will be surveyed to delineate shape of the road and obtain elevations at curb, gutter, center of the street, ROW line, high bank and flow line of ditch, etc. Adequate elevations will be obtained at the potential locations for paving and grading changes (such as at the locations of ramps, turn lanes, etc.) to facilitate design works. • Topographic surveying for the project limit including but not limited to edge of road, sidewalk, ramp, landscape, 4" and larger trees, signs, loop detectors, inlets, manholes, ditch, poles, valves, etc. In general, survey width of topo surveying will be 20' beyond the ROW line, if accessible. • Inverting all manholes and inlets to obtain flow line and pipe size information on existing utility lines. However, in compliance with the safety requirements, electric and communication manholes will not be opened under the scope of this project. The information on electric and communication cable/conduit lines are typically shown based on the available record drawings. • Searching and surveying monuments for establishing existing ROW. • Utility research includes contacting One Call (811), private utility companies and obtaining record drawings. • Preparation of a drawing with surveyed information along with delineation of estimated ROW lines, above and underground utility lines in AutoCAD/MicroStation DGN format for plan view only. Item -2: Survey Control Map • A survey control map will be prepared per the city standards showing swing ties to traverse and baseline points as well as TBM's. The survey control map will be signed and sealed by a Registered Professional Land Surveyor in charge of the project. Item -3: Borehole Survey • Geotechnical boreholes will be surveyed in the field, included in the drawings, and a spreadsheet with borehole information will be developed for Geotechnical consultant use. Exclusion: The following and any items not mentioned above are excluded from the scope of work: • Brush clearing • Boundary survey for Road ROW 10300 WESTOFFICE DRIVE, STE 800 HOUSTON.TX 77042 713.975.8769 TX ENGINEERING FIRM NO. F-4578 TX SURVEYING FIRM NO. 10075600 KUOASSOCIATES.COM Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 3 I Proposal for Surveying -Broadway—January 19, 2026 • Surveying interior of the buildings/structures • Preparing pipeline network for underground utility lines • Preparing profile drawings • Establishing Design Baseline Deliverables: The following are the deliverables • Topo and utility plan drawing in AutoCAD Civil 3D • DTM/TIN model • ASCII file of survey data Additional/Optional Services: Item 1: Level A & B SUE Survey • SUE survey will be performed along Broadway Street within the project limits. Level B SUE will be performed for an approximate length of 3,700 LF and 3 Level A SUE test holes will be performed. Refer to attached SUE survey proposal for additional information. • Pick up Level A and B SUE survey marks from field. • Update topographic survey drawing using Level A and Level B SUE information. Item 2: Establish City Monument Establish a new City Monument or update and existing one to new standards as per City criteria. Prepare a data sheet in the City format and obtain approval. The monument will be used as benchmark for the project if City does not waive this requirement. FEE AND SCHEDULE: We estimate the following lump sum fees for each item of work described above: Service Item No Scope Fee Basic Services 1 Topographic Survey $ 46,990.00 2 Survey Control map $ 3,930.00 3 Borehole survey $ 1,800.00 Additional Services 1 SUE survey (Refer to attached fee proposal from SUE surveyor for details $ 32,030.00 Pick up Level A and B SUE marks $ 6,230.00 2 Establish City Monument with Data Sheet (1 monument) $ 2,295.00 Details on the level of efforts are shown in the attached tables. 10300 WESTOFFICE DRIVE, STE 800 HOUSTON.TX 77042 713.975.8769 TX ENGINEERING FIRM NO. F-4578 TX SURVEYING FIRM NO. 10075600 KUOASSOCIATES.COM Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 4 I Proposal for Surveying -Broadway—January 19, 2026 We estimate to complete the work in 8 to 9 weeks upon receiving authorization to proceed. We appreciate the opportunity to submit this proposal. If you need further information, please do not hesitate to contact me. Sincerely, Accepted: Kiran V. Punyamanthula, PE, SIT Sr. Project Manager Name: Title: Firm: 10300 WESTOFFICE DRIVE, STE 800 HOUSTON.TX 77042 713.975.8769 TX ENGINEERING FIRM NO. F-4578 TX SURVEYING FIRM NO. 10075600 KUOASSOCIATES.COM Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 5 I Proposal for Surveying -Broadway—January 19, 2026 LEVEL OF EFFORTS: BASIC SERVICES Level of Efforts -Topographic Survey Survey Tasks RPLS sub tasks $175.00 SIT $120.00 CADD $110.00 Crew $165.00 Hrs Cost Total Survey Controls Tie to Benchmark 2.00 2.00 4.00 $570.00 $2,710.00 Tie to TSARP Monument 1.00 1.00 2.00 $285.00 Set Survey controls 1.00 2.00 3.00 $450.00 Horizontal control work (GPS) 1.00 2.00 3.00 $450.00 Vertical control work (Level loop) 1.00 4.00 5.00 $780.00 QC/QA 1.00 1.00 $175.00 Survey Field Work (Topo) 0.00 $0.00 $19,580.00 Topo Survey -streets 6.00 84.00 90.00 $14,580.00 Manhole/inlet inverts 2.00 16.00 18.00 $2,880.00 Search and survey iron rods 1.00 10.00 11.00 $1,770.00 QC/QA 2.00 2.00 $350.00 CAD- Topo CAD -Utilities Prepare topo plan drawing (no utilities) 3.00 68.00 71.00 $7,840.00 $15,450.00 $8,550.00 Limited abstracting 4.00 4.00 $480.00 Delineate estimate ROW/Property lines 4.00 12.00 16.00 $1,800.00 Prepare DTM/Contours 12.00 12.00 24.00 $2,760.00 Prepare walkthru sheets 2.00 2.00 $220.00 Address review comments 2.00 4.00 8.00 14.00 $2,000.00 QC/QA -Topo plan 2.00 2.00 $350.00 Utility coordination (one call/map request, C0H records...) 2.00 6.00 32.00 1.00 32.00 6.00 $720.00 Delineate utilities (plan view, SUE Level C & D) 64.00 $7,360.00 QC/QA - Utility plan 3.00 $470.00 Proj Management Survey, CAD & Misc. Project management 4.00 4.00 $700.00 $700.00 Total $46,990.00 Level of Efforts: Survey Control Map Task Scope RPLS SIT CADD Total Hrs Total Cost FEE $175.00 $120.00 $110.00 Prepare Survey Control Map CAD -Prepare Survey control map 4.0 16.0 20.0 $2,240.00 $3,930.00 Prepareswing tie sheets 2.0 10.0 12.0 $1,340.00 QC/QA 2.0 2.0 $350.00 Total $3,930.00 10300 WESTOFFICE DRIVE. STE 800 HOUSTON,TX 77042 713.975.8769 TX ENGINEERING FIRM NO. F-4578 TX SURVEYING FIRM NO. 10075600 KUOASSOCIATES.COM Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F 6 I Proposal for Surveying -Broadway—January 19, 2026 Level of Efforts: Borehole Survey Task Scope RPLS SIT CADD Crew Total Hrs Total Cost FEE $175.00 $120.00 $110.00 $165.00 Borehole Survey Survey boreholes 1.0 5.0 6.0 $945.00 $1,800.00 Prepare BH table and update topo drawing 2.0 4.0 6.0 $680.00 QC/QA 1.0 1.0 $175.00 Total $1,800.00 ADDITIONAL/OPTIONAL SERVICE: Level of Efforts: SUE Survey Task Scope RPLS SIT CADD Crew Total Hrs Total Cost FEE $175.00 $120.00 $110.00 $165.00 SUE Survey Pick up Level A & B SUE marks 1.0 24.0 25.0 $4,080.00 $6,230.00 Update topo utility plan with Level A & B SUE 4.0 12.0 16.0 $1,800.00 QC/QA 2.0 2.0 $350.00 Total $6,230.00 Level of Efforts: Establish City Monument Tasks Subtasks RPLS SIT CADD Crew Total Hrs Total Cost FEE $175.00 $120.00 $110.00 $165.00 City Monument Establish City Monument 1 3 4 8 16.00 $2,295.00 $2,295.00 TOTAL $2,295.00 10300 WESTOFFICE DRIVE. STE 800 HOUSTON,TX 77042 713.975.8769 TX ENGINEERING FIRM NO. F-4578 TX SURVEYING FIRM NO. 10075600 KUOASSOCIATES.COM Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F EXHIBIT A-2 January 19, 2026 Kiran V Punyamanthula, PE. Kuo & Associates 10300 Westoffice Drive Suite 800 Houston, Texas 77042 Phone: 713-590-9619 Email: kiran.p@kuoassociates.com RODS SURVEYING & UTILITIES RE: Proposal for Quality Levels B & A SUE City of Pearland Texas — Broadway St from West of Halfmoon Bay Dr to Kirby Dr Dear Mr. Punyamanthula, We are pleased to submit the following proposal for the above -referenced project. Scope & Limits We understand the scope of work to consist of providing Quality Levels B & A SUE per ASCE Standard 38- 22. This includes: • SUE Quality Level B involves the recording and marking the horizontal location of the existing utility facilities using non-destructive surface geophysical techniques, per APWA color standards. When data is reliable, cover shots indicating top of utility will be included at every 100 feet. Limitations of designation include signal bleed over due to congested utilities or utilities made of non-conductive material such as PVC or concrete. Probing utilizes a metal probe to pierce the ground in attempt to contact the utility and can give an approximate depth of cover, however the utility cannot be visually verified. The designation markings and probed locations will then be surveyed in by Kuo & Associates, and added to the Quality Levels D & C utility CADD file. Quality Level B incorporates information from Quality Levels C & D. The Utility records research to be performed by Kuo & Associates and provided to RODS Inc. prior to commencing the QLB designation field work. • SUE Quality Level A Testholes will be excavated via non-destructive vacuum excavation. In order to perform the field work, the following will also be completed: contact Texas One Call agency to notify of digging intent and perform on -site field inspection and designate the desired utility to determine exact location. Air -vacuum excavation will be utilized to determine orientation, size, depth, material and condition of the intended utility. The test holes will then be surveyed in by Kuo & Associates. Signed and sealed Test Hole Data Sheets will be produced for the excavated locations, depicting top, side and plan views, and detailing survey information as well as size, material and depth of utilities found. RODS Inc. 6810 Lee Rd, Spring, TX 77379 281.257-4020 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F rcODS, Inc. Project Location The project is located on Broadway St from Halfmoon Bay Dr to Kirby Dr in Pearland, Texas as shown on the project vicinity map in Attachment C. Schedule For the SUE field work, RODS Inc. will submit an 811 One Call upon notice to proceed and then SUE fieldwork will begin 48 hours after the One Call has been submitted, in accordance with 811 policies, and deliverables will be submitted within 7 business days of completed fieldwork and survey. All field work is dependent on the ability of RODS Inc. being able to access the project location. Weather and soil conditions may inhibit our access to the project and cause delays. Right -of -Entry is the responsibility of Kuo & Associates and will be supplied to RODS Inc before fieldwork commences Deliverable • Digital CADD file in Auto CAD format in 1:1 model space suitable for 1 -inch = 20 -feet drawings showing the SUE QLB linework and the SUE QLA Testhole callouts. • Signed and sealed Test Hole Data Sheets for excavated locations. Subsurface Utility Engineering Estimated Cost This project will be billed on a lump sum basis, not to exceed the total shown below. See Attachment B: Estimated Fee Schedule for additional information. Total for SUE Services: Price Per Testhole: $ 32,030.00 $ 4,114.67 Should you have any questions or require additional information, please feel free to contact me. We look forward to working with you on this project. Sincerely, iCoadYYVecza- Lane M. Lease. P.E. Vice President RODS Inc. 6810 Lee Road - Spring, TX 77379 Phone: 281.257-4020 www.rods-inc.com 2 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F ATTACHMENT B - ESTIMATED FEE SCHEDULE CITY OF PEARLAND - BROADWAY ST FROM WEST OF HALFMOON BAY DR TO KIRBY DR - QUALITY LEVELS B & A SUE PRIME PROVIDER NAME: KUO & ASSOCIATES SUBCONSULTANT NAME: RODS Inc. January 19, 2026 TASK DESCRIPTION SUE PROJECT MANAGER SUE SENIOR ENGINEER SUE ENGINEER IN TRAINING SUE ENGINEERING TECHNICIAN SUE CADD TECHNICIAN 3 -PERSON DESIGNATION CREW TOTAL LABOR HOURS & COSTS SUE Quality Levels B & A Services 1. SUE QLB Field Designation of Above Ground Utility Features (Does not include survey) 2 3 6 30 $10,496.00 2. Review of the Utility records research & Incorporation of the QL B SUE into the CADD Utility Base Map 4 7 14 14 28 $9,190.00 HOUR SUBTOTALS 6 10 20 14 28 30 108 LABOR RATE PER HOUR $229.00 $204.00 $141.00 $114.00 $117.00 $286.00 TOTAL LABOR COSTS $1,374.00 $2,040.00 $2,820.00 $1,596.00 $3,276.00 $8,580.00 $19,686.00 SUE Quality Level A Services Non -Destructive Test Holes (per vertical depth) Rate Unit Estimated 0.00-4.99 FT. $1,674.00 Each 1 $1,674.00 5.00-7.99 FT. $2,076.00 Each 1 $2,076.00 8.00-12.99 FT. $2,694.00 Each 1 $2,694.00 13.00-19.99 FT. $3,342.00 Each $0.00 Traffic Control, Attenuator & Flaggers for Lane Closure $5,000.00 Day 1 $5,000.00 Concrete Coring & Pavement Replacement $300.00 Each 3 $900.00 SUBTOTAL FOR QUALITY LEVEL A TESTHOLES $12,344.00 TOTAL $32,030.00 1. Project to be invoiced on a lump sum basis, not to exceed totals shown above. 2. Right -of -Entry is the responsibility of Kuo & Associates and will be supplied to RODS Inc before fieldwork commences. 3. Testholes will be invoiced according to the depth actually excavated. 4. Test hole unit cost includes excavation, survey, CADD and engineering of test hole data sheet. 5. Testholes will be attempted at the top center of the utility. 6. Excavation to be performed via non-destructive excavation. 7. Utility records research to be performed by Kuo & Associates and provided to RODS Inc prior to commencing the QLB designation field work. 8. Survey of QLB markings & QLA testholes to be performed by Kuo & Associates, not included in this estimate. 3 $4,114.67 No. of Test Holes Price/Test Hole 1 Docusign Envelope ID: EEBC1FBB-4F8E-4B06-ADEC-12345C38EF9F HI 1!1\,fIVICIV 1 V — rr JJ CI, I V II,IIVI I i IVI/1r CITY OF PEARLAND - BROADWAY ST - WEST OF HALFMOOD DR TO KIRBY DR QUALITY LEVEL B PROJECT LIMITS Vmit � oogIe EartI Yii AE CU :21J u : c lir aoinGj.I . Ira, 1 fs d s-. II, +t i el III y .11 #t