Loading...
HomeMy WebLinkAboutPR 23846: AGREEMENT WITH EJES, INC., W. 19TH STREET AREA DRAINAGE IMPROVEMENT PROJECT \II 1 City of ort rthuc www.PortArthurTx.gov INTEROFFICE MEMORANDUM Date: December 6, 2024 To: The Honorable Mayor and City Council Through: Ronald Burton, CPM, City Manager From: John Cannatella,PE,City Engineer RE: PR 23846: Authorization for the City Manager to enter into an agreement with EJES, Inc., of Port Arthur,Texas, for professional engineering services related to the design of the W. 19th Street Area Drainage Improvement Project. ACCOUNT NO. 169-07-015-5420-00-40-000; PROJECT NO. ARP006.GRE.ENG. Introduction: The intent of this agenda item is to authorize the City Manager to enter into an agreement with EJES, Inc. of Port Arthur, Texas, for professional engineering services related to the design of the W. 19th Street Area Drainage Improvement Project for the amount of$245,172.08. Background: The City of Port Arthur is seeking recommendations for infrastructure improvements for the W. 19th Street Area Drainage Improvement Project. To that end,the City of Port Arthur advertised for a Request for Qualifications (RFQ) on November 20, 2024, and November 27, 2024, seeking an engineering firm for this project under Bid No. P25-003. Six engineering firms submitted qualifying documentation that was reviewed and scored by Engineering staff using published established criteria. Each firm received a weighted ranking number according to their qualifications. EJES was selected to provide design recommendations for the W. 19th Street Area Drainage Improvement Project. The City negotiated a contract amount of$ 245,172.08. This will be a federally funded project using ARPA funding. Budget Impact: Funds are available from the Project ARP006.GRE.ENG Account Number 169-07-015-5420-00-40-000 Recommendation: It is recommended that the City of Port Arthur's City Council approve PR No. 23846 authorizing the City Manager to enter into an agreement with EJES,Inc.,of Port Arthur,Texas,for professional engineering services related to the design of the W. 19th Street Area Drainage Improvement Project for the amount of$245,172.08. "Remember,we are here to serve the Citizens of Port Arthur" 444 4'h Street X Port Arthur,Texas 77641-1089 X 409.983.8182 X FAX 409.983.8294 C\Users\trotibi ch\ADPData\Local\Microsoft\Olk\Attachments\ooa-3dc341f9-6470-4f13-b518-7ad2990fdd6f\46b2ab9c3fiadcdae24bb7931eae936067f833121ea699ce62aa388e0410f843\Agenda Memo EJES Design Agrmt.docs PR No. 23846 12/06/2024 mje/TNR Page 1 of 3 RESOLUTION NO. A RESOLUTION AUTHORIZING THE CITY MANAGER TO ENTER INTO A CONTRACT WITH EJES, INC. OF PORT ARTHUR, TEXAS, TO PROVIDE DESIGN PLANS FOR THE W. 19TH STREET AREA DRAINAGE IMPROVEMENT PROJECT IN THE AMOUNT OF$245,172.08. FUNDS ARE AVAILABLE IN ACCOUNT NO. 169-07-015-5420-00-40-000; PROJECT NO. ARP006.GRE.ENG. WHEREAS, pursuant to Resolution No. 18-231, the City of Port Arthur adopted the 2018 Disaster Recovery and Resiliency Plan(DRRP) for recovery activities following Hurricane Harvey and, WHEREAS, the City of Port Arthur, as part of its DRRP recovery activities, is seeking design recommendations for the W. 19th Street Area Drainage Project and, WHEREAS, the City of Port Arthur advertised a Request for Qualifications (RFQ) to seek engineering firms to provide design plans for the W. 19th Street area drainage improvement project on November 20, 2024, and November 27, 2024, under Bid No. P25-003; and, WHEREAS,on December 4,2024,the City received six(6)responses from engineering firms and scored each using the published evaluation criteria; and, WHEREAS, EJES, Inc. (EJES) of Port Arthur, Texas, possessing the highest score, was selected to provide design recommendations for the W. 19th Street Area Drainage Improvement project(Exhibit"A"); and WHEREAS, EJES has submitted a proposal detailing design recommendations for the W. 19th Street Area Drainage Project, as outlined in Exhibit"B". The proposal includes a fee of$245,172.08 and a completion timeline of 195 days. WHEREAS, approval of entering into a contract with EJES, Inc., of Port Arthur,Texas, for Design Plans for the W. 19th Street Area Drainage Project is,hereby, deemed an appropriate action; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT,the facts and opinions in the preamble are true and correct; and, PR No. 23846 12/06/2024 mje/TNR Page 2 of 3 THAT, the City Council of the City of Port Arthur hereby authorizes the City Manager to enter into a contract with EJES, Inc., of Port Arthur, Texas, to provide Design Plans for the W. 19th Street Area Drainage Improvement Project, in substantially the same form, subject to review and approval by the City Attorney, as attached herein as Exhibit"B"; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ,ADOPTED, AND APPROVED this the day of A.D. 2024 at a meeting of the City of Port Arthur, Texas, by the following vote: Ayes: Mayor: Councilmembers: Noes: Thurman Bill Bartie, Mayor ATTEST: Sherri Bellard City Secretary PR No. 23846 12/06/2024 mje/TNR Page 3 of 3 APPROVED AS TO FORM: APPROVED FOR ADMINISTRATION: 411 ,z1W4 Roxann Pais Cotroneo, Esquire Ron Burton, CPM City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: Lynda"Lyn"Boswell, M.A., ICMA-CM Director of Finance i John . atella, PE Cit ngineer (-4-/A Clifton Williams Purchasing Manager EXHIBIT "A" b ) ¥ o y ` ƒ e % ƒ • \ \ ). SID�. / » \ \ � C \ { 2 ± § ƒ_ m \ / \ ) / { 4 % i $ ¥ C• \ / � ` z \ \ \ \ % \ & { 7 Q q 7 2 Z = t '' � § c E % Q 7 • E / G * f . q > [ } \ © R e , w ® kZ / ƒ DJ u « / E )• m / ) § \ ? @ y ƒ / ( % d ± Z s. ^ / \ k Icle . \ w _ ` 2 w \ tm \ \ * 9\ m . ':?.§ . Z. 1� © � *1 ‘ P } 9 \ \ % t i I \ rt \ q » EXHIBIT " B" ATTACHMENT 3 TABLE OF CONTENTS Part 1 Agreement 2 1.Employment of Engineer 2 2.Scope of Services 2 2.1 Basic Services 2 2.2 Additional Services 6 3.Time of Performance 7 4.Information and Services to be Furnished for the Engineer 7 5.Compensation and Method of Payment 8 6.Records 8 7.Ownership of Documents 8 8.Insurance 8 9.Professional Liability 10 10.Indemnification 11 11.Address of Notice and Communications 11 12.Captions 11 13.Successors and Assignments 11 14.Termination of Contract for Cause 12 15.Termination for Convenience of the City 12 16.Changes 12 17.Personnel 12 18.Report and Information 13 19.Civil Rights 13 20.Interest of Engineer and Employees 13 21.Incorporation of Provisions Required by Law 13 Attachment 1 - Design Schedule Attachment 2 - Design Fee Schedule Page 1 THE STATE OF TEXAS § COUNTY OF JEFFERSON § CONTRACT FOR PROFESSIONAL SERVICES PART I - AGREEMENT THIS AGREEMENT, entered into as of this day of December 2024, by and between the City of Port Arthur, Port Arthur, Texas (hereinafter called the"CITY") acting herein by its Mayor, duly authorized by Resolution of the City Council of the City of Port Arthur and EJES, Inc., of Port Arthur, Texas, (hereinafter called the"ENGINEER") acting herein by Tanita Gilbert-Baker. President hereunto duly authorized: WITNESSETH THAT: WHEREAS, the CITY desires to engage the Engineer to (1) render certain technical and professional services hereafter described in "Scope of Services" or (2) perform certain work hereafter described in "Scope of Services": NOW, THEREFORE, the Parties hereto do mutually agree as follows: 1. EMPLOYMENT OF ENGINEER The CITY hereby agrees to engage the ENGINEER and the ENGINEER hereby agrees to perform the"Scope of Services"hereinafter set forth. This contract shall be performed in Jefferson County, Texas. 2. SCOPE OF SERVICES 2.1 BASIC SERVICES W. 19th Street Area Drainage Improvement Project ENGINEER'S compensation for Basic Services shall be as set forth in Paragraph 5. The services rendered by the ENGINEER for the Project to be designed for construction are divided into the following five(5) distinct and sequential phases: Preliminary Phase(30%) Design Plans Submittal (60%) Pre-Final Plans Submittal (90%) Page 2 Final Plans Bid Package Submittal(100%) Bid Phase Certain elements of the engineering work are covered under the Basic Services; others are Performed as Additional Services. Those elements of the engineering work which cannot be accurately predetermined or controlled entirely by the ENGINEER are performed as Additional Services. 2.1.1 PRELIMINARY PHASE (30%) - EJES will design and prepare the following plans and documents as part of 30% PS&E submittal package: • Title Sheet: Will be prepared per City of Port Arthur standards. • Layout Map: Map showing the overall layout of the proposed project limits • Preliminary Drainage Analysis: Delineate drainage area maps, to include drainage area maps from adjacent proposed projects. Provide preliminary map subareas, tables and outfall adequacy and information. Identify areas that will be included in the design. • Preliminary Drainage P/P: Develop preliminary drainage plans showing the existing drainage system based on the GIS database and topographic survey • Construction Cost Estimate: A cost estimate will be submitted in Excel and .pdf format. • Complete ground topographic survey covering an area sufficiently larger than proposed construction including underground utilities and pipelines,existing driveways and sidewalks, existing impacting physical features. 2.1.2 DESIGN PLANS SUBMITTAL (60%) - Requirements for a 60%plans submittal (24"X 36"prints) are the following: • Address 30%schematic review comments and advance plans to 60%PS&E submittal. • Preliminary Submittal Sheets: • Title Sheet • Layout Map • Drainage Plan/Profile • Drainage Calculations • Paving and Drainage Details • Temporary Erosion Control Plans • Construction Cost Estimate: A cost estimate will be submitted in Excel and .pdf format. The ENGINEER shall submit the Design Plans Submittal (60%)to the City for review and comments within the time as set forth in Paragraph 3. 2.1.3 PRE-FINAL PLANS SUBMITTAL (90%) - Requirements for a 90%plans submittal (24"X 36"prints) are the following: • Address 60% PS&E Review Comments and advance plans to 90% PS&E submittal. • Additional Sheets: • Traffic Control Plans • Technical Specifications: EJES will compile all applicable specifications not already in the latest City of Port Arthur specification listing. • Construction Cost Estimate. The ENGINEER shall submit the Pre-Final Plans Submittal(90%)to the City for review and comments within the time as set forth in Paragraph 3. 2.1.4 FINAL PLANS BID PACKAGE SUBMITTAL (100%) • Address 90% PS&E Review Comments and sign and seal final plans. • Update Construction Cost Estimate. • Sign and Seal Drawings and Submit Electronic Issue for Bid. • Sign and Seal bidding documents. The ENGINEER shall submit the Final Plans Bid Package Submittal(100%)to the City for review and comments within the time as set forth in Paragraph 3. 2.1.5 BID PHASE - The ENGINEER shall attend pre-bid conference - The ENGINEER shall prepare addendums - The ENGINEER shall prepare Bid tabulations - Assist the CITY in the advertisements of the project for bids. - Assist the CITY in the opening and tabulation of bids for construction of the Project and consult with the CITY as the proper action to be taken,based on the engineering considerations involved. 2.2 ADDITIONAL SERVICES All work performed by ENGINEER at request of CITY which is not included in the Basic Services defined above,shall constitute Additional Services. Unless included in said Basic Services, Additional Services may include but are not limited to the following: (1) Studies,tests, and process determination to establish basis of design for water and waste treatment facilities. (2) Preparation of property or easement descriptions. (3) Preparation of any special reports required for marketing of bonds. (4) Appearances before regulatory agencies. (5) Assistance to the CITY as an expert witness in any litigation with third parties, arising from the development or construction of the Project,including preparation of engineering data and reports. (6) Special investigations involving detailed consideration of operation,maintenance and overhead expenses;preparation of rate schedules; earnings and expense statements; i. special feasibility studies;appraisals;evaluations;and material audits or inventories required for certification of force account construction performed by the CITY. (7) Detailed mill, shop and/or laboratory inspection of materials or equipment. (8) Travel and subsistence required of the ENGINEER and authorized by the CITY to points other than CITY'S or ENGINEER'S offices and Project site. (9) Additional copies of reports over ten(10) sets and additional sets of Contract Document over twenty(20) sets. (10)Preparation of applications and supporting documents for government grants or planning advances for public works projects. (11)Plotting,computing,and filing plats of subdivisions;staking of lots;and related land planning and partitioning functions. (12)Revision of contract drawings after a definite plan has been approved by the CITY. (13) Services after issuance of Certificate of Completion. (14)Preparation of operating instructions and manuals for facilities and training of personnel and assistance in operation of facilities. (15)Additional or extended services during construction made necessary by work damaged by fire or other cause during construction, services rendered after prolongation of construction contract time by more than 20% acceleration of work schedule involving services beyond normal working hours; or default under construction contract due to delinquency or insolvency. (16)Providing any other service not otherwise included in this Agreement or not customarily furnished in accordance with generally accepted engineering practice. (17)Construction Phase Services. (18)Any other special or miscellaneous assignments specifically authorized by CITY. ENGINEER'S compensation for Additional Services shall be as set forth in Paragraph 5. 3. TIME OF PERFORMANCE ENGINEER will proceed immediately upon execution of this Contract with performance of within 30 days after execution, unless delayed by causes outside the control of ENGINEER, and will proceed with subsequent work only on authorization by the CITY and in accordance with the following Design Schedule. ENGINEER shall immediately submit to CITY in writing evidence of delay satisfactory to the City Engineer's reasonable discretion, upon which an extension of time equal to the period of actual delay shall be granted in writing. The Design Schedule is included as Attachment 1. 4. INFORMATION AND SERVICES TO BE FURNISHED FOR THE ENGINEER It is agreed that the CITY will furnish, without charge, for the use of the Contract information, data, reports, records, and maps as are existing, available, and necessary for the carrying out of the work of the ENGINEER as outlined under"Scope of Services." The CITY and its agencies will cooperate with the ENGINEER in every way possible to facilitate the performance of the work described in this Contract. 5. COMPENSATION AND METHOD OF PAYMENT 'A. COMPENSATION City will pay ENGINEER for work performed and services rendered under Paragraph 2 "Scope of Services", (Basic Services and Additional Services) in accordance with the following Design Fee Schedule. The Design Fee Schedule is included as Attachment 2. It is agreed that total fees for Basic Services(including subcontracted engineering services as described herein) under this Contract, as defined in Paragraph 2A and based on the preceding schedule, shall not exceed the sum of $245.172.08 B. PAYMENT ENGINEER will invoice CITY monthly for its services and charges incurred by ENGINEER for subcontracted engineering services performed under the direction and control of ENGINEER as described herein. CITY agrees to pay ENGINEER at his office the full amount of each such invoice upon receipt or as otherwise specified in this Agreement. A charge of one percent per month shall be added to the unpaid balance of invoices not paid within 31 days after date of invoice.The engineer shall pay any subcontractors no later than the tenth day after he receives payment as required under Chapter 2251 Government Code of the Revised Civil Statutes of Texas. 6. RECORDS ENGINEER shall keep accurate records, including time sheets and travel vouchers, of all time and expenses allocated to performance of Contract work. Such records shall be kept in the office of the ENGINEER for a period of not less than five(5)years and shall be made available to the CITY for inspection and copying upon reasonable request. 7. OWNERSHIP OF DOCUMENTS All documents,including original drawings,estimates,specifications,field notes and data are property of CITY. ENGINEER may retain reproducible copies of drawings and other documents. All documents, including drawings and specifications prepared by ENGINEER are instruments of service in respect to the project. They are not intended or represented to be suitable for reuse by CITY or others on extensions of the Project or on any other project. Any reuse without written verification or adaption by ENGINEER for the specific purpose intended will be at CITY'S sole risk and without liability or legal exposure to ENGINEER and CITY shall indemnify and hold harmless ENGINEER from all claims, damages, losses and expenses including attorneys' fees arising out of or resulting therefrom. Any such verification or adaption will entitle ENGINEER to further compensation at rates to be agreed upon by CITY and ENGINEER. 8. INSURANCE All insurance must be written by an insurer licensed to conduct business in the State of Texas,unless otherwise permitted by Owner. The ENGINEER shall,at his own expense,purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract,whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them,or by anyone for whose acts any of them may be liable,of the following types and limits(no insurance policy or certificate of insurance required below shall contain any aggregate policy year limit unless a specific dollar amount(or specific formula for determining a specific dollar amount)aggregate policy year limit is expressly provided in the specification below which covers the particular insurance policy or certificate of insurance): 1. Standard Worker's Compensation Insurance(with Waiver of Subrogation in favor of the City of Port Arthur, its officers, agents and employees.) 2 Commercial General Liability occurrence type insurance. (No "XCU"restrictions shallbe applicable.) Products/completed operations coverage must be included,and the City of Port Arthur, its officers, agents and employees must be named as an additional Insured. a. Bodily injury$500,000 single limit per occurrence or$500,000 each'person/$500,000 per occurrence. b. Property Damage $100,000 per occurrence. c. Minimum aggregate policy year limit$1,000,000. 3. Commercial Automobile Liability Insurance(including owned,non-owned and hired vehicles coverages). a Minimum combined single limit of$500,000 per occurrence for bodily injury and property damage. b. If individual limits are provided minimum limits are$300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. 4. Contractual Liability Insurance covering the indemnity provision of this contract in the same amount and coverage as provided for Commercial General Liability Policy,specifically referring to this Contract by date,job number and location. 5. ENGINEER also agrees to maintain Professional Liability Insurance coverage of$ 00 $1,000,000 minimum per occurrence/claim/policy year aggregate limits against ENGINEER for damages arising in the course of, or as a result of, work performed under this Contract. Coverage shall continue for a minimum of two (2) years after the ENGINEER'S assignment under this Contract is completed. Additional Professional Liability Insurance required is $0 ENGINEER shall cause ENGINEER'S insurance company or insurance agent to fill in all information required (including names of insurance agencies, ENGINEER and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into a valid certificate of insurance the CERTIFICATE OF INSURANCE Form attached to and made a part of this Contract, and pertaining to the above listed Items 1,2,3,4, and 5; and before commencing any of the work and within the time otherwise specified, ENGINEER shall file said completed Form with the CITY. None of the provisions in said Form shall be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form contains a provision that coverages afforded under the policies will not be altered, modified or cancelled unless at least fifteen(15)days prior written notice has been given to the CITY. ENGINEER shall also file with the CITY valid CERTIFICATE(s)OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor(s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form(s) shall in any event be filed with CITY not more than ten (10) days after execution of this Contract. Deductible on policy for Professional Liability shall not exceed$25,000 unless specifically approved by the Owner. 9. PROFESSIONAL LIABILITY A. ENGINEER shall be responsible for the use and employment of reasonable skill and care befitting the profession in the designs,drawings,plans,specifications,data,reports and designation of materials and equipment provided by ENGINEER for the Project covered by this Contract. Approval by CITY shall not constitute nor be deemed a release or waiver of the responsibility and liability of ENGINEER for the accuracy and competency of such designs, drawings, plans, specifications, data, reports and designation of materials and equipment. Contractor will be responsible for the actual supervision of Construction operations and safety measures involving the work, his employees and the public, but the ENGINEER CITY will advise the Contractor of any items requiring the attention and action of the Contractor. B. If services include periodic visits to the site to inspect work performed by another Contractor, ENGINEER is responsible for exercising reasonable care and skills befitting the profession to assure that the Contractor performs the work in accordance with Contract Documents and to safeguard the CITY against defects and deficiencies in the work; provided, however, ENGINEER does not guarantee or insure the work completed by the Contractor. During visits to the construction site,and on the basis of the ENGINEER'S on-site observations as an experienced and qualified design professional,he will keep the CITY informed on the extent of the progress of the work, and advise the CITY of material and substantial defects and deficiencies in the work of material and substantial defects and deficiencies in the work of Contractors which are discovered by the ENGINEER or otherwise brought to the ENGINEER'S attention in the course of construction,and may,on behalf of the CITY exercise whatever rights the CITY may have to disapproved work and materials as failing to conform to the Contract Documents. C. In connection with the services of Resident Project Representatives,ENGINEER CITY will use the usual degree of care and prudent judgement in the selection of competent Project Representatives, and the ENGINEER CITY will use its best efforts to see that the Project Representatives are on the job to perform their required duties. In performing these duties and services (described in this sub-paragraph), ENGINEER CITY is responsible for exercising reasonable care and skill befitting the profession the assure that the Contractor performs the work in accordance with Contract Documents and to safeguard the City against defects and deficiencies in the work;provided,however,ENGINEER does not guarantee or insure the work completed by the Contractor. D. In performing these services,the ENGINEER CITY will at all times endeavor to protect the CITY on the Project and work sites and safeguard the CITY against defects and deficiencies in the work of the Contractor; provided, however, ENGINEER does not guarantee or insure the work completed by the Contractor, nor is ENGINEER responsible for the actual supervision of construction operations or for the safety measures that the Contractor takes or should take. E. ENGINEER shall not be responsible for any excess of construction costs over an amount estimated. 10. INDEMNIFICATION ENGINEER shall comply with the requirements of all applicable laws,rules,and regulations in connection with the services of ENGINEER and shall indemnify and hold harmless the CITY,its officers, agents and all employees from any and all liability, loss or damage arising out of noncompliance with such laws,rules and regulations;without limitation,ENGINEER shall assume full responsibility for payments of Federal, State and Local taxes or contributions imposed or required under the Social Security,Worker's Compensation, and Income Tax Laws with respect to ENGINEER'S employees. Further, ENGINEER shall indemnify and hold harmless the CITY, its officers, agents and all employees from any and all liability, loss, damages, or expenses due to the negligence of ENGINEER, its officers, agents and employees in connection with any of the work performed or to be performed under this Contract by ENGINEER or as a result of ENGINEER'S failure to use and employ reasonable skill and care befitting the profession in accordance with paragraph 9 hereof.Further,ENGINEER shall indemnify and hold harmless the CITY,its officers, agents,and all employees from any and all liability,loss,damages,expenses caused by infringement of any copyright or patents arising out of the use of any plans, design, drawings, or specifications furnished by ENGINEER in the performance of this Contract. The foregoing indemnification provision shall apply to ENGINEER regardless of whether or not said liability, loss, damages, expenses, or claims is caused by a party indemnified hereunder. 11. ADDRESS OF NOTICE AND COMMUNICATIONS CITY: ENGINEER: CITY OF PORT ARTHUR EJES, Inc. P.O. Box 1089 12801 N.Central Expressway,Ste.700 Port Arthur,Texas 77641 Dallas, Texas 77706 Attn: John Cannatella, P.E. Attn: Tanita Gilbert-Baker, P.E. City Engineer President All notices and communications under this Contract shall be mailed or delivered to CITY and ENGINEER at the above addresses. 12. CAPTIONS Each paragraph of this Contract has been supplied with a caption to serve only as a guide to the contents. The caption does not control the meaning of any Paragraph or in any way determine its interpretation or application. 13. SUCCESSORS AND ASSIGNMENTS The CITY and the ENGINEER each binds himself and his successors, executors, administrators, and assigns to the other party of this Contract and to the successors, executors, administrators and assigns of such other party,in respect to all covenants of this Contract. Except as above, neither the CITY nor the ENGINEER shall assign, sublet, or transfer his interest in this Contract without the written consent of the other. Nothing herein shall be construed as creating any personal liability on the part of any officer or agent of any public body which may be a party hereto. 14. TERMINATION OF CONTRACT FOR CAUSE If, through any cause, the ENGINEER shall fail to fulfill in timely and proper manner his obligations under this Contract,or if the ENGINEER shall violate any of the covenants,agreements, or stipulations of this Contract,the CITY shall thereupon have the right to terminate this Contract by giving written notice to the ENGINEER of such termination and specifying the effective date thereof,at least five(5)days before the effective date of such termination. In such event,all finished or unfinished documents, data, studies, survey, drawings,maps,models,photographs, and reports prepared by the ENGINEER under this Contract shall, at the option of the CITY, become its property and the ENGINEER shall be entitled to receive just and equitable compensation for any work satisfactorily completed hereunder. Notwithstanding the above,the ENGINEER shall not be relieved of liability to the CITY for damages sustained by the CITY by virtue of any breach of the Contract by the ENGINEER and the CITY may withhold any payment to the ENGINEER for the purpose of setoff until such time as the exact amount of damages due the CITY from the ENGINEER is determined. 15. TERMINATION FOR CONVENIENCE OF THE CITY The CITY may terminate this Contract at any time by giving at least thirty(30)days notice in writing to the ENGINEER. If the Contract is terminated by the CITY as provided herein, the ENGINEER will be paid for the percentage of work completed and expenses incurred up to the termination date. If this Contract is terminated due to the fault of the ENGINEER, Paragraph 14 hereof relative to termination shall apply. 16. CHANGES The CITY may, from time to time, request changes in the scope of the services of the ENGINEER to be performed hereunder. Such changes, including any increase or decrease in the amount of the ENGINEER'S compensation, which are mutually agreed upon by and between the CITY and ENGINEER shall be incorporated in written amendments to this Contract. 17. PERSONNEL A. The ENGINEER represents that he has, or will secure at his own expense, all personnel required in performing the services under this Contract. Such personnel shall not be employees of the CITY. B. All of the services required hereunder shall be performed by the ENGINEER or under his supervision and all personnel engaged in the work shall be fully qualified and,if applicable shall be authorized or permitted under State and local law to perform such services. C. None of the work or services covered by this Contract shall be subcontracted without the prior written approval of the CITY. Any work or services subcontracted hereunder shall be specified by written Contract or agreement and shall be subject to each provision of this Contract. 18. REPORTS AND INFORMATION The ENGINEER at such times and in such forms as the CITY may require, shall furnish the CITY such periodic reports s it may request pertaining to the work or services undertaken pursuant to this Contract,the costs and obligations incurred or to be incurred in connection therewith,and any other matters covered by this Contract. 19. CIVIL RIGHTS Under Chapter 106 Civil Practice and Remedies Code of the Revised Civil Statutes of Texas, no person shall, on the grounds of race, religion, color, sex or national origin, be excluded due to discrimination under any program or activity of the CITY. The ENGINEER will carry out its work under this Contract in a manner which will permit full compliance by the CITY with the Statute. 20. INTEREST OF ENGINEER AND EMPLOYEES The ENGINEER covenants that he presently has no interest and shall not acquire any interest,direct or indirect,in the study area or any parcels therein or any other interests which would conflict in any manner or degree with the performance of his services hereunder. The ENGINEER further covenants that in the performance of this Contract,no person having any such interest shall be employed. 21. INCORPORATION OF PROVISIONS REOUIRED BY LAW Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If through mistake or otherwise any such provision is not inserted or is not correctly inserted, the Contract shall be amended to make such insertion on application by either party. EXECUTED IN TWO (2) counterparts (each of which is an original) on behalf of ENGINEER by Tanita Gilbert-Baker, P.E. its President(Name and Office or Position)shown below, and on behalf of the CITY by its Mayor and City Manager. ACCEPTED: PROPOSED AND AGREED TO: CITY: ENGINEER: CITY OF PORT ARTHUR, TEXAS EJES, Inc. Ron Burton, CPM, City Manager Tanita Gilbert-Baker, PE, President ATTEST ATTEST: Sherri Bellard, City Secretary Name APPROVED AS TO FORM: Roxann Pais Cotroneo, Esquire City Attorney ATTACHMENT 1 DESIGN SCHEDULE PHASE CALENDAR DAYS 1. Preliminary Phase (30%) 45 2 . Design Plans Submittal (60%) 60 3 . Pre-Final Plans Submittal (90%) 60 4. Final Plans Bid Package Submittal (100%) 30 ATTACHMENT 2 DESIGN FEE SCHEDULE Design Fees Preliminary Phase (30% Engineering Report) $50 , 181. 75 Design Plans Submittal (60%) $68 ,468. 40 Pre-Final Plans Submittal (90%) $58 ,928. 63 Final Plans Bid Package Submittal (100%) $15 , 633 . 45 Design Subtotal $193 , 213 . 23 Additional Services Surveying $36, 500 .00 Geotech Coring $10,000 .00 Project Close Out $ 0.00 (i .e. RFI's, review As-builts provided by contractor,Final walk Through,etc.) Additional Services Subtotal $46, 500.00 Bid Phase $5 ,458. 95 Construction Phase $ 0.00 Grand Total $245 , 172 . 08 w COVER LETTER 3100 Park Plaza ••Architecture _ Suite 200E TBPE#F 2488 •• Engineering Port Arthur,TX 77642 • Planning HUB#1752901786900 ■ Project Management J (P)866-635-7395 ■Construction Management INCORPORATED www.ejesinc.com www.ejesinc.com g • Environmental Services Service with Excellence December 2, 2024 City of Port Arthur City Secretary 444 4th Street, 4th Floor Port Arthur, TX 77640 Subject: Response to Request for Qualifications Engineering Services . for West 19th Street Drainage Project I P25-0003 Dear Selection Committee: PI EJES INCORPORATED (EJES) and team members The Solco Group, LLC (TSG), HVJ Associates (HVJ) and Access Surveyors, LLC (ACCESS), are pleased to submit our Statement of Qualifications for the proposed project to provide Engineering Services for the West 19th Street Drainage Project. TSG will provide engineering design support services, HVJ will provide geotechnical services, and ACCESS will provide surveying and construction support services. I EJES is a professional A-E design firm founded in 1997 and is one of the largest minority A-E firms in the State of Texas. We have built an unparalleled reputation for delivering superior professional services. EJES maintains highly experienced Project Managers and construction support staff. EJES has a local office in Port Arthur, and we fully intend utilize businesses in Port Arthur and surrounding areas to team with us to meet the City's participation goals. • Mr. Edwin Jones, P.E. will serve as Principal-in-Charge and contact for this RFQ. He can be reached at 214-343-1210; fax at 214-343-3885; and email at ejones@ejesinc.com. Significant advantages the EJES Team brings to the City of Port Arthur include: ✓ EJES' Project Manager, Paul Adey, PE, PMP has over 36 years of civil engineering experience, and has 111 experience designing and managing street and drainage projects for various municipalities and TxDOT. ✓ EJES' Lead Drainage Engineer, Seyoum Asamenaw, PE, D.WRE, PMP, CFM has over 20 years of experience managing and designing comprehensive drainage projects. 111 ✓ EJES' managers believe in a hands-on approach. We track our projects closely to ensure that quality is high, the budget is being maintained, and the deadline is met or exceeded. ✓ EJES' proven records of accomplishment on street and drainage design and improvement projects. ✓ ACCESS has the expertise and knowledge of the City of Port Arthur Standards and has provided survey • services for several projects with the City. ✓ EJES' commitment to build a strong relationship with the City of Port Arthur by paying careful attention to the accuracy of each document leaving our office. ✓ Our team has the capability to successfully complete any of the City of Port Arthur's projects. The EJES Team has the availability, resources, experience, and knowledge required to successfully complete any projects assigned by the City of Port Arthur. Our team is available to begin work immediately, and we look forward to working with the City of Port Arthur. ■ Res, j EL-in B. Jones, Sr. I Principal-in-Charge EJES INCORPORATED TEXAS LOUISIANA MISSISSIPPI DALLAS C PORT ARTHUR I HOUSTON SHREVEPORT I NEW ORLEANS JACKSON fl Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects 1 P25-0003 TABLE OF CONTENT A. EXPERIENCE 2 111 1. Provide a profile of experience for the Engineer and all members of the firm 2 Introduction of Prime 2 Introduction of Subconsultants 4 a. Experience of team with Drainage Projects 4 Additional personnel firm would anticipate hiring any additional personnel to perform work 4 Licensed Texas Professional Engineers and Surveyors 4 Organization Chart 5 Summary Resumes of Key Professional Personnel 6 b. Experience of firm with Drainage Projects 10 Firm overview and accomplishments 10 Number of federal procurements 10 Office location(s)where each phase of work will be accomplished 11 A Specialized Experience and Technical Competence for Drainage Projects 12 Specialized Experience of Proposed Team with local and government agencies 14 c. Knowledge of City of Port Arthur Drainage System 17 1. Knowledge of West 19th Street Drainage System 20 B. PAST PERFORMANCE 23 (1-2) Proposed Team's past experience for providing services that are most related to drainage projects within the past ten (10)years 23 IP (3) Proposed Team's past experience working with municipalities on federal projects 30 (4) Identify and describe the proposed Team's past experience working in Port Arthur or surrounding areas 35 C. PROJECT APPROACH 36 1. Provide a brief description of the firm's plan for accomplishing the work and services to be provided to the City 36 a. Bar schedule of activities for the entire project 36 b. Technical Approach to each phase of work 37 111 c. Indicate which team member will participate in each area of the work for both the lead firm and . any sub-contractors 40 2. Provide any other details regarding special services, products, advantages or other benefits offered to the Owner by your firm 41 3. Describe your plan for communicating constructability, phasing, value engineering, and other issues requiring decision-making by the Owner.. 43 D. MINORITY BUSINESSES 43 ▪ Appendices • Detailed Resumes • Forms ■ r I r EJES INCORPORATED I Page 1 it Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 '" A EXPERIENCE assure that we are in tune with our clients' objectives and expectations. EJES's multi-disciplinary staff enables us to 1. Profile of experience for the Engineer and all members of respond to any infrastructure, transportation, or the firm. environmental need of our clients. _ Introduction of Prime Firm Transportation Planning, Design and Construction IIEJES, prime, is an Support Services infrastructure solutions II company that assists EJES's planning capabilities include an established process municipalities with their that defines future policies, goals, investments and designs INCORPORATED D in order to prepare for future needs and identify optimal project needs ranging from small to large to complex. EJES offers public and private methods to move people and goods to destinations. Our III clients a full suite of project development expertise staff understands that this is a collaborative process that including planning, studies, design, procurement, incorporates the input of many stakeholders, including construction administration, inspection services and project I various government agencies, the general public, and private businesses. Our planning capabilities include traffic i management services. and revenue studies,transportation corridor planning,travel With successful project experience spanning over 23 years, demand forecasting, and traffic data collection/analysis. PI EJES has earned a reputation for technical excellence, Additionally, EJES performs feasibility assessments, as well P innovation, and client responsiveness. EJES has successfully as corridor and major investment studies. Our experience completed major engineering projects in transportation, with environmental permitting and regulations extends to I water supply, wastewater, environmental and utilities. That performing environmental assessments, as well as success has been centered around our outstanding staff managing the NEPA impact statement process. I with a dedication to providing service with excellence to our EJES has design capabilities extend over a wide range of clients. services. Our conceptual engineering experience includes EJES provides professional transportation services to conceptual analysis to full-scale schematics design.We have ■ clients in the following areas: provided both preliminary engineering and final design for development of complete plans, specifications and II • Transportation System Planning • Environmental Studies estimates. Our design team has undertaken projects III • Schematics Development requiring new design, as well as • Roadway Design rehabilitation/reconstruction of existing facilities. Our 111 • Bridge Design engineers have expertise in designing the complete array of • Bridge Inspections roadway classifications, including rural local roads, small II Traffic Engineering neighborhood streets, urban collectors, and major arterial • Traffic Operations Design highways. • Bicycle and Pedestrian Design In addition to traditional design services, EJES offers design I • Streets and Thoroughfares capability for Intelligent Transportation Systems (ITS) for • Hydraulics Design &Analysis new and existing streets and highways. EJES also has a ■ • Surveying and Mapping strong background with program management and . • Rail &Transit construction supervision to help deliver and construct • Water& Sewer Design street, highway, and bridge projects. We coordinate I • Green Infrastructure roadway,structures,utilities,ROW,environmental and other related services for numerous cities and state agencies such ✓ as Louisiana Department of Transportation, Mississippi EJES's extensive record of successful projects, numerous Department of Transportation, Texas Department of II awards, and innovative solutions have earned us a Transportation and Arkansas Highway Department of reputation as a quality design firm in the field of Transportation. We provide services to various cities that ✓ Transportation Engineering. At EJES we believe that include City of Shreveport, City of Alexandria, East Baton teamwork is an essential element of any project, as it helps 1111 ✓ EJES INCORPORATED I Page 2 r^ Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 ✓ Rouge Parish, Jefferson Parish, St. Charles Parish, City of Construction Inspection and Management Jackson, and City of Vicksburg. In companion to EJES's considerable design capabilities,our III In our experience, safety considerations are paramount in staff has extensive skills in construction management, PI highway design and construction. Proper maintenance of supervision, and inspection. We have provided on-site traffic during construction is fundamental to minimizing inspection for multiple public sector clients. Additionally, risks (and thereby reducing costs and delays) for highway EJES provides resident engineer services, wherein we are projects. Of course, we also understand that construction able to address on-site issues quickly and effectively so as F projects can disrupt traffic flow in work zones and create to minimize delays and construction cost overruns. significant impacts on the traveling public. It takes an Our staff has significant experience in managing experienced design approach to be able to balance safety construction for the complete spectrum of transportation ✓ and traffic concerns, and EJES has that experience. Our staff projects—from small residential streets to rural highways to develops TCP sheets that effectively keep traffic moving major urban interchanges. We have experience in all levels i?I during construction without endangering construction of construction management services,including scheduling, personnel or the general public. monitoring, pay application reviews, agency coordination, r Bridge Design Services progress documentation, and dispute resolution. 1"' EJES staff is well experienced in bridge designs, ranging We also have significant experience with alternative project from simple beam bridges, arch bridges, truss bridges and delivery methods, such as design-build projects. This II suspension bridges. EJES have a proven track record in experience allows us to evaluate opportunities to encourage providing services for both design and inspection of innovation and expedite construction for any type of multiple bridge uses, including both vehicular and project. II pedestrian bridge structures, as well as highway, rail and water crossings. Our structural engineering staff has a Staff Augmentation II strong record of successful design for both new structures EJES has a 17-year proven track record of providing staff and rehabilitation projects. Our staff is also able to augmentation services on transportation related projects. PI complement traditional design services through our For the past 11 years, EJES has provided the North Texas II for in: Tollway Authority (NTTA) with staff augmentation services for roadway and bridge design review services.Our scope of • Value Engineering;Geotechnical Engineering;II work included design reviews of roadway plans, drainage Construction and Peer Views;and Design-Build plans, bridge plans and traffic control plans. EJES has II assisted assisted the NTTA with complete design reviews for over 30 EJES has experience in bridge planning that includes transportation improvement projects. For the Arkansas P feasibility assessments and conceptual engineering studies. Department of Transportation, EJES has performed design Our staff regularly produces complete construction reviews for over 25 transportation improvement projects. • documents that include final plan sets, specifications and The project construction costs for both the NTTA and the ✓ estimates. We also provide peer reviews and independent Arkansas Department of Transportation has ranged from design reviews for clients,such as the Louisiana Department $5,000,000 to $50,000,000 in construction costs. In addition 111 of Transportation. EJES encourages our staff to keep current to design reviews, EJES has also assisted these agencies with with the latest methods and technologies by requiring reviewing cost estimates, construction administration and F annual continuing education on relevant topics specific to construction inspection services. bridge design projects. Rather than just repeat previous II approaches, our design method encourages innovation so ✓ as to utilize new methods and developing technologies to provide optimal,cost-effective structural solutions.EJES also ✓ maintains the latest versions of in-house design software to verify and expedite our structural analysis capabilities. a r I r EJES INCORPORATED I Page 3 I Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 — - INTRODUCTION OF SUBCONSULTANTS firm is qualified to provide professional engineering services including the development of project scopes, plans and IMMO Cref Access Surveyors, LLC specifications, project cost estimating, general engineering . (ACCESS) has been operating design services, asphalt and concrete road design services, Surveyors, LLC under the current ownership on-site construction inspection, strategic project planning, since 1999 and continues to provide the degree of excellent construction management, bidding services, and service and personal attention to which their clients have administrative project closeout. We are currently providing become accustomed. a variety of planning and engineering services in Port r Arthur,Texas.TSG is a DBE,ACDBE, SBE, MBE,and HUB firm. Access Surveyors has always adhered to the"Measure twice, 1111 cut once"methods.It's far more economical to take the time 1.A Experience of Team with Drainage Projects and do it right the first time. By our entire staff having this II train of thought, it ensures deadlines are met and projects The proposed team has the stay within budget. Access Surveyors began surveying required capacity and P residential and commercial property and has adapted to the resources to provided ' ` Industrial Survey market to meet our clients many needs. required service without the - III The success of any company requires the respect of its need to hire additional staff. clients and industry peers. The services that Access Surveyors offer to the industries throughout Texas and The tables below show personnel, number of years in the II across the globe, have the valuable quality respect is field and registrations for the proposed team. formulated from. Access Surveyors realize that when clients TEXAS r are satisfied, they will continue to use our services. We LICENSED PROFESSIONAL ENGINEERS/SURVEYORS believe in well-coordinated exchanges of information, 11 realistic time frames, meeting agreed-upon deadlines, and Name License# Years In the Field constant communication regarding the status of projects. FIRM (EJES INC) I F-2488 27 Edwin Jones, PE 82682 27 S HVJ ASSOCIATES (HVJ) has Tanita Baker, PE 88719 25 been operating since1985, Mark Kosmoski 57539 45 I and has become one of the Paul Adey, PE, PMP 100114 33 largest specialty, minority- II owned engineering Mark Baker, PE 87156 35 ASSOCIATES companies in Texas. HVJ has Merdad Ghafar, PE 56192 35 11 broadened their service lines by consistently listening to Seyoum Asamenaw, PE 134033 20 clients' needs and in response, building their technical Zegeye Kebede, PE, PTOE 12176 1 4351 10 ✓ capabilities and expertise, providing intelligent analysis of SUBCONSUTANTS projects and always providing value-added service. HVJ is I now recognized as a leader in their fields of expertise and (HVJ ASSOCIATES) I F-649 23 for our knowledge of Texas soil,pavement,and construction Sharmi Vedantam, PE 100218 17 II conditions. (The Solco Group) I F-22626 3 • HVJ Associates provides quality, cost-effective specialty Kevin Solco, PE(TSG) 78161 39 services for many of the landmark projects throughout Access Surveyors I TBPLS 10136400 25 S Texas. We are proud to have participated in many projects Mitch Brackin, RPLS 5163 40 that received the Consulting Engineers Council of Texas Scott Brackin, RPLS 6650 19 III (CEC-Texas) Engineering Excellence Awards. Clint Rawlings N/A 29 II Colby Brackin, SIT 13 THE SOLCO GROUP, LLC (TSG) EJES SUPPORT STAFF 11 headquarters is in Port Arthur,Texas. Mesenbet Sebhat Drainage 10 4*° TSG provides innovative civil II iN��IC6�f>d9�.116 Morgan Bruce Drainage 6 engineering solutions to the Merineh Getachew Streets 7 transportation industry—including roadways, access roads, Robert Roth Streets 36 parking lots, grading and drainage, airport runways and 111 other facilities, and general civil site work engineering. Our • EJES INCORPORATED I Page 4 R Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 City of (1) EJES INCORPORATED ort (2) HVJ ASSOCIATES (3) ACCESS SURVEYORS LLC r (4) THE SOLCO GROUP, LLC A x11411 a INCORPORATED PRINCIPAL-IN-CHARGE Edwin B.Jones, Sr., PE I PROJECT MANAGER w Paul Adey, PE, PMP QUALITY MANAGER Tanita Gilbert-Baker, PE 111 KEY TECHNICAL PERSONNEL T _ • DRIANAGE DESIGN TEAM UTILITIES DESIGN TEAM STREET DESIGN & TCP Seyoum Asamenaw, PE, Paul Adey, PE, PMP (1) Tanita Gilbert-Baker, PE (11 D.WRE, PMP, CFM (1) Merineh Getachew (1) Zegeye Kebede, PE, PTOE (1) Mesenbet Sebhat (1) Morgan Bruce (1) Environmental Assessment 111 ENGINEERING SUPPORT Edwin B. Jones, PE (1) Kelvin Solco, PE (4) I ■ GEOTECHNICAL SURVEY CONSTRUCTION SUPPORT I Sharmi Vedantam, PE (2) Mitch Brackin, RPLS (3) Merdad Ghafar, PE(1) Scott Brackin, RPLS (3) Robert Roth (1) Clint Rawlings (3) F ✓ EJES INCORPORATED Page 5 r Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 P Summary Resumes for Key Personnel 100 segments. Paul has also designed and managed PWT (EJES Detailed Resumes in the Appendix) projects that include street and alley improvements, water and wastewater improvements and storm drain analysis and Edwin B. Jones, Sr., PE, MBA design. N Principal-in-Charge I Education I Tanita Gilbert-Baker, PE, MBA t MBA/Operations Management, 2000 N Our Lady of the Lake University Quality Assurance Manager BS/Civil Engineering, 1990 Education I EJES Southern University-Baton Rouge Executive MBA, 2007 Registration/Certification Centenary College I Texas PE No. 82682 BS/Civil Engineering, 1994 Tulane University ■ Mr. Jones has over 30 years of experience in Civil EJES TulaneUniversity Registration/Certification Engineering. His experience includes seven (7) years of IF engineering experience with the Texas Department of Texas PE No. 88719 Transportation. His experience includes transportation Ms. Tanita Gilbert-Baker is President for EJES, Incorporated. planning, highway design, hydraulics/drainage design, Ms. Gilbert-Baker's experience in project planning and r., bridge layouts, water/sewer design, site development, and design began in 1994. She has extensive experience in the environmental services. Mr. Jones is experienced with design and management of transportation projects. She has F engineering analysis and design software including designed/managed over 50 miles of roadway/highway GEOPAK, Eagle Point, WINSTORM, HEC-RAS, MicroStation, improvements with various cross sectional elements, N and AutoCAD. Mr. Jones has been responsible for including rural two-lane asphalt roads with roadside ditches; overseeing design reviews for NTTA and Arkansas urban five-lane concrete arterials streets with center turn II Department of Transportation and implementation of lane/median, signalized intersections, subsurface drainage, quality control management plan. He is responsible for and ADA compliant sidewalks;historic two-lane brick streets IN oversight of day-to-day operations in the Dallas office and with parking; four-lane interstate highways with has been key on projects totaling in excess of$100 million. underpasses, overpasses, and interchanges; and six-lane 111 interstates requiring complete construction signing and I Paul Adey, PE, PMP I Project sequencing. 11 Manager & Utility Design Merdad Ghafar, PE ► ' Education I MS/Civil Engineering, 1992 Street Design & TCP II University OF Lagos, Lagos, Nigeria Education I BS/Civil Engineering, 1987 MS/Structural Engineering,1980 ■ EJES Obafemi Awolowo University, Ile-Ife, Nigeria The George Washington,Washington, DC Registration/Certifications I - BS/Civil Engineering,1977 I Texas PE No. 100114, EJES University of Science and Technology,Tehran Texas SIT No. 10040, PMP# 2103945 Registration/Certifications I II Paul Adey is a certified Project Management Professional Texas PE No. 56192, PI (PMP®). He has 36 years of experience in civil engineering Mr. Ghafar has over 35 years of experience and has TxDOT analysis and designs, design reviews, project management, pre-certifications in Structural Engineering (bridges and I construction management,and construction administration. buildings),Civil Engineering and Construction Management. P Paul has about 23 years of design and management His civil engineering experience including bridge design, experience in Dallas Water Utilities (DWU) and Public works roadway designs, structural design, traffic control, . and Transportation (PWT) projects. Paul has extensive construction management, hydrologic analysis, hydraulic experience in DWU projects includes design of over 200,000 design, and utility design. P linear feet of water and wastewater mains ranging from 6" to 30" in size. He has prepared DWU design reports for over ■ ✓ EJES INCORPORATED I Page 6 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 a I Mark Kosmoski, PE Hydraulic models, including HEC-RAS 1D/2D, FLO-2D, and Utilities Design XPSWMM-2D. Mesenbet Sebhat Education I 111 BS, Civil Engineering Drainage Design Texas A&M University, 1979 Education I Registration/Certification I MS/Hydrology and Water Resources, 'I t P EJES TX PE# 57539 2013 Mr. Kosmoski, P.E. has 45 years of A/E UNESCO-IHE Institute for Water Education, ■ design, construction management, consulting experience Delft,the Netherlands that includes designing on many small and large private and BS/Water Engineering, 2006 EJES r government projects. He also provides research and due Haramaya University of Ethiopia diligence on same,writing specs for plans,serving as Project Mr. Sebhat has over 10 years of work experience executing Representative to check for quality of work, and material water resources engineering projects in different sectors. r., specs. Mr. Kosmoski, P.E. has also developed drawing plans These projects are various types of water resources, and profiles for utilities and piping. He is efficient with including dam safety assessments, hydrology,and hydraulic various engineering software products. Experience with modeling for dams, flood control structures, water supply Auto Cad Version C3D 2019, 2015 and older versions, Blue dams, and flood impact assessment. He has an in-depth PI Sky and with the total Station, LDD, Micro Station V8, MS knowledge of numerous Hydrology and Hydraulics Word, MS Excel, MS Access, and MS Power Point. modeling and simulation tools such as MIKE 11, MIKE SHE, NAM, HEC-HMS, HEC-RAS, SWAT, WEAP, MODFLOW, and • - Seyoum Asamenaw, PE, D.WRE, ArcGIS applications, and has experience using various 2- PMP, CFM I Drainage Design dimensional hydrodynamic Hydrology and Hydraulic II models, including HEC-RAS 1D/2D. Education I 111 -. ¢-::. MSc/Geotechnical Engineering, 2019 Georgia Institute of Technology Merineh Getachew, PMP MS/Water Resources Engineering, 2005 University of Texas-Austin EJES Utilities Design P BS/Geological Sciences, 2001 ` Education I Mekelle University BS/Civil Engineering, 2015 111 Registration/Certification I University of Texas-Arlington ✓ Texas PE No. 134033 I PMP# 5776412 I CFM #3910-21N Registration/Certification I Mr. Asamenaw has over 20 years of national and EJES PMP #3239126 I international experience executing large-scale civil and Mr. Getachew has 6 years of experience in civil engineering. water resources engineering projects in public and private111 His civil engineering experience includes water transmission industries. These projects cross a broad spectrum of water & distribution system design, sanitary sewer system resources, including dam safety inspections and rehabilitation & improvements design, water & sanitary rehabilitations, dam safety risk assessments, hydrology,and sewer utility alignment studies, collection system . hydraulic modeling for dams, flood control structures, infiltration/inflow analysis and hydraulic modeling, storm hydropower, and water supply dams, flood impact water pollution prevention plan development as well as 111 assessment, reservoir operation, levee, and dam construction management services. failure/impact assessments. He has an in-depth knowledge II of numerous Hydrology and Hydraulics modeling and simulation tools such as Arc-Hydro, HEC-GeoHMS, HEC- PI HMS, HEC-RAS, HEC-GeoRAS, GAMS, SITES, USGS Peak FQ, I HydraFlow, BOSS DamBreak, HydroFlow, MODFLOW, and ArcGIS suite applications, and has extensive experience F using various 2-dimensional hydrodynamic Hydrology and Ill . EJES INCORPORATED I Page 7 II Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 a Morgan Bruce, EIT Sharmi Vedantam, PE I Senior Drainage Design v.. a 4, Geotechnical Project Manager _ iiii___AIHVe IMr Education I _` Education I BS/Civil & Engineering,Construction En ineerin MS, Geotechnical Engineering, 2003 a 2019 University of Texas at Arlington P University of Arkansas—Little Rock MS, Water Resources, 1997 Registration/CertificationI Jawaharlal Nehru Technological University II Arkansas El No.9162 13011 BS, Civil Engineering, 1995 Ms. Bruce has more than 5 years of practical knowledge and Osmania University I experience in the field of civil engineering, design, Registration/Certification I Texas PE No. 100218 construction, and project management. Mr. Bruce has 1� Ms. Vedantam's career extends more than 17 years and performed hydrology and hydraulics calculations; designed covers a wide range of geotechnical engineering experience. II sound walls, and prepared Preliminary Design Report (PDR) As a Geotechnical Project Manager and Senior Engineer,she for water and wastewater projects. is responsible for preparing fee proposals, coordinating sub II surface field investigations, assigning and reviewing Robert Roth laboratory tests of soil samples, performing geotechnical engineering analysis and subsequent reports which provide w Construction Support detailed analysis for pavement, construction and bridge Education I foundation recommendations for projects in the areas of III BS/Civil Engineering, 1983 transportation, infrastructure, foundation design projects, ll Southern Illinois University and water/wastewater systems water lines and treatment EJES Registration/Certifications plants. $ Class "C" Wastewater Certification (Collection Systems) ,� Kelvin L. Solco, PE, MBA II Mr.Roth has over 34 years of experience in civil engineering. His civil engineering experience has included hydraulic Senior Civil Engineer I analysis of drainage areas and storm sewer design, water iii Education I a transmission & distribution system design, sanitary sewer BS/Civil Engineering, 1984 engineering studies (SSES), sanitary sewer system Prairie View A&M University P rehabilitation & improvements design, water & sanitary MBA, 2001 sewer utility alignment studies, collection system LeTourneau University II infiltration/inflow analysis and hydraulic modeling, storm Senior Executive Fellow, 1999 water pollution prevention plan development as well as Harvard University, Kennedy School of Government II construction management/inspection services. Mr. Roth has Registration/Certifications I a successfully performed as a design team leader in the role Texas PE No. 78161 of project manager and as a senior design engineer. Mr. Solco has over 39 years of engineering experience. ® Experience with engineering design software includes Kelvin is the founder and the President and CEO of The Solco GeoPak, Eagle Point, ProjectWise, Hydra, Microstation, HEC- Group, LLC. For the last three years, Kelvin has provided I RAS, AutoCAD and SignCAD. Mr. Roth has successfully planning and engineering support,research,data collection, completed numerous municipal, state and federal and business advisory services for all clients of The Solco II infrastructure improvement projects in his 34 year career. Group, LLC (TSG). a I PI PI r EJES INCORPORATED I Page 8 I ■ Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 ■ Ilk Mitch Brackin, RPLS 111Colby Brackin, SIT Surveyor Surveyor Education I tie i Education I Lamar University AAS Survey, Land Surveying &Mapping I cct,ss Registration/Certifications I Lone Star College-Montgomery Surveyors,LW Texas RPLS No. 5163 C«'ss Surveyors uC Registration/Certification I Mitch Brackin began his surveying career in 1980, working Texas SIT No. 110530 PI for the United States Geological Survey Department of the Colby Brackin began his surveying career at Access . Interior, mapping the Southern-half of Toledo Bend Surveyors in 2011. In 2014, he earned his Surveyor In Reservoir in Texas and Louisiana. Since that beginning, he Training (SIT) Certificate. At Access Surveyors, Colby PI has worked with successful engineering and surveying oversees the day-to-day operations and crew scheduling. companies acquiring valuable and diverse experience in the . -;- II industry. Mitch has been a Registered Professional Land Surveyor since 1996.With Access Surveyors, Mitch oversees PI marketing and business strategy. w , ✓ Scott Brackin, RPLS "" Surveyor Education I --- BA, Entrepreneurship Concentration, 2014 CCess, Lamar UniversityPI Ir-1 Surveyors ICC Registration/Certifications I - Texas RPLS No. 6650 , PI Scott Brackin has 10 years of experience in surveying. He x began his surveying career at Access Surveyors in 2005. In . "111110•00- Al, II 2014, he earned his Surveyor In Training (SIT) Certificate. In .- • - 2016 Mr. Brackin became a Registered Professional Land . ri Surveyor (RPLS) in the State of Texas. Since then, he has — earned his licenses in Louisiana, Mississippi and Florida.I PI Scott is the primary RPLS at Access Surveyors. r It. t. •! Clint Rawlings t , Survey Project Manager , ¢. ■ Affiliations I L ,. . 111 Texas Society of Professional Surveyors CCess Sur verrs,Ur Clint Rawlings began his surveying career in 1995 after being hired by Mitch Brackin while working at r �' Carroll & Blackman Consulting Engineers. In 1999, Clint _ ✓ assisted in the start up of Access Surveyors and has been an `'"' — integral part of company for nearly 25 years. Clint oversees Ill all large construction projects, railroad design topographic II surveys, client relations and survey crew coordination. PI ✓ EJES INCORPORATED I Page 9 r . Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects P25-0003 1.6 EXPERIENCE OF THE FIRM WITH DRAINAGE PROJECTS EJES has provided professional engineering services for the past 25 years (since 1997) and has more than 60 employees. EJES's extensive record of successful projects, numerous awards, and innovative solutions have earned us a reputation as a quality . design firm in the field of civil engineering. At EJES we believe that teamwork is an essential element of any project, as it helps assure that we are in tune with our clients' objectives and expectations. EJES's multi-disciplinary staff enables us to respond to any infrastructure,transportation, or environmental need of our clients. . EJES has provided drainage design for the following federal procured jobs: EJES Federal Projects for Various Municipalities Project Name/Location Client Duties Federal Funds ✓ Project Pegasus Street and Drainage Federal Highway Dallas,TX TxDOT Design Administration Live Oak Reconstruction Dallas, TX Keenland Parkway Reconstruction Street and Drainage Design Dallas,TX Dallas Area Rapid Transit Federal Transit La Reunion Parkway Reconstruction (DART) Construction Administration Dallas,TX Management Services Morgan, Lindsey&Matterhorn Street 111 Reconstruction' Dallas,TX Read Blvd East(RR147)Group D 111 New Orleans, LA Street and Drainage . Lake Vista (RR074)Group B City of New Orleans Design FEMA New Orleans, LA Gentilly Woods (RR061)Group B New Orleans, LA Fort Hood Design Drainage USACE Fort Worth District Drainage Design Department of Coryell County, TX Defense Louisiana Bridge Projects Olen Hughes Road _ Oscar Lum Road IBailey Town Road Barnette Road over Trib to Walnut Bayou Courtney Road Louisiana Department of Transportation and Bridge/Culvert Federal Highway 111 Dorcheat Road over Cow Branch Development(LADOTD) Hydraulic Design Administration Hinds Road over Wallace Bayou F Marathon Road over Gray Creek Ridge Road over Castor Creek Self Road over Dooley Canal �'► Arkansas Watershed Projects _. Pine Bluff Watershed Project Arkansas Black Mayors Watershed Planning Natural Resources Lewisville&Stamps Watershed Project Association (ABMA) and Environmental Conservation Services Impact Assessment R— EJES INCORPORATED I Page 10 r Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 111 OFFICES LOCATIONS WHERE WORK WILL BE PERFORMED 11 OFFICE ADDRESS PHASE OF WORK CORPORATE OFFICERS Port Arthur,TX 3100 Park Plaza, Suite 200B Project Management Edwin B.Jones, Sr., PE, MBA 11 11 Port Arthur,TX 77642 Field Investigations CEO/Principal-in-Charge Houston,TX 6161 Savoy Drive, Suite 830 Engineering Support Mark Kosmoski, PE Houston,TX 77036 QA/QC Office/Project Manager Ill12801 N. Central Expwy, Suite 700 Tanita Gilbert Baker, PE, MBA 11 Dallas,TX Dallas,TX 75243 CADD Support Services President Engineering Support X ary y yX ,: 4,, A, _--,- ,,.♦ t�,[ # `.�.e4 } - •f ;y � {i Cq# a�f {�4"tea #` ra +< } { ` k y S '-Y }„y � S , .7 ^ape4 s 't* + 11 ! w ,- yet« r tr_ r II PI *I I IP 111 ew .r w I -, rr ry 4 t e _ : . . . PIsae .t- .e ".. P � , " •.. X EJES INCORPORATED I Page 11 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 r — Specialized Experience and Technical user-defined inflows; utilize either kinematic wave or full dynamic wave flow routing methods; model various flow Competence for Drainage Projects regimes, such as backwater, surcharging, reverse flow, and surface ponding; and apply user-defined dynamic control F Hydraulic and Hydrologic Modeling Services rules to simulate the operation of pumps, orifice openings, STORM WATER MANAGEMENT MODEL (SWMM) and weir crest levels. I EPA's Storm Water Management Model (SWMM) is a In addition to modeling the generation and transport of II dynamic rainfall-runoff simulation model used for single runoff flows, EJES's design team utilizes SWMM to estimate event or long-term (continuous) simulation of runoff the production of pollutant loads associated with this runoff. quantity and quality from primarily urban areas. The runoff The following processes can be modeled for any number of II component of SWMM operates on a collection of sub- user defined water quality constituents: dry weather catchment areas that receive precipitation and generate pollutant buildup over different land uses;pollutant washoff 111 runoff and pollutant loads. The routing portion of SWMM from specific land uses during storm events; direct transports this runoff through a system of pipes, channels, contribution of rainfall deposition; reduction in dry weather II storage/treatment devices, pumps, and regulators. SWMM buildup due to street cleaning; reduction in washoff load tracks the quantity and quality of runoff generated within due to BMPs; entry of dry weather sanitary flows and user- each sub-catchment, and the flow rate, flow depth, and specified external inflows at any point in the drainage II quality of water in each pipe and channel during a system; routing of water quality constituents through the simulation period comprised of multiple time steps. EJES's drainage system; reduction in constituent concentration II design team utilizes XPSWMM for planning, analysis and through treatment in storage units or by natural processes design related to storm water runoff, combined sewers, in pipes and channels. II sanitary sewers, and other drainage systems in urban areas, EJES's design team utilizes SWMM applications to: design rwith many applications in non urban areas as well. and sizing of drainage system components for flood control; EJES's design team utilizes SWMM to account for various sizing of detention facilities and their appurtenances for IR hydrologic processes that produce runoff from urban areas. flood control and water quality protection; flood plain These include:time-varying rainfall;evaporation of standing mapping of natural channel systems ' designing control III surface water; snow accumulation and melting; rainfall strategies for minimizing combined sewer overflows; . interception from depression storage; infiltration of rainfall evaluating the impact of inflow and infiltration on sanitary into unsaturated soil layers; percolation of infiltrated water sewer overflows; generating non point source pollutant . into groundwater layers; interflow between groundwater loadings for waste load allocation studies; and evaluating and the drainage systems; nonlinear reservoir routing of the effectiveness of BMPs for reducing wet weather 11 overland flow; and capture and retention of rainfall/ runoff pollutant loadings. with various types of low impact development practices. Our team imports GIS, CAD, HEC-RAS data and more to II Spatial variability in all of these processes is achieved by construct models from various data sources in a single II dividing a study area into a collection of smaller, repository. We also create or import land surfaces to allow homogeneous sub-catchment areas, each containing its generation of cross sections of open channels, assignment III own fraction of pervious and impervious sub-areas. of 1 D node elevations, or computation of overland flow EJES's design team utilizes SWMM's hydraulic modeling depths. II capabilities in which we use to route runoff and external HEC-RAS MODELING r inflows through a drainage system network of pipes, channels, storage/treatment units and diversion structures. HEC-RAS is an integrated package of hydraulic analysis II These include the ability to: handle networks of unlimited programs, in which the user interacts with the system size; use a wide variety of standard closed and open conduit through the use of a Graphical User Interface (GUI). The I+ shapes as well as natural channels; model special elements system is capable of performing Steady Flow water surface such as storage/treatment units,flow dividers,pumps,weirs, profile calculations, One and Two-dimensional unsteady r and orifices; apply external flows and water quality inputs flow computations, Sediment Transport/movable boundary from surface runoff, groundwater interflow, rainfall computations, Water Quality analysis and several hydraulic r dependent infiltration/inflow,dry weather sanitary flow,and design computations. A key element is that all four p components use a common geometric data representation II EJES INCORPORATED I Page 12 r i r„ Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 and common geometric and hydraulic computation allowing simulation of hydraulic sorting and armoring. routines. Major features include the ability to model a full network of — The EJES design team utilizes HEC-RAS to perform one streams,channel dredging,various levee and encroachment dimensional and two-dimensional hydraulic calculations for alternatives, and the use of several different equations for a full network of natural and constructed channels, the computation of sediment transport. II overbank/floodplain areas,levee protected areas,etc.. HEC- EJES utilizes the water quality analysis component to RAS river analysis components consist of steady flow water perform riverine water quality analyses. The current version . surface profiles; unsteady flow simulation; sediment of HEC-RAS can perform detailed temperature analysis and transport/ movable boundary computations; and water transport of a limited number of water quality constituents II quality analysis. (algae, dissolved oxygen, carbonaceous biological oxygen . EJES's design team utilizes the steady flow water surface demand, dissolved orthophosphate, dissolved organic profiles feature for calculating water surface profiles for phosphorus, dissolved ammonium nitrate, dissolved nitrate 111 steady gradually varied flow. The steady flow component is nitrogen,and dissolved organic nitrogen). capable of modeling subcritical, supercritical, and mixed The following table demonstrates projects with relevant I flow regime water surface profiles.The basic computational HEC-RAS modeling: R procedure is based on the solution of the one-dimensional PROJECT NAME/LOCATION energy equation. Energy losses are evaluated by friction N (Manning's equation) and contraction/ expansion Pemberton Hill Road Drainage Improvements (coefficient multiplied by the change in velocity head). The Dallas, Texas P momentum equation is utilized in situations where the FM2201 Drainage Improvements Palo Pinto County,Texas water surface is rapidly varied. These situations include1111 FM 1388 Roadway Reconstruction mixed flow regime calculations (i.e. hydraulic jumps), Kaufman County,Texas hydraulics of bridges, and evaluating profiles at river FM 2860 Roadway Reconstruction confluences (stream junctions). The steady flow system is Kaufman County,Texas PI designed for application in flood plain management and Split Trail Drainage Improvements flood insurance studies to evaluate floodway Plano,Texas II encroachments.Also, capabilities are available for assessing Ft. Hood Drainage Repairs the change in water surface profiles due to channel Ft. Hood, Texas P modifications, and levees. Scarpengo Ditch Improvement Shreveport, Louisiana . EJES's design team utilizes the unsteady flow simulation to Ockley Ditch Improvements simulate one-dimensional;two-dimensional; and combined Shreveport, Louisiana P one/two-dimensional unsteady flow through a full network LA 3132 Hydrologic and Hydraulic(H&H)Analysis of open channels, floodplains, and alluvial fans. The Shreveport, Louisiana ■ unsteady flow component can be used to perform 1-20 and Garrett Road Drainage ill subcritical, supercritical, and mixed flow regime (subcritical, Monroe, Louisiana supercritical, hydraulic jumps,and draw downs) calculations Arkansas Black Mayors Association Watershed Plan II in the unsteady flow computations module.Special features Environmental Assessment Pine Bluff, Lewisville and Stamps,Arkansas of the unsteady flow component include: extensive LADOTD District 05— 11 Off System Bridge Replacements II hydraulic structure capabilities dam break analysis; levee Various Parishes in Louisiana breeching and overtopping; pumping stations; navigation P dam operations; pressurized pipe systems; automated ✓ calibration features; user defined rules; and combined one and two dimensional unsteady flow modeling. PR EJES's design team utilizes the sediment transport/movable boundary computations for the simulation of one- II dimensional sediment transport/ movable boundary ✓ calculations resulting from scour and deposition over moderate to long time periods. The sediment transport ✓ potential is computed by grain size fraction, thereby . EJES INCORPORATED I Page 13 U . Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 111 Specialized experience and technical competence related to Federal Highways Administration (FHWA), American Association of State Highway and Transportation Officials (AASHTO), Americans with Disabilities Act (ADA) and other Federal, States and Local Public Works projects. The table below further demonstrates technical competency of the proposed team highlighting successfully completed projects with other agencies.These projects include the roadway and drainage design for streets, highways,thoroughfares and PI bridges. designs were accomplished in accordance with local design standards, FHWA, AASHTO standards & details and ADA ill specifications. . Project Name Project Type Summary of Work Client/End User Street EJES, as prime, provided civil design services for theP I `�� Live Oak Street Improvements Reconstruction development of complete PS&E documents that included &Drainage paving, drainage,water/wastewater improvements. city of Dallas P NI Street EJES, as prime, provided civil design services for the `�. Morgan, Garrison and Nandina Reconstruction development of complete PS&E documents that included ' Street Replacement . & Drainage paving, drainage,water/wastewater improvements. City of Dallas II EJES, as prime, provided engineering design services for Street preparation of plans, specifications and estimates for the . Pearl/Central Expressway Reconstruction reconstruction of Pearl Expressway.Works included paving, ( + Improvements drainage, signalization, striping and signage. Drainage & Drainage Il system consisting of 24 inlets,6 manholes&approximately City of Dallas 1,800 linear feet of storm sewer pipe. II Street EJES,as prime,provided channel improvements,2000 linear Ank Split Trail Road Channel and . Plano Reconstruction feet of roadway reconstruction plans, specifications & Roadway Improvements c y,er'r,, /1c,i III & Drainage estimate(PS&E). . EJES,as prime,provided design and bidding services for the of,r� Meadowbrook Road Street Meadowbrook Road Rehabilitation project. The existing `r ,7t. 11 Reconstruction 1.33 mile 4-lane roadway is approximately 48'-60' variable *;/'°''RZ Rehabilitation Project L &Drainage width, curb and gutter system, curb inlets and a 4-ft '4�-IsslQf2 . sidewalk on the north side of the corridor. EJES,as prime,provided design and bidding services for the . N. State Street Rehabilitation project. The existing 5-lane oFr,,c North State Street Street roadwayis approximately 55-ft wide, with a dedicated " '"''' PP Y 'u ,; z . Rehabilitation Project Reconstruction southbound left-hand turn lane, curb and gutter system, . :l & Drainage curb inlets and a 4-ft sidewalk on the east side of the A*tss1r . corridor. ✓ Hudson Boulevard Street EJES, as prime, prepared plans for the design of a of�.t subsurface drainage system on Hudson Boulevard to r , Reconstruction & Drainage Reconstruction !:) convey runoff from Lincoln Road towards Chatlin Lake P Improvements & Drainage Canal. trvFz II Us 175, SM Wright Parkway Street EJES,as prime, provided engineering design services for the Reconstruction Phase 2 Reconstruction preparation of plans, specifications and estimates (PS&E) nt r & Drainage for the SM Wright Blvd. ,T�� f,o EJES, as Prime, prepared construction design plans and FORT WORTH Wesleyan Drive South Street Street specification documents for 3,198 linear feet of roadway Reconstruction and Water Reconstruction I Replacement &Drainage improvements under the City of Fort Worth Capital Improvement Program. I NI . EJES INCORPORATED I Page 14 or -m II Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 II Project Name Project Type Summary of Work Client/End User I EJES, as Prime, prepared plans for the design and Street reconstruction of approximately 1,200 linear feet of existing FORT WORTH I Ida Way Street Reconstruction Reconstruction two-lane, residential asphalt paved street with new tH & Drainage reinforced concrete pavement, curb and gutter, drainage . structures and sidewalk. EJES, as Subconsultant, prepared plans for the design and PI Street reconstruction of approximately 1300 linear feet of existing FORT WORTH Decatur Street Reconstruction Reconstruction two-lane, residential asphalt paved street with new111 & Drainage reinforced concrete pavement, curb and gutter, drainage structures and sidewalk . EJES, as Subconsultant, prepared roadway plans that Sun Valley Street Street included the design and reconstruction of approximatelyIII FORT WORTH Reconstruction 1,400 linear feet of existing two-lane, asphalt paved street Reconstruction & Drainage with new reinforced concrete pavement, curb and gutter, . drainage structures and sidewalk. Street EJES, as Subconsultant, prepared paving and drainage Alta Vista Road Improvements Reconstruction improvements plans for the redesign of Alta Vista Road. FORT WORTH &Drainage EJES was responsible for preparing the complete plan, `_ fr . specification, and estimate(PS&E). SUBCONSULTANT HVJ PROJECT EXPERIENCE I HVJ conducted a geotechnical investigation in accordance with City of Sugar Land design guidelines to develop design111 co‘"sEtxiG:t...City of Sugar Land Covington Street Woods Drainage Reconstruction recommendations for the proposed pavement and utilities Improvements & Drainagefor replacement of existing pavement, water lines, sanitary «1sewers and storm sewers including a major outfall to Ditch A-22. III HVJ conducted a geotechnical investigation to provide design and construction recommendations for the oouc44, II City of Sugar Land Sugar Creek Street proposed pavement, underground utilities, and open ditch 4. e Drainage Improvements — Reconstruction channel for pavement and utility replacement along various 0 S\'« o I Montclair Blvd & Drainage streets near Montclair Boulevard as well as \* recommendations for the channel side slopes for the Texas IIII existing open ditch channel located in the project area. HVJ provided geotechnical services for complete II reconstruction of Shepherd Drive and Durham Drive between IH 610 Eastbound Frontage Road and W 15th T Street in Houston, Texas. The limits of reconstruction of W Street 20th, W 19th, W 18th and W 15th streets extend beyond ; ' COH Shepherd and Durham Durham Drive by about 400 to 800 feet as shown in the Reconstruction I II Reconstruction Project-Phase layout attached. The proposed improvements include II & Drainage reconstruction of pavement, sidewalks and installation of H O U S T O N PUBLIC WORKS utilities. Based on the information provided to us, we 1111 understand that the invert depth of utilities will not exceed . 15 feet below existing grade and will be installed using open cut technique. HVJ conducted a geotechnical investigation at the project I site to provide geotechnical design and construction II Harris County Pct.2 Fallbrook, recommendations for the storm sewer installation and z Ridgepoint and Westpoint Drainage channel extension and to provide slope stability analysis of II Subdivision Drainage Improvements the proposed channel cross sections. HVJ also provided f,FLOOD recommendations for select fill and general earthwork CONTROL Improvements --DISTRICTrecommendations. The proposed project involves re- grading of existing roadside ditches; addition of underground storm sewers and corresponding area inlets. II EJES INCORPORATED I Page 15 . Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 111 HVJ conducted a geotechnical investigation and engineering analysis to evaluate the stability of the F��q' I City of Pearland SH 288 Offsite proposed channel slopes and to provide construction Drainage, Pearland,Texas Offsite Drainage recommendations. Project involved design of an off-site i it 11 drainage trapezoidal channel with slope 3:1 or 4:1 will be ce•1 C. A s about 10 feet deep with probable maximum depth being sr. 'a°' 12 feet. SUBCONSULTANT ACCESS PROJECT EXPERIENCE Port Arthur Crude Terminal Street, Bridge & ACCESS served as Lead Survey for this project as Port Arthur,TX Drainage subconsultant to Regnar Benson. �/'" rth` ACCESS assisted in the implementation and erection of: 60,000+ concrete and wood pile driving site-wide and • Motive Crude Expansion Construction and Monitoring of a 51 Monument Control Drainage Project Port Arthur,TX System. Final Paving, Grading and Drainage systems. ligt, Complete electrical route to support the massive 2-square p mile site. SUBCONSULTANT SOLCO PROJECT EXPERIENCE Rehabilitation of 300 Block of Dallas& Fort Worth Ave. Street& Provided design services for curb and gutters and drain Port Arthur,TX Drainage inlets. r, - Dallas Avenue and 4th Street Street Provided engineering services for demolition, removal and ®, {` Port Arthur,TX Reconstruction environmental remediation for a 15,000 SF concrete slab on art hur the northwestern corner of Dallas Avenue and 4th Street ■ Rehabilitation of Fuel Farm Provided engineering services for the design for 111 E RT I TIM Pavement Roadway rehabilitation of the Fuel Farm pavement at Jack Brooks �0.EGIONAl R10.PORT Beaumont-Port Arthur,TX Regional Airport. Funding from FAA AIP grant. 11 ■ w I I r r r Omal PI EJES INCORPORATED I Page 16 r r� Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects 1 P25-0003 1.C. KNOWLEDGE OF CITY OF PORT ARTHUR DRAINAGE Jefferson County Drainage District No. 7 SYSTEM EJES understands that the citizens of the City of Port Arthur are concerned with keeping Port Arthur as dry as possible during #;; the next severe storm.As of June 2021,Jefferson County's new - T $62M Alligator Bayou pump station in Port Arthur has been ` ...`updated to double the pumping capacity and accommodate F the 25-year storm and in many places the 100-year storm. Its -- _ .- -` six new pumps will pump 1.5 million gallons of water from - canals and ditches into the Gulf Intracoastal Waterway every 1, minute. ti'` It The Texas Water Development Board (TWDB) recently ,`a , • IP approved financial assistance grant funding of $455,000 to the C ;� 'rtl�f,�... City of Port Arthur (Jefferson County). The City will use the ;' - .,. F assistance from the Flood Infrastructure Fund (FIF)for a master - drainage plan project. Until the City develops the Master F Drainage Plan, the City is seeking to improve the overall a drainage of the City through streets and drainage design projects. The city of Port Arthur is located in Jefferson County, Texas P The City of Port Arthur flood protection systems are maintained along the Sabine River and on the Gulf of Mexico. Port and operated by Jefferson County Drainage District 7 (DD7). Arthur is at 7-feet above sea level, the city relies on a 16 1111 The City has also received funding to begin design on the City's foot seawall to keep waters from its streets, homes and four drainage systems at Lake Arthur Detention Area,Port Acres businesses. The City's Public Works Stormwater Drainage ll subdivision, El Vista subdivision, and Babe Zaharias Municipal division maintains the roadside ditches, culverts, manholes, Golf Course. and street cleaning of those streets with curbs and gutters. P Being a coastal city, Port Arthur is subject to flooding during The City of Port Arthur has a map that identifies maintenance hurricane and tropical storms. The Jefferson County IN drainage problems and areas of concern, and improvements to Drainage District No. 7 (DD7) maintains and operates the culverts and open ditches that need mitigation. Drainage Port Arthur Hurricane Flood Protection System. The system systems are reviewed by DD7 and City of Port Arthur Public consists of approximately 28 miles of earthen levee, 7 miles Works Stormwater Drainage Section and should also of concrete and steel sheet pile floodwalls, drainage and accommodate TxDOT design standards and requirements, — where applicable. Drainage systems are designed for a 5-year closure structures, 20 pump stations and a wave barrier to conveyance, with a 100-year hydraulic grade line. Peak design protect the city from flooding during these storms. — flows for pre-and post-development conditions are developed The DD7 is one of three Drainage Districts located within and analyzed, using the Rational or Modified Rational Jefferson County, Texas. The DD7 covers the needs for ,methodolo ies utilizinghydrologic parameters from NOAA g ygis drainage and hurricane protection for southern Jefferson Atlas 14 precipitation data for Jefferson County. Below is a County. Southern Jefferson County encompasses the cities general summary of DD7 and drainage system upgrades that of Port Arthur, Groves, Nederland and Port Neches and WWI are anticipated. unincorporated areas of southern Jefferson County. — Given the shared responsibility for flood mitigation, DD7 supports the City's need to construct these projects that — would help reduce the flooding. From the City of Port Arthur Drainage Update Presentation dated November "' 15th, 2018, the three drainage projects were selected. The Lake Arthur Drive Detention Pond, Port Acres Drainage — System Upgrade and El Vista Drainage System Upgrade were selected by the Hazard Mitigation Grant Program (HMGP)to be funded. The Babe Zaharias Golf Course,which }.. was not selected for the HMGP, will be funded by the EJES INCORPORATED I Page 17 r ' n Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 N Community Development Block Grant Disaster Recovery Port Acres Drainage System Upgrade (CDBG-DR) funds. These drainage projects will lessen !� impact of flood waters on area from future storms. It is anticipated these drainage projects could take three yearsII . to complete, the City is using Drainage Crews to address - I some of the immediate drainage issues. DD7 is also working on a project with the U.S.Army Corps P of Engineers (USACE) to raise the levee and increase pumping capacity at the 19 other stations in southern I Jefferson County. - , 111 Lake Arthur Drive Detention Pond .. .. , 3 `- , , til(I The Port Acres Drainage System is located with Zone B. Areas within Zone B are between the limits of the 100- and I 500-year flood. These areas are subject to flooding depths less than one (1) foot or where the contributing drainage is . less than one square mile. The drainage system bounded is le on the north by Farm to Market Road (FM) 365, West Port Ir . , :- '` Arthur Road on the east, 61' Street on the south, and Jade -at Avenue on the west. Port Acres is located within the ■ Lakeside, Port Acres, and West Port Arthur Watershed. ' This area consists of mainly asphalt street with roadside I ditches. The runoff from the roadside ditches are collected area inlets and outfall to the drainage channels via the Fill existing storm sewer system. .. The existing 54.3 acres of land dedicated for detention i ponds is bounded on the south by Lake Arthur Drive, on the The improvements to the roadside ditches and gravity I rwest by the YMCA on 9th Avenue, and on the east by the storm sewer capacity will eliminate localized flooding. The Main "A" Canal. The existing detention pond will be estimated construction cost for this project is — expanded by approximately 33 acres. approximately $9.5 million, of which the HMGP will fund Ir According to the FEMA FIRM maps, the proposed and 75% and the CDBG-DR fund the 25% required for the existing detention is located within Zone AH in the Main "A" HMGP projects. F watershed. Zone AH are areas of land where the 100-year flooding depths are between one (1)and three (3)feet. El Vista Drainage System Upgrade I The El Vista Drainage System is also located within Zone B. The estimated construction cost for the detention pond The drainage system bounded on the north by 60th Street, PI expansion is approximately $13.8 million, which will be Roosevelt Avenue on the east, Maple Street on the south, funded using HMGP and CDBG-DR funds. To maximize the and Pine Avenue on the west. El Vista is located within the PI use of the existing detention pond, until this project is El Vista Watershed. completed,the City will utilize a temporary drainage system. The expansion of the detention pond will prevent flooding " --,, �: ;, , — of the developed land located on the protected side of the -, " hurricane protection system. The Lake Arthur drainage system will divert some of the — floodwaters to detention areas and not flood Jefferson ICounty Drainage District 7 canals. r EJES INCORPORATED I Page 18 r Response to City of Port Arthur RFQ for Engineering Services for West 19" Street Drainage Projects I P25-0003 Street and 9th Avenue separates the golf course into three sections. The golf course is located within the Main "B" Watershed. The City wants to increase the capacity of the existing detention/ retention pond system at the golf course to handle storm runoff from 9th Avenue and Jimmy Johnson. The estimated construction cost to increase the capacity of the ponds in approximately$5 million,which will be funded by the CDBG-DR fund. Q - The City also wants to remove and replace 3,400 linear foot of the existing storm sewer pipe in the golf course that has collapsed. A portion of the collapsed storm sewer was identified approximately 100' north of 9th Avenue along the golf course. The City has already replaced a segment of This area consists mostly of asphalt street with both storm sewer that collapsed by the 12th hole. roadside ditches and curb &gutter. The runoff from the The plan for Babe Zaharias drainage systems is that the roadside ditches and curbed streets are collected in area drainage system will divert some of the floodwaters to inlets and outfall to the drainage channels via the existing detention areas and not flood DD7 canals. storm sewer system. The flood and drainage improvements will include storm sewer upgrades,R removal and replacement of driveway culverts, and regrading the existing roadside ditches. Improvements will reduce the risk of flood damage to the area. PI The total construction cost for this project is estimated to be approximately$3.1 million. As with Port Acres Drainage System improvements the HMGP funds 75%and the ' remainder will be funded by the CDBG-DR. �{ Stormwater Detention Project at Babe Zaharias Golf Course I U p ■ s r Babe Zaharias Golf Course is located entirely within Zone AH. The golf course is located on approximately 150 acres and is bisected by the Main "B" Channel. Jimmy Johnson R EJES INCORPORATED I Page 19 ✓ Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 IIII II FIRM'S KNOWLEDGE OF THE WEST 19TH STREET The pipe diameters largely increase in size as they approach DRAINAGE SYSTEMS. the Terminal Rd. piping.There are exceptions to this,and we I identify those later in the study. The West 19th Street Drainage Project is located with the 111 following coordinates: Latitude: 29° 52' 21.53" Nand Ultimately all of the drainage flows to the Foley Lift Station Longitude: 93°-57'-11.65"W. at Foley Ave.and Proctor St. • The limits of the study area previously performed by EJES, This portion of the city is divided into 3 sub-drainage areas. are bounded by the red border in the EXHIBIT A below. The Western area (1) generally flows southwesterly toward I The project area is near Lake Sabine which is 7,700'to the the Terminal Rd. piping.The Terminal Rd. piping consists of Southeast.This area drains to the Foley Ave. ditch which 30"— 54" diameter pipes. I runs to the Lift Station and is carried to the Inter-Coastal The center area (2) acquires local runoff and then flows canal. South to the W. Thomas Rd. 6' x 6' box culvert. The Eastern II €} „�, area (3) generally flows South to the W.Thomas box culvert I s EXHIBIT A as well. �_ , ' �4 III -I Refer to EXHIBIT B for a map of the drainage areas, flow patterns and the ultimate outfall at the Foley Ave. Lift II . f� _, � .y��" - , Station. { V I "/-... l Ir: ' ' , ` —`r B) DRAINAGE FROM OUTSIDE OUR STUDY AREA II AEI 43 , -'•=�e The accumulation of storm water runoff for the study area E is self-contained except for the 6'x 6' box culvert on W. Thomas Ave.This structure originates East of Houston Ave. and continues southwesterly to the piping on Terminal Rd. EXISTING CONDITIONS Ig In EXHIBIT C, refer to the red circle.This is where the 6'x 6' box culvert crosses into our study area on W.Thomas Blvd. R A) DRAINAGE DIVIDES AND FLOW PATTERNS This is the only outside contributing flow entering the The AWC Report indicates our study area to be in District 1 study area. I and Drainage Basin H as shown in Magenta in EXHIBIT B. The drainage area sub-divides and overland runoff flow EXHIBIT C P patterns are shown in Yellow. t i _ ' " IIAll drainage interior to the study area flows toward the y ,. =*; = ,, Terminal Rd. piping and ultimately to the Foley Ave. ditch. 6'x 6' Box culvert ' III No other stormwater enters this drainage area except for ;:a "�' the 6'x6' box culvert in W.Thomas Blvd. - ... - - ' n . f Ir" _, EXHIBIT *--- - �B Rti.- a I j IIII rb'...'l',.-.:...,, .-(/1i.1...,11.: tlfttati t' i :r i . ,..._„ , ,., . .,I._ .-, ,.. . , '!I'M+u t, ` 6 kvr,, - � 4v : _, ,. ,.. - , _ �f _ . Foley Ave Ditch M .1 , �IIlIISII�II I�1l1 . = `/�J E 1 .. `FaEY AK.VT EGIAOI ��, I - .ti..J� I • EJES INCORPORATED 1 Page 20 7 r Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 P There are no ditches or open channels in this system.All Damage Noted 1 The EJES analysis identified the number drainage enters through inlets and is conveyed through and cost for structures that require cleaning and identified . underground piping with access manholes. See EXHIBIT D pipes which are undersized from the AWC Report findings showing no open channel flow in our study area.The only as well as our own. We then identified structures requiring P open ditch is the Foley Ave. ditch that flows to the Lift replacement or repair. All of this is noted in this report Station. below. We also tied the inundation that the city is I experiencing during a 25-year storm event to areas where EXHIBIT D insufficient drainage is causing flooding and ponding water. III a y These areas were also confirmed in the AWC Report. . • Improvements to be Considered I EJES, during the field �, visit identified that 174 structures need to be cleaned and II routine maintenance applied.We focused on upsizing pipes for several areas that are not adequately sized. Foley Ave.Ditch I Removing, disposing,and replacing pipes 15" or less yields about 2,055 LF of work. Replacing 2 sets of undersized A - - - - pipes along 15th St.and 17th St.will result in 1,500 LF of DATA COLLECTION work.We are also considering repair of 41 structures and P The data acquired for this study was sourced from Mr. replacement of 7 structures in the specified study area. Cannatella, City Engineer and Mr. Ochoa of AWC and the N AWC Report. Proposed Improvements P The EJES Inc.team made a site visit on 11/11/22 and joined METHODOLOGY Mr. Cannatella as we drove through the study area.We toured the main area and took a drive to the Foley Ave. Lift The EJES Inc. approach to this study considered several Station.We took site photos along the way.We received different elements. We made the site visit to the city and p data from the city consisting of photographs and the performed a reconnaissance survey of the study area. We presentation that AWC gave to the City Council last year. met with several City staff and the City's Master Drainage On our site visit we visited Marc Ochoa's offices at AWC. Plan consultant AWC. We collected data available from the City Engineer and AWC, LLC. EJES then organized the data, II We were provided with AWC photos of damaged structures and debris filled inlets.We were also provided identified the improvements required to upgrade IIII with AWC's GIS data which we converted into the Civil 3D stormwater conveyance and minimizing the inundation CAD program.This data will be used to confirm locations, areas. EJES, Inc. considered the recommendations outlined ✓ sizes and lengths of recommended storm water in the AWC Drainage Study Engineering Report, dated improvements in this study. March 1,2024,for the W. 19th St. drainage area in this study P and are presenting the following plan for your use. Exhibits illustrating the number and location of undersized Il pipes for the entire area of study were provided,along with The strategy for proposing solutions consisted of the areas of inundation during a rainfall even following steps: ■ Drainage Findings I The accumulation of drainage for the 1) Clean the pipes and eliminate debris build-up in the study area is completely self-contained except for inflow storm water system drainage structures. PI from a 6'x 6'box culvert on W.Thomas Ave.This box carries 2) Upsize stormwater piping in several areas. There are stormwater from the East side of Houston Ave. and flows multiple areas where undersized pipes exist. The city I southwest towards the piping on Terminal Rd. while code calls for a minimum pipe diameter sizes and many P accepting new flow from our study area. All drainage west pipes are sub-standard. There are sections of the of the railroad accumulates in our study area and is piped to existing storm sewer system where larger pipes are III Terminal Rd. draining into smaller diameter pipes. One can imagine Ditches or Open Channels All drainage enters through how this contributes to floodwater inundation in the ✓ inlets and is conveyed through underground piping with area, not to mention the surcharging and backups that access manholes.The only open ditch is the Foley Ave.ditch are pushed upstream because the system is not NI that flows to the Lift Station. The lift station pumps storm conveying flow optimally. III the out of the area to the Inter-Coastal Canal. There are two (2) conditions that were identified within the drainage area we studied, each causing different II issues. The first is the ponding and slow drainage II EJES INCORPORATED I Page 21 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 ✓ill caused by the undersized pipes in the system. We are 5) Our directive from the City Engineer was to begin recommending upsizing these to City standards. The addressing improvements in the area bounded to the . second issue is where an undersized pipe was placed in South by 16th St. or Gulfway Dr. If we have funding the system downstream of a larger pipe. Refer to remaining in our estimate, then we are to analyze P EXHIBIT F for an example of a 24" diameter pipe solutions for the area between 16th St. and W. Thomas flowing into a smaller 18"diameter pipe and EXHIBIT E Blvd. where a 30" diameter pipe flows into a 24" diameter 6) The entire study area was used for our analysis. The pipe. These situations cause flow restrictions to the issues in the northern portion of the study area from W. . system creating bottlenecks. 16th to W. 19' St. can be remedied for approximately • EXHIBIT E Nr $900,000. Therefore, we extended the effort to include FLOODING ON 15T" & 17T" STREET the remaining area from W. 16 St to W.Thomas Blvd. NI 4 $/ 7) Work with the City of Port Arthur to get the Motiva ]wIn r outfall improvements completed so that there will be enough capacity for West 19th drainage to drain. I - - 8) Produce an Engineers Opinion of Construction Cost lx 4 with a cap of$2M. Ir • LEGEND EXHIBIT F FLOODING ON 17T" STREET ■ _ i ., , II r• - 1 i-,1, -:<.,t4.*$& ■ _ „ , r ®awe P 3) The system should be mechanically cleaned to allow for I unrestricted flow restrictions and the storm sewer pipes be properly sized (AWC Report will be reviewed to. confirm new pipe sizes and lengths). We also recommend addressing inlet and access manhole 11 structures that require structural repair. We will try to . include the repair/replacement of as many of these structural deficiencies that are economically feasible P into the pipeline design. 4) Pavement repair will need to be addressed in areas I where the new storm sewer alignment is beneath existing streets or inlets/manholes require replacement 11 due to structural deficiencies. w 11 I I pi . EJES INCORPORATED 1 Page 22 P IIResponse to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 w B PAST PERFORMANCE F 1-2. Identify and describe the proposed Team's past experience for providing services that are most related to Drainage Projects within ✓ the past ten (10)years. DRAINAGE IMPROVEMENT PROJECTS II FOLLOWING ARE PROJECTS THAT DEMONSTRATE OUR PAST EXPERIENCE RELATED TO DRAINAGE PROJECT. FOR THE PROPOSED TEAM. I West 19th Drainage Improvements Study (from Houston Ave.to Terminal Road to James Gamble Blvd.to Foley Ave. Ditch) I Port Arthur, Texas rt PROJECT DESCRIPTION IPR The City of Port Arthur has authorized EJES to _ - a perform a hydraulic analysis and recommend a ye. Iill pathway to improve the existing stormwater drainage system in the W. 19th Street study �j �:• ,_ "a't i area. The project scope includes reviewing the / r s":{ existing data, identifying deficiencies, and "' p p 1. ,.. • „-.a •`' • all. providing recommendations to address the ( . 1 ' f .i i. fig,, ' ► drainage problem by cleaning, upsizing pipes, •`_ 4 ' .''F, I_� } and replacing or repairing inlets and manholes. w II a F ?1�. Study Area z,- The study area is bounded on the North by N. `, ,,-; . 19th Street, on the South by W Thomas Blvd. t � t, t l� - ) ' from the West at Terminal Road,and to the East -,'-' „ , y1 a _• , I by Houston Avenue. The project area is near - , ' ' , „, -7 , * i Lake Sabine, which is 7,000 feet to the ' �> 0 ,,, 6 r ^ southeast.This area drains to the Foley Avenue l u -. - - #- '~ t ›• • __ a III ditch,which runs to the lift Station and is carried ,2 v ' . to the Inter-Coastal Canal ,; • : J';'d. II Some of the proposed solutions consist of the '' ®� , following steps: _; ,. [' _ 1. Clean the system and eliminate debris build-up in the inlets and manholes. II 2. Upsize stormwater pipes in several areas.There are multiple areas where undersized pipes exist,and there are sections I of the drainage system where larger pipes are emptying into smaller-diameter pipes.Furthermore,the City code requires a minimum pipe diameter of 24", and many pipes have diameters lower than 24". I 3. Repair the inlets and manhole structures once the system is cleaned and flowing and the pipes have been sized to the I city code. If the manhole/inlet is part of the pipe sizing, then it is recommended to replace these structures as well. II4. Replace pavements in areas where pipes are upsized, and inlets are repaired/replaced. I PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION • $1,699,710 April 2024 N/A NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT s NAME PHONE PHASE OF PROJECT John Cannatella I Project Manager(City of Port Arthur) 409.983.8189 Design Analysis Report ✓ Edwin B.Jones,PE I PIC;Harry Ward,PE I Project Engineer 281.272.1612 Design Analysis Report 1 Seyoum Asamenaw,PE,CFMI Drainage Lead 214.343.1210 Design Analysis Report I r EJES INCORPORATED 1 Page 23 111 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 Houston Street (FM 1388 & FM2860), TxDOT Dallas District I Kaufman, TX PROJECT DESCRIPTION 111 EJES as Prime Consultant provided drainage services for PS&E for the rehabilitation and widening of the Houston Street 7.2-mile corridor FM 1388, a rural major collector roadway, from FM 148 to US 175, in Kaufman County, Texas. Drainage design efforts included H&Hthi "!! design and analysis and a hydraulic report for the King's Creek bridge pp, replacement and bridge class culvert crossing extension over FM • 1388. era The proposed FM 1388 crossing at King's Creek is in a Special Flood 4Y Hazard Area Zone AE, and includes a main bridge, relief bridge and < `'=, `' ` relief culvert.Design efforts included analyzing existing and proposed , :• t; _ conditions to determine the relative impacts to the King's Creek flood elevations, convey design flows, and not create negative impacts for ; rs 3 yt , , 1 ;tea the 100-year event. Because only 100-year discharges from WSPRO �, were available from FEMA, hydrologic analysis consisted of hard-coding data to replicate the existing model into a digital ASCII format. Design discharges were obtained from an inactive USGS Stream Gage, using the Log-Pearson Type III Distribution Fitting Procedure for the statistical analysis, as outlined in the TxDOT Hydraulic Design Manual, and then comparing peak discharge results to NRCS discharges,found using HEC-HMS,and as-built and Regression equations discharges. Hydraulic design included modeling existing, updated, corrected existing,and proposed conditions using HEC-RAS,as outlined in the TxDOT Dallas District Recommended Format for Drainage Reports, and design and analysis of 13 smaller culverts crossings along FM 1388, using HY- 8.A scour analysis was conducted using HEC-18,and efforts were coordinated with the local floodplain administrator in Kaufman County. • Design efforts included analyzing existing and proposed conditions to determine the relative impacts to the Prairie Branch flood elevations, convey design flows,and not create negative impacts for the 100-year event. Because only 100-year discharges from WSPRO were available from FEMA, Prairie Branch hydrologic analysis consisted of hard-coding data to replicate the existing model into a digital ASCII format. Further hydrologic analysis included of comparing base flood discharges to NRCS discharges, found using HEC-HMS,with as-built and Regression equation discharges. NRCS peak discharges for Big and Little Cottonwood Creek crossings were found using HEC-HMS unit hydrographs and estimating overall surface storage based on available SCS reservoir data and comparing results. Hydraulic design for Prairie Branch included modeling existing,updated,corrected existing,and proposed conditions using HEC- RAS, as outlined in the TxDOT Dallas District Recommended Format for Drainage Reports. Design and analysis of Big and Little Cottonwood Creek bridge class culverts crossings along FM 2860 were conducted using HY-8. Efforts were coordinated with the local floodplain administrator in Kaufman County. I ■ ■ PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $16.5 Million 2016 2016 NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT Todd Hubert,PE I Project Manager(TxDOT) 214.319.3622 30%,60%,95%&FINAL DESIGN r- Paul Yim,PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN Monica Malone,PE,CFMI Drainage Lead 214.343.1210 30%,60%,95%&FINAL DESIGN EJES INCORPORATED I Page 24 P. Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 — SM Wright Phase II Reconstruction PS&E I City of Dallas and TxDOT Dallas District PROJECT DESCRIPTION ■ EJES as Prime Consultant provided complete PS&E for the SM Wright project. The ti'•;: .; !'E1.-, P TJ^ " SM Wrightproject limits on US 175 were from SH 310 upto the IH45 interchange ' 9 9 • Fwy ,�, PI and on IH45 from south of Pennsylvania up to the IH45/US 175 interchange. This S.M. Wright . ...D:. was the second phase to correcting "Dead Man's Curve." This project was to <. ' convert US 175 into a city street with full reconstruction. SM Wright drainage ',� '� �`a f 6OO '' r improvements were provided to meet City of Dallas Drainage Design Manual and ,..K, . 3 TxDOT Hydraulic Design Manual requirements. Project also included NB and SB ` 111 ramps and IH 45 NB and SB bridge widening. Design efforts included: II • Hydrologic and hydraulic (H&H) design and analysis using GEOPAK , ,:*: r io f Drainage to accommodate COD 100-year design discharges 1 7 - , II • Determine hydraulic grade line, including evaluation of downstream L ,L' .�r ,--=-'-'-' ::-,.-'Tit::'' N', s system starting water surface at outfall drainage systems ""'"-4 "" 4 III • Evaluation of detention and valley storage mitigation needed to control " ' on r- „;, storm drain runoff for the COD design frequency 1111 • Compliance with COD and TxDOT design standards and details . • Evaluation of potential utility conflicts and impacts • Evaluation of retaining wall, barrier, bridge and at-grade drainage systems at IH 45 in conjunction with SM Wright U corridor • Evaluation of proposed grading and existing ground elevation profiles at the ROW line with the storm drainage systems II • Facilitated quantities, details, and COD bid items PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION O $88 Million 2022(Construction) In Construction 2020(Design) NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT ■ NAME PHONE PHASE OF PROJECT Ron Wang,PE—Project Manager(TxDOT) 214.319.3622 30%,60%,95%&FINAL DESIGN ■ Paul Yim,PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN Monica Malone,PE,CFMI Drainage Lead 214.343.1210 30%,60%,95%&FINAL DESIGN PI SPLIT TRAIL PS&E & LETTER OF MAP REVISION (LOMR) I CITY OF PLANO, TX 111 PROJECT DESCRIPTION EJES as Prime Consultant provided channel improvements, roadway reconstruction PS&E, a :4- ' P .,� �. � �;� -art , . Conditional Letter of Map Revision (CLOMR),and is preparing a Letter of Map Revision (LOMR) .. r for Split Trail Road between Spring Creek Parkway and K Avenue. Split Trail Road, located II downstream of US 75 and DART railroad crossing,crosses Brown Branch in a FEMA-designated Special Flood Hazard Area Zone AE. This location had a history of localized flooding, including measurable impacts to an adjacent trailer park. Hydraulic Design included culvert design improvements to provide flood protection, improve - .."' '' hydraulic capacity, storm drainage design, gabion wall design, and floodplain/floodway T„ y '1'",. `N,,3, ✓ analysis to alleviate flooding and overtopping of Split Trail Road. Temporary and permanent erosion control design was included. EJES provided a drainage study,including evaluation of FEMA discharges,and HEC-RAS hydraulic modeling to evaluate the FEMA 111 effective, corrected effective, and proposed conditions and potential impacts. Design efforts include incorporating as-built and post-development topographic information at the project site and upstream and downstream of Split Trail Road along Brown • Branch. PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION A $1.3 Million 2021 (Construction) In Construction 2020(Design) NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT I NAME PHONE PHASE OF PROJECT Jim Caswell—Project Manager(City of Plano) 972.941.7152 30%,60%,95%&FINAL DESIGN Paul Yim, PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN I ill Monica Malone, PE,CFMI Drainage Lead 214.343.1210 30%,60%,95%&FINAL DESIGN EJES INCORPORATED I Page 25 11 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 X CITY OF HOUSTON LOCAL DRAINAGE PROGRAM (LDP) I CITY OF HOUSTON, TX PROJECT DESCRIPTION 11 EJES as Prime Consultant provided engineering design services for street and drainage improvements to the City of Houston for multiple streets, and subdivisions. The -.., drainage improvements consisted of rehabilitating existing drainage systems that - ,. R have proven to be inefficient, due to repeated flood losses reported in the area on private,and public properties.These locations include:Spring Branch Villa Subdivision, .. . - II Dunn Southwest Business Park, Spring Shadows Subdivision, Deterring street, and Oakwilde Court at Shadow Oaks Drive.The drainage projects included Hydrologic and , - II Hydraulic analyses to assess the existing drainage conditions and propose proven f methods to ensure adequate flow conveyance is met in the drainage systems. EJES also provided staff augmentation services to the City of Houston. PI PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $3.4 Million($275,690 Design Fee) 2022 ONGOING 11 NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT r NAME PHONE PHASE OF PROJECT r Tanu Hiremath, PE—Project Manager (City of Houston) 832.395.2991 30%,60%,95%&FINAL DESIGN 11 James Hargrove,PE I Project Manager 281.272.1612 30%,60%,95%&FINAL DESIGN James Allen,PEA Drainage Lead 214.343.1210 30%,60%,95%&FINAL DESIGN r 11 Arms PI Pi PEMBERTON HILL ROAD RECONSTRUCTION (FROM TRINITY FOREST TO LAKE JUNE RD) I DALLAS, TX P PROJECT DESCRIPTION EJES as Prime Consultant provided services for the - . •r;ii[ Si ei ; s improvement of existing Pemberton Hill Road from ., PEMBERTON HI L D' ' _� ' 4E 2-13'+/- lanes with bar ditches to 2-11' lanes and 8' { .f. ._.v. I .�{ _,. :' �"' �' Ns "" 31 4;ra;'I c, ,4 '. �,' a: °'' i parking on east side with integral curb for an ' ' "-- 3* , a,', 1:',141r'. 41 i ' ,it -,. approximate length of 7,500 feet in Dallas Count 1 T. '� -! 4' -•77, ' '�' 'k Texas. The City of Dallas selected EJES, as prime • .;al "{ . i . f =!1 z . :t • consultant, to develop complete construction plans, ' ii l ,�` ' specification, and estimates for this project. Detailed .. lirlijitib ,__7(., :, , m,°. #ai: ,.,` iii. ', ,. 4 I design works included survey, roadway and utilities design and miscellaneous works, to upgrade them to meet current City of Dallas design criteria.EJES performed hydrologic&hydraulic analysis for 300 acres of watershed proposed storm drainage system r to meet 100-year runoff capacity. R EJES' drainage design efforts included H&H design and analysis for 7,500 feet of roadway that included six(6) drainage systems, outfalling 11 PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION PI $4 Million 2022 2020(Design Complete)IN CONSTRUCTION NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT 1111 NAME PHONE PHASE OF PROJECT Horace Pizzarello, PE I Project Manager (City of Dallas) 214.948.5350 30%,60%,95%&FINAL DESIGN James Allen, PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN R PI EJES INCORPORATED I Page 26 R Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 Street Reconstruction Projects US 175, SM WRIGHT PARKWAY RECONSTRUCTION PHASE 2 I Dallas, TX PROJECT DESCRIPTION EJES as Prime Consultant provided engineering design services for the preparation of plans, specifications and estimates (PS&E) for the SM project a Wright that included 9 Parkway, freeway to frontage road and cross street roadway ramps linking IH 45 (Julius Schepps Freeway) and Martin Luther King Jr. Boulevard and Al Lipscomb Way; and converting US 175 � � freeway(SM Wright Parkway)to a low speed arterial roadway. The services included preparing roadway and bridge design, hydrologic and hydraulic design, traffic signal design, survey, and geotechnical data collection, subsurface utility engineering (SUE)to support the design process. PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $88 Million 2022 2020(Design Complete)IN CONSTRUCTION NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT Ron Wang,PE I Project Manager (TxDOT) 214.319.3622 30%,60%,95%&FINAL DESIGN Paul Yim,PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN PI PEARL/CENTRAL EXPRESSWAY IMPROVEMENTS (JACKSON ST.TO LIVE OAK STREET) I DALLAS, TX PROJECT DESCRIPTION EJES as Prime Consultant provided design for paving,drainage, . 1,4Z. ✓ signalization, striping and signage for the conversion operation . : »®E ' 07 from 1-way to 2-way traffic for Pearl Expressway from Jackson ✓ Street and Live Oak Street. EJES's scope also included design, ` & _q utility coordination and project management. The plans _ required conversion of Live Oak Street from 1-waytraffic west x x" '4- to 2-way traffic between Olive Street and Central Boulevard with 3 westbound lanes and 1 eastbound lane. The divided • thoroughfare with turn lanes was comprised of 11" thick 4000 °. • PSI reinforced concrete roadway, reinforced concrete sidewalks, pt curbs and gutters,storm drainage,signals,enhanced streetscaping, lighting,signing and pavement markings. EJES also provided signal design and plans for five (5) intersections. PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION PIN $15 Million 2012 $12.4 Million 06/2012 NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT Matthew W.Stevens, PEA Project Manager (City of Dallas) 972.771.7746 30%,60%,95%&FINAL DESIGN Paul Yim,PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN PI p r R �- EJES INCORPORATED I Page 27 II . Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 1111 BOYDSTUN STREET RECONSTRUCTION —S. GOLIAD STREET (SH 205) TO CLARK STREET I Rockwall, TX PROJECT DESCRIPTION EJES as Prime Consultant provided design services for existing Boydstun Street within the project limit is a 37'wide roadway section from back-to-back of curbs and consists ``,-- I of 24"curb and gutters and asphalt pavement. There were continuous 3'wide sidewalks s{ D ii on the north side with intermittent 3'sidewalk on the south side.There were brick pavers __ __.-• '1 -- . at two intersections between Boydstun Street and S Fannin Street and Clark Street. ;' . Boydstun Street lies within 60' right of way. ,. . IThe scope of services for this project included reconstructing Boydstun Street, from Goliad Street to Clark Street. The minor collector was upgraded to a 41' wide roadway ✓ section from back-to-back of curbs and consisted of reinforced concrete pavement (pavement design based on geotechnical recommendation and traffic study) and also :fit , II included specialty pavement (pavers), concrete sidewalk, inlets, storm sewers, signing, ''? signals, and pavement marking upgrades, water and wastewater reconstruction. The _ reconstruction also included reconfiguring of the Goliad intersection to enhance the . � . northbound to eastbound turning movement. w_ �, � -- Traffic Signals,Signing and Striping: Signal design and plans were provided at the Goliad , ! . ` II intersection, per TxDOT and/or City of Rockwall standards. Signing and striping plans were developed to show all the permanent signing and striping for the project limits. P Water/Wastewater: EJES prepared plans and profiles for replacing/upgrading water and wastewater lines per the City's • requirements.Alternative construction methods for the utilities(i.e.pipe bursting)were analyzed.All water lines within the project limits were replaced per the most updated City Master Plan. Wastewater lines were designed to allow the elimination of the lift ✓ station at the intersection of Boydstun Street and Throckmorton Street. Sub-surface Utility Investigation were carried out as needed to determine the current conditions of the existing utility lines. I PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $2.4 Million 2019 $2.2 Million 10/2019 111 NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT A Jeremy White,PE,CFM I Project Manager (City of Rockwall) 972.771.7746 30%,60%,95%&FINAL DESIGN IIIJames Allen,PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN 25TH STREET PAVING AND UTILITY IMPROVEMENTS FROM BROADWAY AVENUE TO SEAWALL AVENUE GALVESTON, TX . PROJECT DESCRIPTION EJES as Prime Consultant was selected to provide engineering design services required , for the preparation of PS&E and related documents for the reconstruction of approximately 4,100 linear feet of 25th Street in Galveston County. The reconstruction —;:fII � includes the milling and resurfacing of the existing asphalt pavement;designing a median II ADA the intersection of 25th Street and Seawall Ave.;and the replacement of sidewalks and ADA ramps, as necessary.The reconstruction also includes the replacement and upsizing of existing water and sewer lines. EJES also developed the traffic control and storm water II pollution prevention plans; prepared quantity summaries, construction cost estimates, and construction contract time. This II project required coordination with the various utility companies, USACE, TXDOT, and Galveston County for permit requirements I PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $6.3 Million 2021 $6.5 Million 2018 Design Complete I IN CONSTRUCTION . NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT II Dr.Daniel Christodoss,PE I City Engineer(City of Galveston) 409.797.3644 30%,60%,95%&FINAL DESIGN Paul Adey, PE,PMP I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN . Monica Malone,PE,CFM I Drainage 214.343.1210 30%,60%,95%&FINAL DESIGN IP EJES INCORPORATED I Page 28 r Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 r 37TH STREET IMPROVEMENTS I GALVESTON, TX PROJECT DESCRIPTION Ill EJES as Prime Consultat provided engineering design services required for the preparation of PS&E and related documents for the reconstruction of approximately 5,830 feet linear of 37th Street in City of Galveston.The reconstruction included the milling II and resurfacing of the existing asphalt pavement; designing a median at the intersection of 37th Street and Seawall Ave.; and III existing replacement of sidewalks and ADA ramps, as necessary. The reconstruction also included the replacement and upsizing of existing water and sewer lines. . PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $6.7 Million 2021 $8.8 Million 2018 Design Complete I IN CONSTRUCTION II NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT . Dilcia Jimenez-Vasquez, PE I Project Manager(City of Galveston) 409.797.3644 30%,60%,95%&FINAL DESIGN Paul Adey, PE,PMP I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN . Monica Malone,PE,CFM I Drainage 214.343.1210 30%,60%,95%&FINAL DESIGN PI FULTON STREET RECONSTRUCTION I HOUSTON, TX PROJECT DESCRIPTION ri EJES as Subconsultant provided services for the analysis and design for both — traffic and drainage on Fulton rd.from Quitman St.to Hogan. EJES collected ., . x`f ' .. , traffic volumes, performed the traffic analysis and provide signal design ,:� ice • *-•-& • fl services to upgrade the existing signalized intersections to conform to the ' `` ° current City of Houston standards. EJES performed traffic analysis and I,,-r , t, ./. , ii prepared construction documents for the 2 signalized intersections within _ _ . ,. ° .t .t ` -it w the project corridor: Namely the intersections at Fulton and Quitman f< intersection, and Fulton and Hogan intersection. Additionally, for every n _ ✓ intersection within project limits EJES provided the following: # ',,� J . • Analyzed the existing operational conditions at each intersection ,.t� x, °-- • Optimized the signal timing and phasing at the Fulton/Quitman i .: -'- "` and Fulton/Hogan intersections and provide recommended 11 changes I • Provided operational assessments at the other key, unsignalized intersections. • Developed a list of geometric and operational changes that can be incorporated into the design elements. II PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $7.6 Million 2022 ONGOING III NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT 1111 Mark Scatty,PE,CFM I Project Manager(HATCH) 713.467.9961 30%,60%,95%&FINAL DESIGN A Kamal Rasheed, PE I Project Engineer 281.272.1612 30%,60%,95%&FINAL DESIGN ■ TISC OUR SUBCONSULTANT THE SOLCO GROUP (TSG) HAS DEMONSTRATED EXPERIENCE IN iftsotogrimug COMPLETING SEVERAL STREET AND DRAINAGE PROJECTS FOR THE CITY OF PORT ARTHUR. Rehabilitation of 300 Block of Dallas&Fort Worth Ave ✓ Provided design services for curb and gutters and drain inlets. ✓ Dallas Avenue and 4th Street Reconstruction Provided engineering services for demolition, removal and environmental remediation for a 15,000 SF concrete slab on the . northwestern corner of Dallas Avenue and 4th Street. NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT ■ NAME PHONE PHASE OF PROJECT John Cannatella I Project Manager(City of Port Arthur) 409.983.8189 Final Design 1111 Kelvin Solco, PE I Project Engineer 817.564.6895 Final Design . EJES INCORPORATED I Page 29 A Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 II ✓ 3. Identify and describe the proposed Team's past experience working with municipalities on federal projects. READ BLVD (RR147) GROUP D I NEW ORLEANS, LA N PROJECT DESCRIPTION ✓ EJES as Prime Consultant provided professional engineering design ~----..., services for FEMA-eligible reconstruction of Read Blvd Group D in 1 Li 1 #� „ _. I New Orleans, LA. • - - 'r• ` II This project includes the engineering design services for roadway and i + 4:7 utility improvements of approximately 1 mile of existing rural roadway .`. � III (Chef Menteur Hwy., Hauck Drive and Coronado Drive) in the �.---• F>. Woldenberg Village community of New Orleans. The scope by EJES included research of available property plats, - - - I" easements, record drawings, planning reports, traffic counts, zoning - ::----- . t& � ordinances, and other pertinent information. EJES determined from y field reconnaissance the general lay of the land, including locations of _., existing utilities and driveways, right-of-way, access, drainage I crossings, landscaped areas,and private property improvements. EJES x N. LL II also evaluated the proposed layout in terms of access for fire, police, _ =';,V -; .. ,' , and other emergency vehicles; maintenance for service during f �. -_ II construction; and access for property owners7 --- .... ... N Drainage design was required to determine the adequacy of the ``; it t ,,, f �`` x existing drainage system and to recommend upgrades/improvements 5 .- `.•'. t '`''r "r.,... - : " i • 3 \ II to the system. ' " r The 30/60/90 preliminary plans were submitted to DPW, SWB and -' • - FEMA for review and comments. A Plan-in-Hand meeting was ' 1 1 -�'"'-'yc N conducted. '° , -ice ,s. w w Preliminary Design Plans consisted of, but were not limited to, title y,./ 1 sheet, typical sections, special details, plan and profile drawings d • '...II design drainage maps and cross-sections. A Preliminary Design Report was also prepared to document notable design decisions and/or recommendations. Preliminary Project Specifications p and a construction cost estimate were also prepared. . Once comments were addressed,the plans were considered 100%final. Project specifications and cost estimate were updated. • I I II III PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION ili $3.Million 2019 $3.3 Million March 2019 NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT I NAME PHONE PHASE OF PROJECT Brian Fontaine I Project Manager(City of New Orleans) (504)658-8000 30%,60%,95%&FINAL DESIGN ® Tanita Gilbert-Baker,PE I Project Engineer 281.272.1612 30%,60%,95%&FINAL DESIGN r r- EJES INCORPORATED I Page 30 II . Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 . LAKE VISTA (RR 074) GROUP B I NEW ORLEANS, LA PROJECT DESCRIPTION P EJES, Prime, provided professional engineering design services for FEMA-eligible ""' .~ - reconstruction of the following 4 streets located in the Lake Vista Group B ►' r Neighborhood in New Orleans, LA. - • Spanish Fort Blvd from Robert E. Lee Blvd to Station 115+18 "` i = • Jay Street from Beauregard Avenue to Cul-De-Sac -_ r • Hawk Street from Marconi Drive to Cul-De-Sac • Beauregard Avenue from Robert E. Lee Blvd to Ibis Street) ... '...—.._.._ This project included the removal and reconstruction of concrete and asphalt �� ?� . pavement streets including drainage structures, storm water, sidewalks, and driveways. I The scope by EJES included research of available property plats, easements, record - . II drawings, planning reports, traffic counts, zoning ordinances, and other pertinent ,_ information. EJES determined from field reconnaissance the general lay of the land, II including locations of existing utilities and driveways, right-of-way, access, drainage —^ ' - ^ .y ' "terr crossings,landscaped areas,and private property improvements.EJES also evaluated 7 PI the proposed layout in terms of access for fire, police,and other emergency vehicles; ' '.s , ' maintenance for service during construction;and access for property owners. i 111 `� ram` - :. _s , Drainage design was required to determine the adequacy of the existing drainage P system and to recommend upgrades/improvements to the system.The 30/60/90 preliminary plans were submitted to DPW,SWB and FEMA for review and comments.A Plan-in-Hand meeting was conducted. II Preliminary Design Plans consisted of, but were not limited to, title sheet, typical sections, special details, plan and profile drawings,design drainage maps and cross-sections.A Preliminary Design Report was also prepared to document notable design decisions and/or recommendations. Preliminary Project Specifications and a construction cost estimate were also prepared. I Once comments were addressed,the plans were considered 100%final. Project specifications and cost estimate were updated. ■ PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $4.5 Million 2021 30%Complete Construction 2020 Design Complete I NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT II Ahmed Flamed,El I Project Manager(City of New Orleans) 504.494.1412 30%,60%,95%&FINAL DESIGN Paul Foley,PE I Project Engineer 504.218.7103 30%,60%,95%&FINAL DESIGN II II I I II I I ; Ip EJES INCORPORATED I Page 31 1 ,_ Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects 1 P25-0003 - Traffic Signal Projects — PROJECT NAME I LOCATION Pearl/Central Expressway Improvements (JACKSON ST. TO LIVE OAK STREET) I Dallas, TX I PROJECT DESCRIPTION EJES (Prime) designed six (6) new signals with radar -ri I detections for intersections of Pearl Expressway at Live Oak, _ Pacific Ave, Elm St, Main St, Commerce and Jackson St. The ::-'41:1---1: I design was in accordance with the City of Dallas Traffic p- Signal Construction Specifications and TxDOT standards. PI t t EJES' task included evaluation and assessment of the turn --\i't'l\''-----"T--- . lane operations, using auto-turn software to accommodate 7:- +r ' ==aE�._. WB-50 vehicles. It also involved ADA compliant ramps and , " �"......RLST P Assessable Pedestrian Signal (APS) units for safe pedestrian crossings across the intersections on all 4 legs and r I connectivity to existing sidewalks on all sides. Pole locations \'�^�� h '-' - _ were established relative to existing features such as existing „ ' .' MOTES ✓ poles, underground utilities and in conjunction with ADA • . . Ei 4'1 m�'" elements. Below ground items sheet was also prepared with - i,"'''`,1' I ' ""s' ^' • , . main, spare, interconnect, and branch conduits with ground lCONTPKVOR soon boxes. Foundations were designed using geotechnical 11 s v . ground conditions. Detailed work also included preparation 1, t '"'"""' of cable termination chart, conduit and cable chart, radar detection zone, signal elevations and phase sequence diagrams.Work N also included ground mounted and mast arm signs and striping for the intersection and selection of standard sheets and preparation of estimates.The design was further enhanced with intersection illumination to provide safe visibility for users. EJES . also included detailed traffic control plans and construction sequencing to accommodate existing signal operation and construction simultaneously. EJES also was responsible for coordination between City of Dallas, Dallas Area Rapid Transit(DART), P Dallas County and TDLR for ADA review and compliance. During construction, EJES provided construction support in reviewing RFIs and shop drawings. Il PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION i $3.7 Million 2022 IN CONSTRUCTION NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT il NAME PHONE PHASE OF PROJECT I Gbenro Oyekanmi,PE I City of Dallas Public Works,PM 214.948.4490 30%,60%,95%&FINAL DESIGN Paul Yim,PE I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN I Paul Adey,PE,PMP 1 Utilities Task Manager 214.343.1210 30%,60%,95%&FINAL DESIGN Yousuf Bawany,PE I Traffic Signals 214.343.1210 30%,60%,95%&FINAL DESIGN I I II I III 111 I I . EJES INCORPORATED I Page 32 I Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 . PROJECT NAME I LOCATION 25' Street Improvement Project I Galveston, TX I PROJECT DESCRIPTION EJES(PRIME) provided design for paving,drainage, signalization,striping and signage for the 25th Street in Galveston,Texas.This II project required coordination with the various utility companies, USACE,TXDOT, and City of Galveston for permit requirements. II EJES designed the replacement of existing span wire signals with metal poles and mast arms for the intersection of 25th Street and Avenue O. The <W 111 design was in accordance with the TxDOT Traffic Signal Manual and Standards. o _ .i �I. ,. EJES' task included stablishing the design criteria and the curb returns at the ( ` intersection. We designed sidewalks, ADA compliant ramps and APS unit for -, ' ' -- r safe pedestrian crossings across the intersection. Pole locations were a established relative to existing features such as existing poles, underground - — — — utilities and in conjunction with ADA elements. Detailed work also included - * preparation of cable termination chart,conduit and cable chart, radar detection • 25TMSTREET zone, signal elevations and phase sequence diagrams. EJES design involved _=-• 1 -T_1_ _ ✓ traffic phasing and control during the construction period to alleviate traffic z congestion. ! , During construction, EJES provided construction support in reviewing RFIs and - ! 1 ✓ shop drawings. PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION • $6.7 Million 08/2021 IN CONSTRUCTION NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT • NAME PHONE PHASE OF PROJECT Daniel Christodoss, PE I City of Galveston,PM 409.797.3644 30%,60%,95%&FINAL DESIGN . Paul Adey, PE,PMP I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN Yousuf Bawany, PE I Traffic Signals 214.343.1210 30%,60%,95%&FINAL DESIGN r '„.., Utility Design Projects PROJECT NAME I LOCATION ✓ DWU WATER AND WASTEWATER MAIN REPLACEMENTS (CONTRACT 14-373E_374E) — DALLAS, TX PROJECT DESCRIPTION II EJES as prime consultant provided civil engineering and design services for thirty-six (36) segments on a DWU water and wastewater main replacement project. EJES prepared preliminary design reports for all 36 segments for the replace of 29,800 LF II of water line, and 13,100 LF of wastewater line ranging from 8-inch to 12-inch. Trenchless (OTHER-THAN-OPEN-CUT) methods I of construction were recommended in some of the segments. PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION ✓ $10.4 Million 11/2015 $9.8 Million 2021 NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT ✓ NAME PHONE PHASE OF PROJECT James Wellington, PE I Dallas Water Utilities 214.948.4552 30%,60%,95%&FINAL DESIGN P Paul Adey, PE,PMP I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN r I I I ..1 • EJES INCORPORATED I Page 33 p U Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 111 PROJECT NAME I LOCATION DWU WATER AND WASTEWATER MAIN REPLACEMENTS (CONTRACT 10-213E/214E) — DALLAS, TX X PROJECT DESCRIPTION EJES as Prime Consultant provided civil engineering design for the replacement of approximately 10,800 LF of 8-inch & 1,300 LF of 10-inch wastewater mains,as well as 400 LF of 6-inch,22,050 LF of 8-inch,&1500 LF of 12-inch water mains spread throughout the City of Dallas at 31 different locations. Design includes site investigation, preliminary design reports, establishment of i horizontal&vertical alignment, and evaluation of by-other-than-open-cut construction method options. PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $5.3 Million 2016 $5.7 Million 2021 711 NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT 111 Rishi Bhattarai,PE Dallas Water Utilities 214.671.9183 30%,60%,95%&FINAL DESIGN Paul Adey,PE,PMP I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN /.' PROJECT NAME I LOCATION SANITARY SEWER REHAB CONTRACT 91 - FORT WORTH, TX PROJECT DESCRIPTION EJES as Prime Consultant provided design services for replacement of approximately 17,600 LF of sanitary sewer lines, upgrading A to 8-inch, which included replacement of mostly pipe enlargement method along the back and side of the lots within existing sanitary sewer easements,and some open cut method within the street right-of-way.An additional 4,100 LF of 8-inch to 10-inch r lines were added to the contract when EJES recommended to the city to perform re-routes of sanitary sewer lines from the back or side of the lots to the street right-of-way. PROPOSED COST PROJECTED COMPLETION FINAL COST FINAL COMPLETION $4.3 Million 11/2015 $5.5 Million 2023 IN CONSTRUCTION NAME OF ENGINEER&REPRESENTATIVE WHO SERVED AS DAY-TO-DAY LIAISON DURING EACH PHASE OF THE PROJECT NAME PHONE PHASE OF PROJECT Tony Sholola,PE I Sr.Capital Projects Officer(City of Fort 817.392.6054 30%,60%,95%&FINAL DESIGN 111 Worth) Paul Adey, PE,PMP I Project Manager 214.343.1210 30%,60%,95%&FINAL DESIGN p U I I I U I i i i R ■ If EJES INCORPORATED I Page 34 I Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 4. Identify and describe the proposed Team's past experience working in Port Arthur or surrounding areas. Following are projects that demonstrate the proposed team's past experience working in Port Arthur and X surrounding areas. US 69 Ramp Reversal TxDOT Beaumont District 111 EJES was Prime Consultant for TXDOT Beaumont District providing civil engineering services for the US 69 Ramp Reversal from Highland Ave to SS 380,Jefferson County, Texas.This project involved reversing four ramps on US 69 near Lamar University between Highland Avenue and Spur 380. Exit ramps were relocated and changed to entrance ramps and vice versa. EJES provided complete plans, specs and estimates (PS&E) that included ramp geometries & paving plan/profile. Work also included replacing and upgrading MBGR's within the project I limits. The shoulders were also reinforced throughout the project limits. EJES prepared construction sequencing and traffic control. The project required extensive coordination with Jefferson County and local TxDOT Area Office. ■ West 19th Street Drainage Improvement for the City of Port Arthur EJES performed a hydraulic analysis and recommend a pathway to improve the existing stormwater drainage system in the W. 19th Street study area. The project scope includes reviewing the existing data, identifying deficiencies, and providing recommendations to address the drainage problem by cleaning, upsizing pipes, and replacing or repairing inlets and manholes. The study area is bounded on the North by N. 19th Street, on the South by W Thomas Blvd. from the West at Terminal Road, and to the East by Houston Avenue. The project area is near Lake Sabine, which is 7,000 feet to the southeast.This area drains to the Foley Avenue ditch,which runs to the lift Station and is carried to the Inter- Coastal Canal. I I A I w I ■ 1 I I ■ w I ■ I EJES INCORPORATED I Page 35 I Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects 1 P25-0003 III P B PROJECT APPROACH 1. Provide a brief description of the firm's plan for accomplishing the work and services to be provided to the City including, but not Ilimited to: 11 A. BAR SCHEDULE OF ACTIVITIES FOR THE ENTIRE PROJECT 11 EJES has developed a sample bar schedule of activities shown in Table 1 below to demonstrate that a street and drainage project can be completed within 11 months (48 weeks). ✓ TABLE 1: BAR SCHEDULE OF ACTIVITES III PROPOSED SCHEDULE FOR CITY STREET& DRAINAGE DESIGN 2022 . Assumed Start Date: 01/03/2022 Qtr 1 Qtr 2 Qtr 3 Qtr 4 End Date: 11/11/2022 Jan Feb Mar ..r Ma Jun Jul Au. Se. Oct Nov Dec IIWBS Task Name Dur. Work Days 1.BEGIN PROJECT 8 7 E , I H. NTP i 1 I I 1.2. PROJ MANUAL/AGENDA PREP&KICK OFF MEETING 8 7 I I I II 2.DATA COLLECTION 47 34 rrI 2.1. ASBUILT RESEARCH 6 5 1 f# I 1 I I 2.2. TOPO/BOUNDARY SURVEY 47 34 I 2.3. FIELD VISIT AND INVESTIGATION 13 10I 3.PRELIMINARY SUBMITTAL 121 88 I ( ( I I II 3.1. PRELIMINARY PIANS/INTERNAL QA/QC 90 65 I I 3.2. CITY REVIEW AND COMMENT RESOLUTIONS 30 23 1 I I 4.PRE•FINAL SUBMITTAL 124 89 I 4.1. PRE-FINAL PLANS/INTERNAL QA/QC 92 67 I I 4.2. CITY REVIEW AND COMMENT RESOLUTIONS 28 21 5.FINAL SUBMITTAL 44 33 S.1. FINAL SIGNED/SEALED PLANS 30 23 5.2. INTERNAL QA/QC AND SUBMIT PLANS 14 11 6. END PROJECT 7 6 II 7.PROJ MANAGEMENT TIME:— 11 MONTHS OR 48 WEEKS 312 225 , ij-1 EJES's strategy to meet the 11-month timeline begins with the Notice to Proceed (NTP) from the client. Once the NTP is I received,our PM will develop a Project Delivery Plan, Project Schedule, Project Budget,and a Quality Management Plan (QMP) for the entire team. The team will proceed with data collection which will include as-built research and field visits/ pi investigation. EJES wilt also give NTP to our surveyor so that they will begin the surveying process. Once the initial data collection and survey work are complete, we will proceed to preliminary design. Prior to each milestone submittal to City of 11 Port Arthur, EJES will perform a QA/QC review in accordance with our quality management plan. An updated opinion of probable cost will be provided with each submittal to make sure the project stays within budget. Our project delivery plan ® and schedule will allow review time for the City of Port Arthur and Drainage District 7. EJES will provide comment resolutions for any comments or concerns received from the City of Port Arthur and Drainage District 7. Our Team will be available to 11 assist the City of Port Arthur with construction support services as needed. ■ I II II ■ PI . EJES INCORPORATED I Page 36 P Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects P25-0003 U B. TECHNICAL APPROACH TO EACH PHASE OF WORK . The EJES team will work cooperatively with City of Port Arthur Staff as well as the various stakeholders with a consistent approach for all projects undertaken with the City of Port Arthur. The EJES Team purposes that the City of Port Arthur considers us as an extension of your staff. PHASE 1 PHASE 2 It is critically important that our team have in place processes, procedures, Planning & Primary and execution protocols that ensure the delivery of quality products and Preliminary Design Design services at the lowest cost to the client.A useful tool in this endeavor is our Five Phase Product Delivery System used by EJES staff. Our staff has Negotiation of Step I- Project Amendment with experience with this system through our ongoing projects. we intend to Development Consultant for provide this same approach to all projects undertaken with the City of Port Primary Design 1 Arthur. Our approach to the Five Phase System is as follows: Analysis & Geotechnical& Selection of Utility Analysis Or Projects SUE PHASE 1 PLANNING AND PRELIMINARY DESIGN 1 1 Constructability Establishingopen lines of communication between the EJES Team and the III PI I ill Reviews, p 11 f'7 Interlocal Environmental City of Port Arthur staff will ensure the successful and timely completion of t Agreements (ILA) Analyses& Neighborhood the project. The EJES Team approach to project planning and preliminary Public Workshops 1 design will be logical and well documented. Pre-Design Charrette Traffic & Utility (Including Walk- Data The first step of this phase is Project Definition. This phase requires all Through) . 1 1 project information to be submitted from various perspectives such as: Consulting Resolve 11EnEngineer Selection Environmental • g Issues • Feasibility • Utilizes technical issues 1 • Cost estimates • Safety IIStep II—Prelim. Resolve R.O.W. Design Issues • Scope definition • Environmental 1 • Funding • Traffic factors Initial DesignEvaluation of Consultant Also, in this phase our team will establish deliverable goals, including plans, 11 1 1 specifications, and estimates. Deliverables: 111 Primary Design, Alignment Design Report& The second phase of this step is Preliminary Design. In this phase, our i R.O.W. Documents goal is to build consensus and support for the project from all stakeholders. ,i, A kickoff meeting will be held for all stakeholders to address: . Prelim Survey Centerline&Exist . Establish Lines of Communication R.O.W. 11 1 • Identify stakeholders and their level of involvement Complete Concept • Identify project scope and funding . ' Design& Constructability • Clearly define work processes and procedures Review • Establish Engineering Guidelines Deliverables: • Establish Design Guidelines U Prelim Schematic • Establish Preliminary Design Timeline &Environmental RAssessment A design meeting will follow the stakeholders meeting to address: 11 • Review of existing plans, reports and environmental document . • Preparation of preliminary engineering study, and report if applicable • Design field survey R • Establish alignment, grade, typical section and Right of Way . EJES INCORPORATED I Page 37 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 • Prepare preliminary bridge layout and railroad exhibit, if necessary • Locate boring and geotechnical information .— • Final design report documents requirements It is very critical to involve and engage the City of Port Arthur and other stakeholders in the very early discussion of this project. Our team will work very closely with The City of Port Arthur and other stakeholders to address all their concerns and get all design related information. It is also very critical that utility companies have active participation and attend all project meeting. Public involvement is also very critical to the success of the projects. The team will develop a preliminary risk assessment to determine the constraints that need to be addressed. The EJES team will develop a plan to mitigate any identified constraints. Our team will be proactive when necessary to ensure that the project is successful. a By the end of Phase I, the scope of work will be defined including geotechnical, utility, constructability review, environmental analysis, neighborhood meetings, traffic information, existing and proposed right of way (estimated row parcels required for acquisition). r As a practical example, our experience with Project Pegasus (including the reconstruction of Riverfront Boulevard) required interagency coordination with Dallas '1"a111111 1 ' County, the Cityof Dallas, DWU, TxDOT, and DART. Aspart of the initial agreement, ���-- Y 9 constraints and design criteria had to be agreed upon by the consultant team and all 111 stakeholder agencies. This coordination is especially crucial as our project connects to Dallas County's Riverfront reconstruction by Hayden Consultants. Additionally, interdisciplinary coordination is key to eliminate redundancy, minimize conflicts, and . reduce delays. Our team has developed initial alignments,plan-and-profiles,drainage design, and signal plans for four (4) intersections as part of the Riverfront Boulevard . Phase I design. PHASE II — PRIMARY DESIGN In this phase, the EJES Team will continue to work closely with all stakeholders as partners to ensure the success of this project. After the city has approved the preliminary engineering documents, the EJES Team will be active in preparing PS&E documents. Required environmental impact analysis, documents and legal descriptions for all proposed ROW parcels, utility relocation, as well as finalizing the design will be addressed in this phase if necessary. R One of the key components of Phase II is the "eye on the ground" approach. EJES believes a "plan in hand" session with key stakeholders, managers, and other consultants helps to identify issues and conflicts that may be lost in the initial . design concept. We also believe this level of effort is crucial not only during Primary Design, but throughout the process. As part of Project Pegasus,we have already conducted a number of field visits to inventory signage, identify crucial utilities, R determine possible removal requirements, identify local business needs, and minimize conflicts. 111 ■ ■ ■ EJES INCORPORATED I Page 38 N Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 PHASE III — DESIGN COMPLETION & ROW PHASE 3 PHASE 4 Design PHASE 5 INITIATION N Com letion& R.O.W. & P Utility Construction Rights of way documents, property owner deeds along with R.O.W. I Initiation Adjustment right of way maps will be delivered to the clients. Our team will avoid proposing acquisition of and parcels that are not 111 absolutely necessary to the construction of the project. Our Execution of ROW Projectri team will also work with our client in anyEminent Domain R.O.W. Planning Acquisition Advertised Completion issues and will prepare all necessary support documents. � 1 11 Begin R.O.W. Utility EJES has found that careful planning and thoughtful Acquisition Adjustment Bid Awarded consideration during the initial Phases can help minimize j 4. .4. acquisition concerns during Phase III. Selection of preferable Possible R.O.W.& Prepare Final Interlocal alignments, profile adjustments, and drainage design ri Design Changes If Construction Agreement(ILA) modifications can all be made to minimize ROW acquisition. Needed Schedules &Funding ri 4. 4. 1 Our schematic design for Riverfront Boulevard has been Packaging of Contractor'sI developed so as to eliminate the need for additional rig ht Project Prepared P 9 Construction for Letting Notice to of-way, even though it accommodates additional sidewalks Contract Proceed N y 4, y and bike trails. Utility Pre- Expert Testimony Relocations Construction PHASE IV — ROW COMPLETION & UTILITY 11 If Needed Completed Meeting ASSIGNMENT I 4. 1 1 Consultant on Call Our team will work with the City of Port Arthur and all other 11 for Unique Evaluation of Projects or As-Builts From involved agencies (Jefferson County, TxDOT, etc.) to ensure Consultant Engineering Contractors Are that Row acquisitions carried to completion. Also, our team During Marked-Up will ensure that utility adjustments or relocations are Construction. I (EDC) accomplished in a timely manner to maintain the projects 4. 4. 4. schedule. Right of Entry (ROE) will be explored on every P Consultant Deliverables: Project Is situation to speed up utility adjustment. Evaluation of Utility Turned Over to 11 Adjustment City for Prior to advertising the project for bids, an Advertisement County Process R.O.W. In Place Maintenance Risk Assessment (ARA) is completed.All utilities must have a 111 4. reasonable and conformable clearance date before Final Evaluation advertising is issued. ■ of Consultant 4, CONTROLLING RISK I PUBLIC & PRIVATE UTILITIES ■ After Action One of the most critical components of Phase IV is Review(AAR) & determination and minimization of utility relocations. This . Project Report requires close work with all stakeholders and utilities,as well Including as an attentive approach that takes all reasonable steps to a Lessons Learned 4, identify and locate all utility conflicts. f One-Year Our project team will develop a utility matrix and identify all Follow-Up stakeholders involved including both public and private II Inspection utilities. EJES will work to identify all existing utilities IN involved from the onset of the project. This will allow our project team to get an early start on providing solutions for 11 any utility conflicts early in the project phase. EJES has extensive experience leading utility conflict meetings with stakeholders, such as TXDOT, City and County Officials, Railroad and public and private utility companies. ✓ For the past twenty years EJES has completed over 50 projects that involved utility relocation including water, sewer, gas, and A private utilities. . EJES INCORPORATED I Page 39 r Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 PHASE V— CONSTRUCTION PHASE In the first step of this Phase,our team will work with the client to ensure advertisement of the project,receive of bids,evaluation of bids, and award of construction contract. We will also work with our client to assure a logical and timely notice to proceed issued to contractor.We will also work with our client to ensure a successful Partnering and Pre-Construction Meeting with key stakeholders in attendance.We will also ensure other construction proceeds on schedule with spirit of cooperation and teamwork and to be maintained throughout the construction phase of the project. We will ensure a constant line of communication with all project stakeholders throughout the constructions phase with Neighborhood Meetings, periodical newsletters, notices of key construction events or phases. We will also ensure the delivery of As-built-plans to our client at the end of the construction . phase. We will also ensure a one year follow up inspection. N In the second step of this phase (Project Delivery Close Out), our team will ensure final estimate is paid out to contractor's complete final performance evaluation during the entire contract time. Also, our team will ensure As-built-Plans are completed and defined to the client in a timely manner, our team will also work with our client to ensure the project is formally turned over to the city and close out the project. Our team prides itself in always looking for innovative design methods by always thinking outside of the box.We always look at innovative ways to cut cost while maintaining the intent and the integrity of design. We also will conduct periodical meetings with the contractor to assess the design and look for value engineering opportunities. Other stakeholders are always invited to give input and look for opportunities to cut cost. Our team is committed to developing a "Project Execution Plan" that defines the client's specific needs, client's principal drives and the required project deliverables and perform every required task on time and within budget. EJES has a well-established system of documentation and response during construction. The keys to prompt and effective F„ construction support during Phase V are to actively monitor progress, document all communication, and effectively detail and archive design approaches. Detailed organization and effective communication are crucial in providing prompt responses to RFIs and,when required,developing well-conceived field changes or revisions that minimize cost and time to the client. As one example, our construction support for La Reunion Parkway was rated quite high by DART, and we anticipate the same level of r" effort for The City of Port Arthur projects. C.TEAM MEMBER PARTICIPATION, AREAS OF WORK FOR PRIME AND SUBCONTRACTORS • FIRM TYPE OF WORK EJES (PRIME) Project Management, Street and Drainage Design, TCP, ' SWPPP, Quality Assurance, Construction Support Services HVJ Associates (Subconsultant) Geotechnical Access Surveyors LLC (Subconsultant) Surveying, Construction Support Services The Solco Group, LLC Engineering Support ■ Briefly describe the firm's approach to anticipating, recognizing and controlling safety risks. The biggest challenge to safety during any construction project is vehicular traffic and pedestrian control.Construction duration is also a very critical item. Longer construction duration usually exposes pedestrians and vehicular traffic to longer construction conditions, and this can pose significant safety risks. Our plan is to perform proper design for vehicular and pedestrian control 111 during construction.We will work with the City of Port Arthur to develop the traffic control and detour plans for the project to expediate construction. We will also explore the possibilities of working late-night off-peak hours to minimize traffic disruption ✓ and improve safety. We have senior project staff with extensive construction background who can help with the review of the constructability plans along with the traffic control plans for the project.We will also be open to any suggestions by the selected contractor to improve the TCP and overall project safety. ■ p EJES INCORPORATED I Page 40 w Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 Provide any other details regarding special services, products,advantages or other benefits offered to the Owner by your firm. PI The EJES team will provide a one-stop service to the City of Port Arthur. In addition to our diversified transportation design experience which include roadways, freeways, interchange designs, we also offer high level traffic, drainage designs and utility design services. Our diversified background and highly skilled engineers can take on any challenges during or late stages in the project. Project Manager's (PM) Technical Competence and Strengths Paul Adey is very competent and knowledgeable with TxDOT design standards,checklists,TxDOT Roadway Design Manual,Texas Manual on Uniform Traffic Control Devices (TMUTCD), the TRB Highway Capacity Manual (HCM), TxDOT Project Development Process (PCP) Manual, and AASHTO. His knowledge and experience in delivering PS&E projects will ensure that he needs minimum technical support from the City's PM. Paul's PM experience will ensure that he can deliver on City of Port Arthur projects, as his strengths include: ✓ Being responsive and returning calls &emails promptly, ✓ Responding to review comments correctly one time, ✓ Staying on top of any issues that arise on the project, ✓ Managing work if scope changes, ✓ Ensuring precise and accurate cost estimating, ✓Assisting with change orders during construction phase, ✓Taking the responsibility, and NO EXCUSES. PM's Experience Related to Schedule Management Paul allocates time for plan review and quality control processes in the schedule for each design submittal (30%, 60%, 90% & final). For every task, he allocates resources by estimating staffing hours needed to complete the design task(resources loading). During the design process, Paul will monitor progress and provide a 30-day look-ahead to the City PM regularly. As part of risk management, he proactively identifies potential delays and develops risk mitigation measures to address those to meet the schedule. Paul is proactive in alerting Client to potential issues on the critical path as soon as possible. He provides solutions to mitigate these delays or issues. Paul will provide weekly reports through project status reports to show plan development progress, updates on issues, and schedule tracking with critical paths. Paul will adhere to all schedules and meet major deadlines, with careful consideration of any potential impacts due to COVID-19. Ability to Manage Multi-Discipline Teams EJES has successfully managed multi-discipline project teams in the past. EJES previously worked on three (3) City of Dallas and two (2) City of Houston projects concurrently. EJES utilized the software Primavera 6 (P6) for scheduling to complete concurrent projects under multiple work authorizations with multiple tasks. EJES has provided project management and design for street & drainage reconstruction projects that require multi-discipline coordination. The optimal way to manage multi-discipline teams is through use of detailed planning techniques at the project onset, such as r those provided in the Project Management Institute's PM Body of Knowledge (PMBOK). For major projects, EJES project managers will prepare a Quality Control and Management Plan (QCMP). This document helps set the framework for project execution, and includes some (or all) of the following: • Detailed breakdown of the project scope of work • Checklist or summary identifying the client's expectations for an exceptional product • List of key project personnel (both in-house staff and sub-consultants), including project responsibilities • Breakdown of project tasks with a delineation as to which firm or individual is responsible for each U . EJES INCORPORATED I Page 41 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 �.. • Communication plan that shows the expected methods and frequency of communication with team members,the client, and other stakeholders; and • Listing of all project design requirements or standards -- A well-prepared QCMP is an effective way to ensure EJES provides a well-executed project, especially for multi-discipline teams. Often, there may be an overlap of responsibilities during design. For example, pavement design recommendations could be O WN provided by the geotechnical engineer or the civil engineer. Certain designs may fall under the responsibility of a civil engineer or geotechnical engineer. A completed QCMP helps to ensure that project responsibilities are clearly described to avoid duplication effort or, more importantly,failure to complete certain design tasks. One of the key elements in managing a multi-discipline team — especially if those disciplines are split amongst multiple consultants—is providing clear and appropriate means of communication. EJES's project managers are sufficiently experienced to tailor communication methods for the demands of the project. While some projects may be able to be completed through use of e-mail and telephone updates,fast-paced or high-complexity projects may require weekly design team teleconferences. Communication is also key in regard to design files. For some projects, design files may be able to be transmitted via e-mail or FTP. For complex multi-discipline projects, however, different designers may require CAD file updates in real time. For these situations, EJES will typically employ design sharing software, such as ProjectWise. ProjectWise allows team members to work collaboratively by providing a mechanism for continuous update of project files. This helps prevent errors due to designers working with outdated data and helps a project manager to identify project obstacles more quickly. ProjectWise employs a cloud-based file sharing technology that also allows designers to "lock out" files as they work. This prevents designers from different disciplines from accidentally"overwriting"each other's work. EJES is experienced with the use of ProjectWise and have employed it for projects such as the Dallas Water Utilities Water/Wastewater Improvements, Dallas Area Rapid Transit Pavement Repair and Rehabilitation, TxDOT Horseshoe Roadway & Utilities Design-Build, and the City of Shreveport MSA Sewer Improvements. I Quality Management Plan for Project Team The EJES Team's project approach is founded on communication with the City of Port Arthur, stakeholders and our project team. We begin every project with the development of a project Quality Control Plan (QCP). The QCP includes the project design criteria, critical success factors, design checklists, project schedules and design team acknowledgment of understanding. During the project, we maintain a Gantt schedule for all project tasks to keep our design team accountable for meeting all deadlines. Throughout all phases of every project, the EJES team will host monthly progress meetings with the City of Port Arthur project manager and other stakeholders to present project status reports and hand out updated project Gantt schedules. Our Team's Quality Control Plan will include a checklist that has been developed throughout our 30 years of collective roadway design experience.Our QCP will also include a checklist for major milestones such as survey completion,geotechnical completion, ROW determinations, utility relocations and TCP phasing. Internal Quality Control and Review Process ■ QUALITY CONTROLPLAN Prior to submittal of each design package, an internal quality control review will be conducted by our internal QA/QC team, led �IDENT)FY \\ESTABLISH MEV by Principal-in-Charge, Edwin Jones, PE. SET` ccia%PROTOCOLS/ Once comments are received from the City of Port Arthur PM, our proposed Quality Assurance Manager, Tanita G. Baker, PE and key 1,70 REQUIREMENTS CHECKING design staff will attend a design review meeting with the City of 4 Port Arthur project manager to review and discuss all comments/IDENTIFYThroughout the design process, the Team will use the QCP, which identifies communication protocols, senior review team members, schedule, design criteria, critical success factors, and project standards.All subconsultants will go through the formal DES QA/QC Procedure. 111 . EJES INCORPORATED I Page 42 r Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 ... Every team member will be required to follow the EJES' Quality Assurance Program. Before any design starts, EJES will meet with each team member to review all guidelines of our Quality Assurance Program.They will also be required to sign off and acknowledge that the EJES QA Plan was followed and implemented on all work performed by the Team for the City of Port Arthur. Describe your plan for communicating constructability, phasing, value engineering, and other issues requiring decision-making by the .. Owner. . We believe in a rapid flow of information between the design team and the City's project manager. We are equipped with state- of-the-art tools and utilize them to improve communication. Communication has always been in the forefront and a paramount II factor for our success.To maintain fluid communications, our project manager will be the main point of contact with the City of Port Arthur, and he will route all information to the City's PM. We intend to hold both virtual type and in-person meetings with i the City's PM to provide project progress on a regular basis. Items which will be covered will include constructability issues, phasing issues,value engineering and any other issues that may require decision making by the owner. Meeting minutes will be PI distributed to all project-related personnel. Telephone records of conversations, letters,transmittals, memos and e-mails will all be submitted for comments to the City before finalizing them. F D MINORITY BUSINESS PARTICIPATION ■ EJES will make good faith efforts to utilize minority businesses in the City of Port Arthur and surrounding cities. EJES is also committed to utilizing small and minority businesses,women's business enterprises,and labor surplus area firms. EJES will assure r that we will solicit City of Port Arthur businesses as well small and minority businesses and women's business enterprises whenever they are potential sources. 1 P METHOD OF TRACKING FIRMS TO REPORT TO THE CITY OF PORT ARTHUR: On a monthly basis EJES uses an excel tracking system along with monthly progress reports to ensure that all participation goals are met. Each month EJES requires all project manager to report at our monthly team meeting to verify the City's goals are met. ✓ See example of monthly reports below: I Type of Work Firm Name Value of Work Type of Percent Payment to Date Certification Com•lete r Geotechnical HVJ Associates $49,475.00 MBE 6.31% $49,475.00 I UTILIZATION FOR PROPOSED TEAM — FIRM SERVICE PROVIDED Location M/DBE HUB %WORK EJES, INCORPORATED Project Management & Design Port Arthur ✓ 1752901786900 75 HVJ Associates Geotechnical Houston ✓ 1760146410400 5 Pt Access Surveyors LLC Survey Beaumont X 10 The Solco Group, LLC Engineering Support Port Arthur ✓ 10 . 11 EJES' Best Management Practices I • "Service with Excellence" — ensure we are applying our company's motto from our hiring practices, training, design PI production, design reviews, documentation, delivery,and resolution. • Selective Project Team Assignments - assign the right staff PM, subject experts, support staff, and sub-consultants who OM are qualified to complete the scope of work. 1 g • Track Schedule - Monitor schedule regularly, tracking the projects' critical path and all relationships between task assignments. — • Establish a Project Management Plan (PMP)for each project - ensure all team members receive the PMP to understand the organizational components, scope, schedule, and budget. EJES INCORPORATED 1 Page 43 111 Response to City of Port Arthur RFQ for Engineering Services for West 19th Street Drainage Projects I P25-0003 • Hold Regular Meetings - conduct regularly scheduled team meetings, documenting meeting minutes, and report progress regularly to the client. • Deliver Quality Submittals - Ensure Quality Assurance and Quality controls are in place for every submittal to the client. • Respecting our Client's Policies and Procedures -from contract execution,to invoicing,to closing a project out. 111 ■ ■ ■ U ■ ■ ■ U I I r I EJES INCORPORATED I Page 44 R R EDWIN B. JONES, SR. PE, MBA R Mr.Jones has over 30 years of experience in Civil Engineering. His experience includes seven (7) years of engineering experience with the Texas Department of Transportation. His experience includes transportation planning, highway design, hydraulics/drainage design, bridge layouts, water/sewer design, site development,and environmental services. Mr.Jones is experienced with R MBA/Operations Management, engineering analysis and design software including GEOPAK, Eagle Point, WINSTORM, HEC-RAS, MicroStation, and AutoCAD. Mr.Jones has been responsible for overseeing design reviews for 111 2000 Our Lady of the Lake University NTTA and Arkansas Department of Transportation and implementation of quality control BS/Civil Engineering, 1990 management plan. He is responsible for oversight of day-to-day operations in the Dallas office Southern University-Baton Rouge and has been key on projects totaling in excess of$100 million. EXPERIENCE SUMMARY OF PROJECT EXPERIENCE 30Years 19TH STREET DRAINAGE — PHASE 1 STUDY, PORT ARTHUR, TX Principal-in-Charge for engineering services to evaluate the master drainage plan for the city of REGISTRATION/CERTIFICATION Texas PE No.82682 Port Arthur and propose a plan for investing $1.5-$2M into upgrading the drainage system in the W. 19th St. study area. By reviewing the available data in the specified area, we identified i deficiencies that can be addressed with cleaning, upsizing pipes and replacing or repairing inlets EJESand manholes. The current drainage system is not working optimally which causes the area to become inundated with flood waters during routine rainfall events.A cost estimate was included and shows the funding needed to resolve the issues found. PEMBERTON HILL ROAD FROM SOUTH GREAT TRINITY FOREST WAY TO LAKE JUNE ROAD, DALLAS, TEXAS Principal-in-Charge for developing complete PS&E for the replacement of 6,880-If of water mains (8-inch, 12-inch)and 3,760-If of wastewater mains(6-inch,8-inch, 10-inch) located on Pemberton 111 Hill Road in the City of Dallas. Scope of services included the development of Preliminary Design Reports which identified facilities to be replaced,existing utilities in the area,pavement conditions, alignment options, recommendations, and cost estimates. US 175, SM WRIGHT RECONSTRUCTION PHASE 2 (TXDOT DALLAS DISTRICT), DALLAS, TEXAS I Principal-in-Charge for the preparation of plans, specifications, and estimates (PS&E) for the SM Wright, a project which includes freeway to frontage road and cross street roadway ramps linking IH 45 (Julius Schepps Freeway) and Martin Luther King Jr. Blvd and Al Lipscomb Way; and converting US 175 freeway (SM Wright Parkway) to a low-speed arterial roadway. The services include preparing roadway and bridge design, hydrologic and hydraulic design, traffic . signal design, survey, and geotechnical data collection, subsurface utility engineering (SUE) to support the design process. . 37TH STREET IMPROVEMENTS PROJECT, GALVESTON, TEXAS Principal-in-Charge for the preparation of PS&E and related documents for the reconstruction of approximately 5,830 feet linear of 37th Street in City of Galveston. The reconstruction includes the milling and resurfacing of the existing asphalt pavement; designing a median at the intersection of 37th Street and Seawall Ave.; and the replacement of sidewalks and ADA . ramps,as necessary. The reconstruction also includes the replacement and upsizing of existing water and sewer lines. EJES also developed the traffic control and storm water pollution . prevention plans, prepared quantity summaries, construction cost estimates, and construction contract time. This project required coordination with the various utility companies, USACE, . TXDOT, and City of Galveston for permit requirements. PEARL EXPRESSWAY IMPROVEMENTS, DALLAS, TEXAS Principal-in-Charge for design of roadway, storm drainage, sign/stripes and R illumination/lighting for this divided thoroughfare street reconstruction of Pearl Street (from Jackson Street to Live Oak Street). Pearl Street is a major thoroughfare in downtown Dallas and is being converted from 1-way to 2-way traffic and includes the signalization design for I .. two intersections and signing and pavement markings. SPLIT TRAIL ROAD IMPROVEMENTS (AVENUE K TO SPRING CREEK PARKWAY), PLANO, TEXAS Principal-in-Charge for developing a preliminary engineering report and preparation of construction plans for the replacement of 3,350 LF of 8" water line within Split Trail Road. EJES tasks included attending coordination/progress meetings, reviewing existing City of Plano Water Department maintenance records, preparing preliminary/final construction cost estimates, performing utility and property research. • I I I I I I I I 1111 111 111 I I ■ I I ■ ■ TANITA GILBERT-BAKER, PE, MBA I I Ms.Tanita Gilbert-Baker is President for EJES, Incorporated. Ms. Gilbert-Baker's experience in project planning and design began in 1994. She has extensive experience in the design and management of transportation projects. She has designed/managed over 50 miles of roadway/highway improvements with various cross sectional elements, including rural two-lane asphalt roads with a roadside ditches; urban five-lane concrete arterials streets with center turn lane/median, signalized Executive MBA,2007 intersections, subsurface drainage, and ADA compliant sidewalks; historic two-lane brick streets with Centenary College parking; four-lane interstate highways with underpasses, overpasses, and interchanges; and six-lane BS/Civil Engineering, 1994 interstates requiring complete construction signing and sequencing. . Tulane University SUMMARY OF PROJECT EXPERIENCE EXPERIENCE PEMBERTON HILL ROAD FROM SOUTH GREAT TRINITY FOREST WAY TO LAKE JUNE 25 Years ROAD I DALLAS, TX REGISTRATION/CERTIFICATION QA/QC Manager for engineering services for complete street design that involves a conversion of Texas PE No.88719 an approximately 7,500 LF of a 2-lane, 2-way roadway with side ditches to a 2-lane, 2-way roadway with 8'wide on-street parking on east side,curbs,sidewalks and landscape features.Works included EJES concrete paving, drainage, water/wastewater, pedestrian facility and landscape. Design included lowering existing roadway profile to eliminate ditches while ensuring it would not be under flood . since a portion of the roadway at Elam Creek is within a flood plain. Also responsible for preparation of hydrologic/hydraulic modeling/assessment at the culvert crossing of Elam Creek, . with the design of recommended additions to the existing multiple box culvert crossing and associated headwalls. Prepared stormwater improvements as per the City of Dallas Drainage IManual for all projects. US 175, SM WRIGHT RECONSTRUCTION PHASE 2 (TXDOT DALLAS DISTRICT) I DALLAS, TEXAS QA/QC Manager for the preparation of plans, specifications and estimates (PS&E) for the SM Wright, a project which includes freeway to frontage road and cross street roadway ramps linking IH 45 (Julius Schepps Freeway) and Martin Luther King Jr. Boulevard and Al Lipscomb Way; and converting US 175 freeway (SM Wright Parkway) to a low-speed arterial roadway. The services include preparing roadway and bridge design, hydrologic and hydraulic design, traffic signal design, survey, and geotechnical data collection, subsurface utility engineering (SUE) to support the design process. READ BLVD IMPROVEMENTS I NEW ORLEANS, LOUISIANA Project Manager provided design services for the rehabilitation of Coronado Drive and Hauck IA Drive between Chef Menteur Highway. and Dead End, Chef Menteur Highway between Cardenas and Coronado, and Prentiss Drive between Schindler and Hauck. 111 LAKE VISTA RD RECOVERY PROJECT (RR074) GROUP B I NEW ORLEANS, LOUISIANA Quality Assurance Manager for the design and complete rehabilitation/ reconstruction of approximately 4,500 linear feet of roadway. Responsible for overseeing roadway and utility Ee improvements during design and construction. The improvements include research available property plats,easements,record drawings,planning reports,traffic counts,zoning ordinances,and other pertinent information considering the development of the conceptual plans and the final design of the proposed improvements. EJES determined from field reconnaissance the general lay of the land, including locations of existing utilities and driveways, right-of-way, access, drainage crossings, landscaped areas, and private property improvements. SOUTH KENNER ROAD, JEFFERSON PARISH, LA Project Manager for design service for the rehabilitation of a subsurface drainage and sidewalk improvement project. The existing roadway was approximately 22' wide with steep ditches r immediately adjacent to the pavement which creates an unsafe condition. The new section was 26' wide 2-11' lanes, with 2' shoulders; surface drainage and 4' sidewalks on both sides. Drainage system included local swales to collect the stormwater runoff into drop inlets, spaced at 200. i I ■ PAUL ADEY, PE, PMP RPaul Adey is a certified Project Management Professional (PMP®). He has 36 years of experience in civil engineering analysis and designs, design reviews, project management, construction management, and construction administration. Paul has about 23 years of design and management experience in Dallas Water Utilities (DWU) and Public works and Transportation 5 (PWT) projects. Paul has extensive experience in DWU projects includes design of over 200,000 MS/Civil Engineering, 1992 linear feet of water and wastewater mains ranging from 6" to 30" in size. He has prepared DWU University OF Lagos,Lagos, Nigeria design reports for over 100 segments. Paul has also designed and managed PWT projects that BS/Civil Engineering, 1987 include street and alley improvements, water and wastewater improvements and storm drain ObafemiAwolowo University, analysis and design. //e/fe,Nigeria He has over 18 years of experience coordinating with the City of Fort Worth, City of Dallas and EXPERIENCE various other municipalities, Counties, DART, TXDOT, State and Federal Agencies. His experience 36 Years also includes coordinating with both local and private utilities, and other City design consultants on adjoining projects;to resolve conflicts arising from new designs or relocations. REGISTRATION/CERTIFICATION Paul utilizes his PMP® skills to plan and utilize strategies and objectives to ensure project goals Texas PE No.100114 are achieved. He establishes clear and well-defined tasks including responsibilities for his design Texas SIT No. 10040 PMP#2103945 team. He develops the project schedule and monitors it to identify tasks and issues that may impact the critical path. He conducts regular meetings with his design team and regularly coordinates with his clients and other stakeholders to ensure established project awareness, buy- E.lES in and resolve possible design conflict issues that may arise. He also prepares cost estimate updates and ensures the project undergoes a quality control /quality assurance process at each project submittal stage. 111 SUMMARY OF PROJECT EXPERIENCE US 175, SM WRIGHT RECONSTRUCTION PHASE 2 (TXDOT DALLAS DISTRICT) . DALLAS, TEXAS Utilities Task Lead for providing the preparation of plans, specifications and estimates (PS&E) for the SM Wright, a project which includes freeway to frontage road and cross street roadway ramps linking IH 45 (Julius Schepps Freeway) and Martin Luther King Jr. Boulevard and Al Lipscomb Way; and converting US 175 freeway (SM Wright Parkway) to a low-speed arterial roadway. The services include preparing roadway and bridge design, hydrologic and hydraulic design, traffic signal design, survey, and geotechnical data collection, subsurface utility . engineering (SUE)to support the design process. WATER & SANITARY SEWER REPLACEMENT CONTRACT 2018 WSM-M CITY . PROJECT NO. 101668, FORT WORTH, TX Project Manager for the design for replacement of approximately 10,903 LF of 8" — 12" water and sanitary sewer lines, for 6 locations. CITY OF FORT WORTH SANITARY SEWER REHAB — CONTRACT 91, FORT WORTH, TX Project Manager for design services for replacement of approximately 13,500 LF of sanitary sewer lines, upgrading to 8-inch and an additional 4,081 LF of 8-inch and 10-inch lines added to the contract due to the re-routes of sanitary sewer lines to the project. Engineering services included conceptual design reports where existing maps, as-built records, site investigation results, TV Iinspections, and site photography was determined for the preferred alignment and method of replacement for all proposed lines. • CITY OF FORT WORTH CONTRACT 2005 WSM-L WATER & SANITARY SEWER REPLACEMENTS, FORT WORTH, TX Civil Engineer for design services for developing complete construction plans,specifications and . cost estimates for the replacement of approximately:2400 linear feet of 8"water line;2100 linear feet of 24"water line; 100 linear feet of 16"water line;and 60 linear feet of 8" sanitary sewer line. I I . WATER AND WASTEWATER MAIN REPLACEMENT (CONTRACT NO. 14-373E_374E) Project Manager for this Dallas Water Utility water and wastewater main project.This project involved the replacement of 29,800 LF of water line, and 14,600 LF of wastewater line, ranging from 8-inch to 12-inch for thirty-six (36) segments. EJES was a prime Consultant on this project and worked with 4 other subconsultants. Paul managed the entire design team including the subconsultants,throughout the design process.Paul led the team to prepare the Design Reports for all 36 segments.The team also prepared the Design Construction Documents and the construction cost estimates. Paul reviewed the design plans and conducted the Quality Control/Quality assurance processes on the plans before submittal. Paul also participated in coordination meetings with DWU, other pertinent City of Dallas Departments and Utility franchise agencies to resolve all identified utility and design conflicts. WATER AND WASTEWATER MAINS REPLACEMENT FOR THE DALLAS HORSESHOE PROJECT, (CONTRACT NO. 13- ® 135/136F) Utility Plans Task Leader. The project involved preparing engineering design plans for the relocation of approximately 30,000 LF of PI existing 8-inch to 30-inch diameter sizes of water and wastewater mains within the Dallas horseshoe project area. Paul's responsibilities on this project included coordinating, supervising and managing the design team to design the relocation of water and wastewater mains in conflict with the proposed highway pavements, bridges, pier foundations, storm lines and other franchise utility lines. Paul reviewed the plans. He ensured that all designs conformed to TxDOT and DWU design specifications and Horseshoe technical provisions. Additional responsibilities for Paul included coordinating with the design leads of other disciplines involved in the Dallas Horseshoe project to identify and resolve possible design conflicts. ■ U ■ ■ i ■ ■ ■ w A A A I w ■ i SEYOUM ASAMENAW, PE, DWRE, PMP, CFM ■ . Mr. Asamenaw has over 20 years of national and international experience executing large- i; scale civil and water resources engineering projects in public and private industries. These projects cross a broad spectrum of water resources, including dam safety inspections and rehabilitations, dam safety risk assessments, hydrology, and hydraulic modeling for dams, ... flood control structures, hydropower, and water supply dams, flood impact assessment, MSc/Geotechnical Engineering, reservoir operation, levee, and dam failure/impact assessments. He has an in-depth 2019 knowledge of numerous Hydrology and Hydraulics modeling and simulation tools such as Georgia Institute of Technology Arc-Hydro, HEC-GeoHMS, HEC-HMS, HEC-RAS, HEC-GeoRAS, GAMS, SITES, USGS Peak FQ, MS/Water Resources Engineering, HydraFlow, BOSS DamBreak, HydroFlow, MODFLOW,and ArcGIS suite applications,and has 2005 extensive experience using various 2-dimensional hydrodynamic Hydrology and Hydraulic University of Texas Austin models, including HEC-RAS 1D/2D, FLO-2D, and XPSWMM-2D. He has provided technical BS/Geological,2001 Mekelle University oversight for over 50 large-scale (HUC-10 and HUC-8) HEC-RAS 2D BLE and Detailed Study models for GLO,TWDB,the City of Austin,FEMA Region 6,and The State of Utah Department of Public Safety Division of Emergency Management. EXPERIENCE 20+Years Before returning to consulting, Mr.Asamenaw served as a regional hydrology and hydraulic expert for the Division of Dam Safety and Inspection at the Federal Energy Regulatory REGISTRATION/CERTIFICATIONS Commission (FERC) Atlanta Regional Office (ARO), where he reviewed PMF studies and Texas PE No. 134033 spillway capacities studies in support of dam safety and hydropower license requirements PMP#5776412 and compliance. While at FERC, he represented the Commission in the Regional Probable CFM#3910-21N ■ Maximum Precipitation (PMP) studies for Mississippi, Oklahoma,Arkansas, and Louisiana. Diplomats of the American Water Resources Engineering(D.WRE) SUMMARY OF PROJECT EXPERIENCE LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT (LADOTD) EJES DISTRICT 05 OFF SYSTEM BRIDGE REPLACEMENTS — MOREHOUSE PARISH, LA Senior Principal - responsible for the replacement of Olen Hughes Over Bayou Bonne Idee and Oscar Lum Road Over Williamson County in LADOTD District 05. The project consists of design hydrology frequency, hydraulic design, and scour analysis, and hydraulic reports. • LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT (LADOTD) DISTRICT 04 OFF SYSTEM BRIDGE REPLACEMENTS I VARIOUS PARISHES, LA Senior Principal - responsible for the replacement of Hinds Road, Self-Road, Bailey Town Road, Barnette Road, Collinsburg Creek, Corney Road, Dorcheat Road, Marathon Bridge, and Ridge Road in LADOTD District 04.The project consists of design hydrology frequency,hydraulic design, and scour analysis, and hydraulic reports. ■ ARKANSAS BLACK MAYORS ASSOCIATION (ABMA) WATERSHED PLAN ENVIRONMENTAL ASSESSMENT I PINE BLUFF, AR Project Manager - responsible for the development of a Watershed Plan and Environmental Assessment for the City of Pine Bluff,AR. The Watershed Plan-EA documents the NRCS planning process, compliance with the requirements of the National Environmental Policy Act, and requirements of the Principles and Requirements for Water Resources and Interagency Guidelines (PR&G). ' ARKANSAS BLACK MAYORS ASSOCIATION (ABMA) WATERSHED PLAN ENVIRONMENTAL ASSESSMENT I STAMPS AND LEWISVILLE, AR Project Manager - responsible for the development of a Watershed Plan and Environmental Assessment for the Cities of Stamps and Lewisville, AR. The Watershed Plan-EA documents the NRCS planning process, compliance with the requirements of the National Environmental Policy . Act, and requirements of the Principles and Requirements for Water Resources and Interagency Guidelines(PR&G). 1 ■ ■ MESENBET SEBHAT ■ ■ Mr. Sebhat has over 10 years of work experience executing water resources engineering projects in different sectors. These projects are various types of water resources, including . dam safety assessments, hydrology, and hydraulic modeling for dams, flood control structures,water supply dams,and flood impact assessment. He has an in-depth knowledge ■ MS/Hydrology and Water of numerous Hydrology and Hydraulics modeling and simulation tools such as MIKE 11, Resources,2013 MIKE SHE, NAM, HEC-HMS, HEC-RAS, SWAT, WEAP, MODFLOW, and ArcGIS applications, ■ UNESCO-IHE Institute for Water and has experience using various 2-dimensional hydrodynamic Hydrology and Hydraulic 111 Education,Delft,the Netherlands models, including HEC-RAS 1 D/2D. 8S/Water Engineering,2006 He is a hardworking and passionate hydrologist with strong organizational skills. He has Haramaya University of Ethiopia ■ experience in data analysis and visualization using scientific programming language, . EXPERIENCE experience in analysis and interpreting model results and field experiments, and the ability 10+Years to work independently and in an inclusive team environment. ■ TRAININGS SUMMARY OF PROJECT EXPERIENCE ■ Remoter Sensing App,(32 hours) LOUISIANA DEPARTMENT OF TRANSPORTATION AND DEVELOPMENT (LADOTD) SWAT,(36 hours) DISTRICT 04 OFF SYSTEM BRIDGE REPLACEMENTS I VARIOUS PARISHES, LA ■ HEC-RAS,(24 hours) Project Engineer- responsible or the replacement of Bailey Town Road, Barnette Road,Courtney Road,and Ridge Road in LADOTD District 04.The project consists of design hydrology frequency, ■ HEC HMS, (48 hours) hydraulic design, and scour analysis, and hydraulic reports. Project Management,(48 hours) ARKANSAS BLACK MAYORS ASSOCIATION (ABMA) WATERSHED PLAN Water resources Management ENVIRONMENTAL ASSESSMENT I PINE BLUFF, AR (28 hours) Project Engineer - responsible for the development of a Watershed Plan and Environmental WEAP, (48 hours) Assessment for the City of Pine Bluff,AR.The Watershed Plan-EA documents the NRCS planning ■ process, compliance with the requirements of the National Environmental Policy Act, and requirements of the Principles and Requirements for Water Resources and Interagency Guidelines ' EJES (PR&G). ■ ARKANSAS BLACK MAYORS ASSOCIATION (ABMA) WATERSHED PLAN ENVIRONMENTAL ASSESSMENT I STAMPS AND LEWISVILLE, AR ■ Project Engineer - responsible for the development of a Watershed Plan and Environmental Assessment for the Cities of Stamps and Lewisville, AR. The Watershed Plan-EA documents the ■ NRCS planning process, compliance with the requirements of the National Environmental Policy ■ Act, and requirements of the Principles and Requirements for Water Resources and Interagency Guidelines (PR&G). ■ SENIOR HYDROLOGIST FOR VARIOUS DISTRICTS, BAHIR DAR INSTITUTE OF TECHNOLOGY I BAHIR DAR, ETHIOPIA ■ Design Engineer - responsible for irrigation scheme diversion weir for Fenote Selam District. ■ Design and analyzed water supply schemes and prepared a report for Quarit District. Also performed dam safety inspection and prepared flood inundation maps and report for four dam sites in Amhara Region.Task also included preparation of flood hazard maps using GIS integrated with multi-criteria decision analysis for the Upper Awash River Basin, Ethiopia. Also supervised ■ over 17 MSc students and supported 2 PhD students. IRRIGATION & DRAINAGE RESEARCH DIRECTORATE - BLUE NILE WATER INSTITUTE ■ BAHIR DAR, ETHIOPIA Program Manager - served as head of program to monitor and evaluate ongoing research activities. Responsibilities also included preparation of technical, progress,and annual reports for higher management officials; producing grant proposals and submitted to different institutions; maintaining open communication lines with all relevant research institutes ■ ■ ■ ■ MARK R. KOSMOSKI, PE ■ Mr. Kosmoski, P.E. has 45 years of A/E design, construction management, consulting experience that includes designing on many small and large private and government ■ projects. He also provides research and due diligence on same, writing specs for plans, serving as Project Representative to check for quality of work, and material specs. Mr. Kosmoski, P.E. has also developed drawing plans and profiles for utilities and piping. He is BS/Civil Engineering, 1979 efficient with various engineering software products. Experience with Auto Cad Version C3D ■ Texas A&M University 2019, 2015 and older versions, Blue Sky and with the total Station, LDD, Micro Station V8, EXPERIENCE MS Word, MS Excel, MS Access, and MS Power Point. ■ 45Years SUMMARY OF PROJECT EXPERIENCE • REGISTRATION/CERTIFICATION FOREST ACRES SUBDIVISION DRAINAGE PROJECT I HARRIS COUNTY, TX ■ Texas PE No.57539 Project Engineer for Harris County paving and drainage project near Green's Bayou, consisting of more than 4 miles of roadway with ditches on both sides, in Northeast Houston.The project is curre tly er design. ■ EJES SITE nDEVELOPMENT & H&H FOR 7.8-ACRE HEAVY TRUCK TRANSFER STATION ■ PARKING LOT I HUTCHINS, TX . Engineer of Record. Determined impervious cover and detention needs for site development. Has a high security fence with a guard station. Driveway in and out has 50-foot curb radius to ■ provide easy access. The drainage and detention system surrounds the site as a security buffer being 10-feet deep and 30-feet wide. The site has a 2400 SF office with backup power and ■ tornado shelter. The parking lot is fully lit and has fire protection. . H DUAL 15' X 10' STORM BOX SEWER DESIGN TO REPLACE FAILING DUAL 120" CORRUGATED CMP I HOUSTON, TX ■ Engineer of Record. This project consisted of Preliminary Engineering, Final Design, and Permitting. Budgeting and funding were from agreements between the City, and the Galleria ■ Management District. ■ RIVER OAKS TOWERS FOR TARRAGON CORPORATION I HOUSTON, TX Engineer of Record. Developed plan sets for 20 separate work authorizations. All the tasks for ■ the 10-acre site addressed area roads, signals, parking lots, detention, drainage, water and fire ■ protection, and sewers to support the two thirty story buildings. CES ENVIRONMENTAL SERVICES, INC. I HOUSTON, TX Engineer of Record. Developed and permitted private sewer lift station and designed an 8", 5000-foot force main to deliver the sewer directly to the city treatment plant. The result was to ■ take the commercial customer off the old and over stressed sewer system. ■ ■ ■ ■ ■ ■ ■ ■ 111 I MERDAD GHAFAR, PE U a:== Mr. Ghafar currently serves has Senior Structural Engineer and has over 35 years of experience and has earned 15 TxDOT pre-certifications in Structural Engineering (bridges . %p" and buildings), Civil Engineering and Construction Management. His civil engineering experience including bridge design, roadway designs, structural design, traffic control, ■ construction management, hydrologic analysis, hydraulic design, and utility design. SUMMARY OF PROJECT EXPERIENCE MS/Structural Engineering, 1980 George Washington University CENTRAL EXPRESSWAY THOROUGHFARE IMPROVEMENTS DALLAS, TX BS/Civil Engineering, 1977 Project Engineer — Prepared storm drainage improvement for a project involving a massive . University of Science and street realignment, street closures, paving, side walk, park, utility and storm drain facility Technology Tehran improvement in down town Dallas, which is part of master plan. The scope of project included 11 EXPERIENCE complete Civil Engineering design package and construction support services. 35 Years RIVER WHARF DRIVE RECONSTRUCTION I DALLAS, TX Structural Engineer- Responsible for the reconstruction of approximately 4,450 LF of existing 2- REGISTRATION/CERTIFICATION lane asphalt toad to a 4-lane divided concrete boulevard with curb and gutter. Responsible for Texas PE No.56192 design for bridge replacement over Keegan Bayou. t BELKNAP ROAD FROM WEST BELFORT ROAD TO HARRIS COUNTY LINE I FORT BEND EJESCOUNTY, TX Civil Design— Responsible for the reconstruction of approximately 4,450 linear feet of existing two-lane road to a four land divided concrete boulevard with curb-and-gutter. EJES provided complete project design, including roadway design, new stormwater drainage system, extended . and expanded box culverts, traffic control plans,water line relocation, detailed hydraulic analysis for Brown Branch, and channel improvements. . BOYDSTUN AVENUE RECONSTRUCTION (FROM GOLIAD ROAD (FM 205) TO CLARK STREET) I ROCKWALL, TX Civil Design— Responsible for the reconstruction of approximately 2200 linear feet of collector 111 roadway between Goliad Road (FM 205)to Clark Street. Design for reconstruction of a 37' wide roadway section from back to back curbs and consisted of 24"curb and gutters asphalt pavement. 111 Various design elements were rehabilitated from water/wastewater lines, drainage culverts, and roadway design within a 60' right-of-way. CR 151 RECONSTRUCTION I KAUFMAN, TX Civil Design - Responsible for reconstruction of 1.1 miles of existing 2-lane asphalt between SH 34 to the City Limits of Kaufman. Assisted with design for a 4-lane urban section, with design . allowances for an ultimate 6-lane divided roadway. Design included roadway realignment,access improvement for adjacent schools/businesses, storm sewer mains, box culvert cross-drainage, 111 illumination,waterline additions,striping/signage,and TCP. Critical design element was required coordination with TxDOT to match their design of an adjacent project. Project also included the successful incorporation of Low Impact Development stormwater features to reduce costs, provide greater aesthetics, and improved runoff water quality. SPLIT TRAIL I CITY OF PLANO, TX Civil Design - Responsible for a roadway reconstruction for a 2-lane collector. Roadway section was improved from a 2-lane asphalt open-ditch to a 2-lane concrete with curb-and-gutter. EJES provided complete project design, including roadway design, new stormwater drainage system, extended and expanded box culverts,traffic control plans,water line relocation,detailed hydraulic analysis for Brown Branch, and channel improvements. Key project element was the significant channel stabilization design, which included headwalls and gabion walls approximately 20 feet 111 tall. I I I ZEGEYE KEBEDE, PE, PTOE X Mr. Kebede has over 10 years of work experience in traffic engineering, transportation 11 planning,traffic signal and roadway lighting design,and traffic engineering studies.He is the 111 coauthor of nine published technical articles transit modeling and tolling dynamics. His project experience includes private, municipal and TxDOT work. He has extensive 3D design 11 MS/Civil Engineering,2013 modeling experience. University of Texas Tyler SUMMARY OF PROJECT EXPERIENCE MS/Civil Engineering,2010 University of Twente,Enschede, NEW YORK AVENUE — CITY OF ARLINGTON, TX: Netherlands Design Engineer for accessible pedestrian signal (APS) upgrade and pedestrian lighting along BS/Civil Engineering,2006 New York Avenue between Arkansas Lane and Abrams Street. The signal design focused on Jimma University, Ethiopia minimizing impact to the existing signals at Mitchell Street and at Park Row Drive to replace R EXPERIENCE pedestrian signals,curb ramps,and sidewalks to current ADA compliance. LED pedestrian lighting 10 Years was designed to avoid landscaping conflicts and enhance lighting at streetscapes along the 2- mile project corridor. These newly installed, pedestrian-friendly elements are part of the City's REGISTRATION/CERTIFICATION New York Avenue Corridor Strategy aimed at enhancing the quality of life in one of Arlington's Texas PE No. 12176 most diverse and established neighborhoods. PTO Engineer No.4351 DENTON SQUARE INTERSECTIONS — CITY OF DENTON, TX TxDOT Sequence No.25427 Design Engineer for the replacement of four traffic signals in the historical Denton Square located in downtown Denton. New ornamental signal poles were installed to improve aesthetics,and the EJES new signals included improved technology that can increase public safety. Signal upgrades • included LED luminaires, flashing yellow left and right turns, accessible pedestrian signal (APS), interconnect conduit, and new service meters. For traffic calming, new curb bulb-outs with ADA compliant ramps were installed at each corner to enhance pedestrian safety and streetscape J character. This pilot project required signal pole design approval by the Denton Main Street Association board and construction coordination to minimize impact to the downtown businesses s during the required periodic lane closures. The 2017 construction schedule blacked out the holiday shopping season to keep sidewalks accessible for foot traffic. IH 30 AT CHAPEL CREEK BOULEVARD, BRIDGE REPLACEMENT STUDY—CITY OF FORT WORTH, TX 11 Design Engineer responsible for PS&E for the traffic signal and lighting at the reconstructed S bridge overpass and highway interchange. The project included pedestrian signals, curb ramps, and sidewalks to current ADA compliance. Signal upgrades included LED luminaires, flashing 111 yellow left and right turns, and accessible pedestrian signal (APS). Zee also prepared the plan design for the pavement markings and signs, including intersection markings and crosswalks, but also the frontage road and new ramp markings, and lane control signing. SH 26 TRAFFIC SIGNALS — COLLEYVILLE, TX Design Engineer for temporary traffic signals and pedestrian scale and roadway lighting for the reconstruction of SH26 through Colleyville. The reconstruction of SH 26 included adding raised medians, pedestrian amenities, and landscaping.The temporary traffic signals were designed for Tinker Rd, Hall-Johnson Rd, Church St, Main St, Glade Rd and Centerpark Drive to handle all phases of construction without requiring resetting of temporary signal poles while allowing construction of the new permanent signals. I R I I R 411, MERINEH GETACHEW, PMP ■ Mr.Getachew has 7 years of experience in civil engineering. His civil engineering experience 111 (0* includes water transmission & distribution system design, sanitary sewer system . rehabilitation & improvements design, water & sanitary sewer utility alignment studies, collection system infiltration/inflow analysis and hydraulic modeling, storm water pollution prevention plan development as well as construction management services. BS/Civil Engineering,2016 . University of Texas,Arlington, TX SUMMARY OF PROJECT EXPERIENCE EXPERIENCE DALLAS WATER UTILITIES (DWU), WATER AND WASTEWATER MAIN REPLACEMENTS 7 Years AT VARIOUS LOCATIONS (16,500-LF), DWU CONTRACT 10-213/214E I DALLAS, TX i CADD Designer— developing complete PS&E for the replacement of 26,000-If of water mains REGISTRATION/CERTIFICATION (6-inch, 8-inch, 12-inch, 16-inch) and 16,000-If of wastewater mains (6-inch, 8-inch, 10-inch, 12- 11 Project Management Professional inch, 21-inch, 24-inch) located in 31 different streets throughout the City of Dallas. Scope of (PMP)No.3239126 services included the development of Preliminary Design Reports for each of the 31 separate locations which identified facilities to be replaced, existing utilities in the area, pavement EJESconditions, alignment options, recommendations and cost estimates DALLAS WATER UTILITIES (DWU), WATER AND WASTEWATER MAIN REPLACEMENT, DWU CONTRACT 14-373E_374E I DALLAS, TX CADD Designer—responsible for preparing engineering design plans for thirty-six(36)segments on a DWU water and wastewater main replacement project. Prepared preliminary design reports for all 36 segments for the replace of 29,800-If of water line, and 13,100-If of wastewater line ranging from 8-inch to 12-inch.Trenchless(Other-Than-Open-Cut)methods of construction were recommended in some of the segments. DALLAS WATER UTILITIES (DWU), WATER AND WASTEWATER REHABILITATION, S DWU CONTRACT 14-375_376E I DALLAS, TX CADD Designer— responsible preparing engineering design plans for seven (7) segments on a DWU water and wastewater main rehabilitation project. Prepared of final construction drawings for the rehabilitation of 7,100-If of 8-inch water line,and 5,600-If of 8-inch to 12-inch wastewater U line.Trenchless(Other-Than-Open-Cut) methods of construction were recommended in some of the segments. LINDSLEY-MATERHORN ROADWAY AND UTILITY RECONSTRUCTION (FROM MUNGER BOULEVARD TO BEACON STREET) I DALLAS, TX ■ CADD Designer—responsible for design for the replacement design of approximately 1,760-If of 8-inch water line, 120-If of 16-inch water line, and 1,000-If of 30-inch wastewater main. MORGAN, GARRISON, AND NANDINA STREET AND W/WW REPLACEMENT DALLAS, TX CADD Designer - responsible for providing design services for roadway reconstruction project for three (3) streets within the City of Dallas. Project scope included: water & wastewater main replacement&upgrades for 3000-If of 8-inch wastewater line and 1200-If of 8-inch water line. . BOYDSTUN AVENUE RECONSTRUCTION FROM GOLIAD ROAD (FM 205) TO CLARK STREET I ROCKWALL, TX U CADD Designer—responsible providing design services for the reconstruction of approximately 2,200-If of collector roadway between Goliad Road (FM 205) to Clark Street. Design for reconstruction of a 37-ft wide roadway section from back to back curbs and consisted of 24-inch curb and gutters asphalt pavement. Various design elements were rehabilitated from 111 water/wastewater lines, drainage culverts,and roadway design within a 60-ft right of way. I I I 111 . MORGRAN BRUCE, E.I.T. ■ . Mr. Bruce has more than 6 years of practical knowledge and experience in the field of civil engineering, design, construction, and project management. Mr. Bruce has performed . hydrology and hydraulics calculations; designed sound walls, and prepared Preliminary Design Report (PDR)for water and wastewater projects. I BS/Civil&Construction . Engineering,2019 SUMMARY OF PROJECT EXPERIENCE University of Arkansas, Little Rock, . AR LADOTD DISTRICT 4 BRIDGE HYDRAULICS ANALYSIS — BELCHER, LA Civil Designer. A 100' bridge crossing a small canal in Louisiana was analyzed, and the . EXPERIENCE hydrology was used to model the current hydraulic data using HEC-RAS.Several alternatives 6 Years were analyzed and proposed for improving the flow of the canal. A hydraulic report was REGISTRATION/CERTIFICATION completed to compare the existing condition to the proposed alternatives, evidence to Arkansas EIT No.9162 support the reasoning for the alternatives and exhibits to demonstrate 11 FORT HOOD STORM DRAINAGE I KILLEEN, TX EJESCivil Designer - Performed the hydrology and hydraulics calculations, to design a culvert crossing. The project's purpose was to improve the drainage system and prevent the roadway from flooding. SOUTHEAST CONNECTOR SOUND WALL I FORT WORTH, TX 111 Civil Designer - Designing and placing multiple sound walls along Interstate 20 utilizing . "OpenRoads Designer" software. The project is design-build and requires constant communication with several external teams. . CONTRACT 91 I DALLAS, TX Civil Designer - Prepared the Preliminary Design Report for this water and wastewater project for the City of Dallas. Created exhibits showing existing and proposed systems. . Assisted in developing the construction cost estimate for the project. I I 11 I $ $ 11 11 I ■ ■ ROBERT ROTH ■ ■ Mr.Roth has thirty-six(36)years of experience in civil engineering.His work history includes eight (8) years with the Trinity River Authority of Texas Central Regional Wastewater System as their Technical Services Engineer, and twenty-eight (28) years with private consultants in the Dallas- Fort Worth Area.His civil engineering experience has included hydraulic analysis of drainage areas and storm sewer design, water transmission & distribution system design, sanitary sewer BS/Civil Engineering, 1983 engineering studies(SSES),sanitary sewer system rehabilitation&improvements design,water& . Southern Illinois University sanitary sewer utility alignment studies, collection system infiltration/inflow analysis including EXPERIENCE hydraulic modeling, storm water pollution prevention plan development and resident 36 Years construction management services. Mr. Roth has successfully performed as a design team leader in the role of project manager and as a senior design engineer. Experience with engineering • REGISTRATION/CERTIFICATION design software includes GeoPak, Eagle Point, ProjectWise, Hydra, Microstation, HEC-RAS, . Class"C"Wastewater Certification AutoCAD and SignCAD. Mr. Roth has successfully completed numerous municipal, state and (Collection Systems) federal infrastructure improvement projects including several projects in the private sector. ■ EJES SUMMARY OF PROJECT EXPERIENCE . US 175 (SM WRIGHT PKWY) — TXDOT Senior Designer for engineering design services for the reconstruction of 2.7 miles of US 175(SM Wright Parkway).Objective was to convert a freeway to a 6-lane divided arterial just south of the City of Dallas Central Business District. Responsibilities included: a) development of ■ Environmental Permits Issues &Commitments (EPIC) drawings and documentation; b) prepare a Utility Conflict Matrix which identified all existing utilities within the project limits that would be . adversely impacted by construction.This also included coordination with affected utility providers that relocation construction schedules were maintained; c) design of over 100 driveway replacements; d) constructability review of paving, drainage, traffic control, signage, pavement markings and construction sequencing drawings; e) development of technical specifications and ■ comprehensive special instructions to bidders;f)pre-bid assistance including review and response w to contractor RFI's and development of addenda prior to contract letting. DALLAS HORSESHOE PROJECT (TXDOT), DALLAS, TX . Senior Civil Designer/Design Team Member for design/build project. Project task included the development of pavement removal plans, hike&bike trail plans and traffic signalization plans as part of the overall objective. In addition, prepared construction drawings for the relocation of approximately 15,000 LF of water & wastewater mains (8"-24") for Dallas Water Utilities. Other ■ responsibilities included development of a Utility Conflict Matrix, water & wastewater main relocation design. Other services performed were constructability& QA/QC review of pavement removal, hike&bike trail and traffic signalization plans for conformance to design criteria. Project required routine coordination with various other members of the design/build team and owner. Project was required to maintain a very aggressive schedule with the DWU work being the initial milestone that was completed on time and within budget. CHISHOLM TRAIL PARKWAY — NTTA ■ Manager of their Project Delivery Cost Estimating Division for NTTA. Services performed ■ included review and tabulation of all current construction bids for improvements to their regional tollway facilities. This included the design/build construction project for the 28-mile Chisholm Trail Parkway. Close coordination with primary design consultant(Jacobs) and seven (7) separate general contractors was required to assure conformance to the NTTA Cost Estimating Policy & Procedures Manual. Independent Cost Estimate — Construction Change Order submittals prepared by the general contractor were reviewed and disposition comments were prepared when required. Attended construction progress meetings to assist section engineers/general contractors in their preparation and submittal of change order documents required by NTTA per standard procedures. Provided section engineers/general contractors wit NTTA current and historical material unit costs for their use in preparing change orders. ■ ■ . SOUTHSIDE CEDARS STREETSCAPE IMPROVEMENTS I DALLAS, TX Project/Construction Manager I Assisted the City of Dallas with construction oversight and management of sidewalk, landscape and utility improvements along Lamar Street from Canton Street to Belleview Street within the Southside Cedars Historic Area south of the downtown Central Business District in Dallas,Texas. Prepared progress reports, reviewed contractor pay estimates, prepared disposition . comments on RFI's, reviewed change requests, reviewed material QC testing results and monitored general contractors means and methods to ensure conformance to contract documents ® LIVE OAK STREET/KEEN ELAND PARKWAY RECONSTRUCTION I DALLAS, TX Construction Engineer Provided engineering design services during construction which required revisions to drawings to compensate for differing site conditions and constructability issues. Coordinated identification of utility owners impacted by the project's scope of work. Maintained a historical log of utility contacts, schedule of adjustments and owner incurred costs associated with the project. Provided "As-Built" record drawings of all modifications necessary to facilitate construction of improvements. Developed independent 3 cost estimates for contractor prepared change requests. Attended weekly progress meetings and final inspection walkthrough. Coordinated TDLR final inspection walkthrough and required adjustments to sidewalks to comply with Texas Accessibility Standards. CHATTEY ROAD IMPROVEMENTS (BELT LINE RD. TO PLEASANT RUN RD.) I DESOTO, TX . Construction Engineer I Provided engineering document review, design revisions and site inspection services during re-construction of approximately one mile of urban roadway. Attended pre-construction meeting with owner, general contractor and subcontractors, . reviewed and responded to RFI's, revised and re-issued drawings as required, reviewed and responded to contractor material submittals, coordinated additional survey required to verify existing conditions, performed site visits to document construction progress and prepare monthly reports, prepared change order requests with support documentation, coordinated temporary right of way document revisions, performed substantial completion walkthrough including preparation of punch-list and prepared closeout documents including record drawings. U t I ■ U U I ■ I I I I I SHARMI VEDANTAM, PE ■ Ms. Vedantam's career extends more than 19 years and covers a wide range of geotechnical ' engineering experience. As a Geotechnical Project Manager and Senior Engineer, she is responsible for preparing fee proposals, coordinating sub surface field investigations, assigning and reviewing laboratory tests of soil samples, performing geotechnical engineering analysis and subsequent reports which provide detailed analysis for pavement, construction and bridge foundation recommendations for projects in the areas of transportation, infrastructure, MS/Geotechnical Engineering,2003 foundation design projects,and water/wastewater systems water lines and treatment plants. University of Texas at Arlington MS/Water Resources, 1997 SUMMARY OF PROJECT EXPERIENCE Jawaharlal Nehru Technological HARRIS COUNTY PCT 1 - PARKWAY MOBILE HOMES - DRAINAGE IMPROVEMENTS University BS/Civil Engineering, 1995 Project Manager for the pavement reconstruction and storm sewer installation along Park Trail Osmania University Drive from Tidwell Road to Kona Clay Drive, in Harris County, Precinct 1 in Houston, Texas. The project involved the construction of a five(5)-acre detention basin and installation of storm sewer EXPERIENCE inlet and outfall at the detention basin. In addition, the project involved reconstruction of Aloha 1 19 Years Trail Drive, Blue Island Drive, Coral Reef Drive, Drifting Winds Drive, Enchanted Path Drive and Fern Forest Drive. . REGISTRATION/CERTIFICATION Texas PE No.100218 COH SAND CREEK VILLAGE DRAINAGE IMPROVEMENTS . Project Manager for storm sewer improvements in the Sand Creek Village Subdivision in Houston, Texas along Aspen Mountain Trail, Highland Laurels Drive and Eagle Creek Drive. The . improvements consisted of the removal and replacement of storm sewers by open cut techniques. As part of the storm sewer improvements,the existing pavement was removed and replaced with concrete pavement along the streets mentioned above. HVJ provided geotechnical services consisting of field exploration, laboratory testing and engineering analysis& report preparation. I BEAR CREEK VILLAGE SUBDIVISION DRAINAGE IMPROVEMENTS Project Manager for drainage improvements related to Bear Creek Village Subdivision in Harris County, Texas. The improvements included upsizing the existing storm sewers along the streets and constructing an outfall structure at HCFCD Unit U107-00-00. This project also involved 111 reconstructing the existing concrete pavement along the streets. HVJ proposed drilling 6 borings to a depth of 12 feet and 6 borings to a depth of 22 feet below the existing grade for the pavement and storm sewers. . HARRIS COUNTY PCT. 2 FALLBROOK, RIDGEPOINT AND WESTPOINT SUBDIVISION DRAINAGE IMPROVEMENTS Project Manager for the installation of storm sewers and reconstruction of Point Blank Road from Pleasanton Drive to west of HCFCD Unit P118-31-00, and along Francitas Road from Scottbrook Drive to west of HCFCD Unit P118-31-00 in Harris County, Texas. The project also involved . widening of existing HCFCD Channel P118-31-00 from east of Veterans Memorial Drive to west of Fallbrook Drive. The storm sewers were installed using open cut method. The geotechnical 11 study provided design and construction recommendations for the proposed Channel widening, pavement construction and storm sewer installation. 11 AUSTIN PARKWAY AT CHIMNEYSTONE DRAINAGE IMPROVEMENTS Project Manager for drainage improvements related to Austin Parkway/Chimneystone in Sugar Land, Texas.This included construction of a stormwater drainage channel with 2H:1V side slopes and box culvert system along the alignment(Stormwater Drainage Channel,Commonwealth Blvd. Alternative&Acacia Drive Alternative) and reconstruction of headwall at the outfall. HVJ's scope of work includes obtaining the subsurface information, providing geotechnical and construction 111 recommendation for utility installation and the outfall structure. DISASTER RECOVERY PROJECT DRAINAGE IMPROVEMENTS Project Manager for drainage improvements related to Disaster Recovery Project in the City of South Houston, in Harris County, Texas. The project included installation/replacement of approximately 11,000 LF storm sewers along several streets within the project area using open 11 cut construction technique. The purpose of this study was to provide design and construction 11 w recommendations for the proposed storm sewers. HIGHLAND RIDGE AND HIGHLAND ESTATES SUBDIVISION DRAINAGE IMPROVEMENTS Project Manager for project to alleviate flooding in the Highland area with regrading existing open ditches, replacing and upsizing culverts at driveway&roadway crossings, and improving outfall capacity.The proposed improvements were along Loch Lomond Street and Babers Hill Road from the outfall west of Laurie Lane to Braemer Street. HVJ performed a geotechnical study to determine the site stratigraphy and obtain testing samples and provided a report including boring logs and test data, groundwater and generalized e subsurface conditions, culvert installation design and construction recommendations, structural fill and general earthwork recommendations. 111 COH NEIGHBORHOOD DRAINAGE & PAVING - INWOOD FOREST AREA SUBPROJECT 1 . Project Manager for the reconstruction of selected streets in Inwood Forest Area Neighborhood Subdivision referred to as"Subproject 1 &2". The project area is bound to the north by West Gulf Bank Road, to the east by Antoine Road, to the west by HCFCD Unit Nos. E140-00-00 & E240-00-00 and to the south by White Oak Bayou.There are a total of eighteen selected streets for this project, with a total length of about 20,500 feet. HVJ will provide Geotechnical Engineering services including field exploration with soil borings, 1 laboratory testing and engineering analysis& report preparation. F HARRIS CO SIERRA RANCH AND STONEFIELD TERRACE SEC 3 SUBDIVISIONS DRAINAGE IMPROVEMENTS Project Manager for drainage and infrastructure improvements related to the Sierra Ranch and Stone field Terrace Sec#3 Subdivisions. ' This involved addition of inlets and manholes along several streets within the subdivisions,installation of 42-inch RCP north of Gerngross Lane between Doskocil Drive and HCFCD channel P122-00-00, 24-inch RCP north of Rosemont Park Lane to the proposed detention basin,and construction of detention basin in an open area located between Peppergate Lane and Rosemont Park Lane. ■ ■ ■ I ■ ■ ■ ■ ■ I ■ ■ U ■ I 1 ■ ■ House Bill 89 Verification 1, Edwin B. Jones, Sr. (Person name), the undersigned A representative (hereafter referred to as "Representative") of ■ ■ EJES INCORPORATED (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 Port Arthur; 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. g0& ,i , /3. ? - SIGNATURE■ OF REPRESENTATIVE ■ ■ ■ c „ SUBSC IBED AN SWORN TO BEFO E ME, the undersigned authority, on this y of , 2002- ■ 'I ��;a�Y►ukE+JACQUELINE JOHNSON ''�' ' � MY COMMISSION EXPIRES +,� _.'..'I c DECEMBER 21,2024 ■ I ':O os NOTARY ID:126745619 ■ ■ ■ ■ CITY OF PORT ARTHUR, TEXAS ■ NON-COLLUSION AFFIDAVIT ■ ■ CITY OF PORT ARTHUR § ■ STATE OF TEXAS ■ ■ By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for ■ the firm bidding this project has violated the antitrust laws of this State, codified at Section r- 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor r• communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, ■ corporation or institution submitting a bid committed any other act of collusion related to ■ the development and submission of this bid proposal. ■ Signature: 61014/147 A ?fr-y1-41) ■ ■ Printed Name: Edwin B. Jones, Sr. Title: CEO ■ Company: EJES Incorporated ■ Date: 12/2/2024 SUBSCRIBED and sw rn to bef re me by th above amed Riot / ��on ■ this the r2A0 -day of l' 202 ■ ,.,'. n .CQUELINE JOHHNSON' ••COMMISSION EXPIRES tary P lic in nd for the c!MBER 21,2024 I tate of Texas ■ '%,;E ;.•` ^RY ID:126745619_1 ■ My commission expires: I.L(..011i 02.0�( ■ ■ ■ ■ U I S AFFIDAVIT S All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. X I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to I enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. EJES INCORPORATED 12/2/2024 Firm Name Date g014/147 . ?tr-rt-a_j_Sk CEO Authorized Signature Title Edwin B. Jones, Sr. 214.343.1210 Name (please print) Telephone ejones@ejesinc.com Email STATE: 7-e464.8 s COUNTY: SUBSCRIBED AND SWORN to before me by the above named Cci4.).0 rJ •UJ 15r""4, on this the .2 day of 02a 0 . I OFt;:% JACQUELINE JOHNSON *� �+' MY COMMISSION EXPIRES' Z` =•,` �'•F DECEMBER 21,2024 otary ublic ''�tor%% NOTARY ID:126745619 RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL U I U I I a SB 252 • CHAPTER 2252 CERTIFICATION ■ I Edwin B. Jones Sr. , the undersigned an representative of EJES INCORPORATED (Company or Business Name) A being an adult over the age of eighteen (18) years of age, pursuant to Texas Government Code, Chapter 2252,Section 2252.152 and Section 2252.153,certify that the company named above is not listed on the website of the Comptroller of the State of Texas concerning the listing of companies • that are identified under Section 806.051,Section 807.051 or Section 2253.153. I further certify that should the above-named company enter into a contract that is on said listing of companies on the website of the Comptroller of the State of Texas which do business with Iran, Sudan or any Foreign Terrorist Organization, I will immediately notify the City of Port Arthur Purchasing ■ Department. Edwin B. Jones Sr. Name of Company Representative (Print) 3 111 EC/WI:7 A ?e,-ya_cii;Lk Signature of Company Representative I 12/2/2024 ■ Date 111 111 I s ■ I ■ A EXHIBIT"A" ARPA FEDERAL FUNDING PROVISIONS 1. REQUIRED CONTRACT PROVISIONS IN ACCORDANCE WITH APPENDIX II TO PART 200 — CONTRACT PROVISIONS FOR NON-FEDERAL ENTITY CONTRACTS UNDER FEDERAL AWARDS (2 C.F.R. & 200.327) . (a) Appendix II to Part 200(A)- Remedies: The parties shall comply with the administrative, contractual. or legal remedies in the Contract Documents for when the CONTRACTOR violates or breaches the terms of the . Contract and shall comply with the applicable sanctions and penalties as appropriate in the Contract Documents. (b) Appendix II to Part 200 (B) -Termination for Cause/Convenience: The parties shall comply with the termination for cause provision and the termination for convenience provision in the Contract Documents. I (c) Appendix II to Part 200 (C) — Equal Employment Opportunity: CONTRACTOR agrees as follows during the performance of the Contract: (i) CONTRACTOR will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation. gender identity, or national origin. The CONTRACTOR will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race. color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion. or transfer: recruitment or recruitment . advertising: layoff or termination: rates of pay or other forms of compensation: and selection for training, including apprenticeship. The CONTRACTOR agrees to post in conspicuous places. available to employees and applicants for . employment. notices to be provided setting forth the provisions of this nondiscrimination clause. . (ii) CONTRACTOR will, in all solicitations or advertisements for employees placed by or on behalf of the CONTRACTOR, state that all qualified applicants will receive consideration for employment without . regard to race. color, religion, sex. sexual orientation. gender identity. or national origin. (iii) CONTRACTOR will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about. discussed. or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or F applicants to individuals who do not otherwise have access to such information. unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding. hearing. or action, including an investigation conducted by the employer. or is consistent with the CONTRACTOR's legal duty to furnish information. (iv) CONTRACTOR will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the CONTRACTOR's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (v) CONTRACTOR will comply with all provisions of Executive Order 11246 of September 24. 1965. and of the rules, regulations, and relevant orders of the Secretary of Labor. (vi) CONTRACTOR will furnish all information and reports required by Executive Order 11246 of September 24. 1965. and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto. and will . permit access to his books. records. and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules. regulations. and orders. (vii) In the event of the CONTRACTOR's noncompliance with the nondiscrimination clauses of Contract or with any of the said rules, regulations. or orders.this Contract may be canceled. terminated. or suspended 111 in whole or in part and the CONTRACTOR may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24. 1965. and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24. 1965, or by rule, regulation. or order of the Secretary of Labor. or as otherwise provided by law. e A-4 r (viii) CONTRACTOR will include the portion of the sentence immediately preceding paragraph (i) and the provisions of paragraphs (i) through (vii) in every subcontract or purchase order unless exempted by rules. regulations.or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24. 1965. so that such provisions will be binding upon each subcontractor or vendor. The CONTRACTOR will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions. including sanctions for noncompliance: Provided. however, that in the event the CONTRACTOR becomes involved in. or is threatened with. litigation with a subcontractor or vendor as a result of such direction by the administering agency. the CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. -- CITY further agrees that it will be bound by the above equal opportunity clause with respect to its own employment practices when it participates in federally assisted construction work: Provided. That if the CITY so participating is a State or local government. the above equal opportunity clause is not applicable to any agency, instrumentality or subdivision of such government which does not participate in work on or under the Construction Contract. 111 CITY agrees that it will assist and cooperate actively with the administering agency and the Secretary of Labor in obtaining the compliance of the CONTRACTOR and subcontractors with the equal opportunity clause and the rules, regulations, and relevant orders of the Secretary of Labor. that it will furnish the administering agency and the Secretary of Labor such information as they may require for the supervision of such compliance, and that it will r• otherwise assist the administering agency in the discharge of the agency's primary responsibility for securing compliance. CITY further agrees that it will refrain from entering into any contract or contract modification subject to Executive Order 11246 of September 24. 1965. with a contractor debarred from, or who has not demonstrated eligibility for. Government contracts and federally assisted construction contracts pursuant to the Executive Order and will carry out such sanctions and penalties for violation of the equal opportunity clause as may be imposed upon contractors and subcontractors by the administering agency or the Secretary of Labor pursuant to Part II, Subpart D of the Executive Order. In addition, the CITY agrees that if it fails or refuses to comply with these undertakings, the administering agency may take any or all of the following actions: cancel. terminate. or suspend in whole or in part the grant (contract, loan, insurance, guarantee) for this project: refrain from extending any further assistance to the applicant under the program with respect to which the failure or refund occurred until satisfactory assurance of future compliance has been received from such applicant: and refer the case to the Department of Justice for appropriate legal proceedings. (d) Appendix II to Part 200 (D) — Davis-Bacon Act: Copeland ("Anti-Kickback") Act: The Contract Documents include these requirements. r (e) Appendix II to Part 200 (E)—Contract Work Hours and Safety Standards Act: (i) Overtime Requirements. No contractor or subcontractor contracting for any part of the 111 Contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. A (ii) Violation: liability for unpaid wages: liquidated damages. In the event of any violation of the 6.11 clause set forth in paragraph (i) of this Section the CONTRACTOR and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory. to such District or to such territory). for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic. including watchmen and guards, employed in violation of the clause set forth in paragraph (i) of this Section. in the r' sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (i) of 111 this Section. (iii) Withholding for unpaid wages and liquidated damages. CITY shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld. from any moneys payable on account of work performed by the CONTRACTOR or subcontractor under any such A-5 1 ■ ■ I contract or any other Federal contract with the CONTRACTOR. or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the CONTRACTOR. such sums as may be determined to be necessary to satisfy any liabilities of CONTRACTOR or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (ii) of this section. ■ (iv) Subcontracts. CONTRACTOR or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (ii) through (iv) of this Section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. CONTRACTOR shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (i)through (iv) of this Section. 111 (f) Appendix II to Part 200 (F) — Rights to Inventions Made Under a Contract or Agreement: This provision is not applicable to the Contract. . (g) Appendix II to Part 200(G)—Clean Air Act and Federal Water Pollution Control Act: CONTRACTOR shall comply with the following: (i) Pursuant to the Clean Air Act. (1) CONTRACTOR agrees to comply with all applicable standards. orders or regulations issued pursuant to the Clean Air Act. as amended. 42 U.S.C. § 7401 et seq.. (2) I CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will, in turn. report each violation as required to assure notification to the Federal awarding agency and the appropriate Environmental Protection Agency Regional Office, and (3) CONTRACTOR agrees to include these requirements in each subcontract exceeding $150.000. (ii) Pursuant to the Federal Water Pollution Control Act. (1) CONTRACTOR agrees to comply 111 with all applicable standards. orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended. 33 U.S.C. 1251 et seq.. (2) CONTRACTOR agrees to report each violation to the CITY and understands and agrees that the CITY will. in turn. report each violation as required to assure notification to the Federal awarding agency and the appropriate Environmental Protection Agency Regional Office. and (3) CONTRACTOR agrees to . include these requirements in each subcontract exceeding $150.000. . (h) Appendix II to Part 200 (H)—Debarment and Suspension: (i) This Contract is a covered transaction for purposes of 2 C.F.R. pt. 180 and 2 C.F.R. pt. 3000. As such CONTRACTOR is required to verify that none of the CONTRACTOR's principals (defined at 2 C.F.R. § 180.995) or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (ii) CONTRACTOR must comply with 2 C.F.R. pt. 180. subpart C and 2 C.F.R. pt. 3000. subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. 111 (iii) This certification is a material representation of fact relied upon by CITY. If it is later . determined that CONTRACTOR did not comply with 2 C.F.R. pt. 180. subpart C and 2 C.F.R. pt. 3000. subpart C. in addition to remedies available to the CITY. the Federal Government may pursue available remedies. including but not limited to suspension and/or debarment. . (iv) CONTRACTOR agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000. subpart C throughout the Contract. The CONTRACTOR further agrees to include a provision requiring such compliance in its subcontracts. 11 (v) CONTRACTOR warrants that it is not debarred, suspended, or otherwise excluded from or ineligible for participation in any federal programs. CONTRACTOR also agrees to verify that all subcontractors performing work under this Contract are not debarred. disqualified. or otherwise prohibited from participation in accordance with the requirements above. CONTRACTOR further agrees to notify the CITY in writing immediately if CONTRACTOR or its subcontractors are not in compliance during the term of this Contract. (i) Appendix II to Part 200 (I)—Byrd Anti-Lobbying Act: I (i) Contractors that apply or bid for an award exceeding $100.000 must file the required certification Fach tier certifies to the tier ahove that it will not and has not i ised Federal annrnnriated funds to nav any A-6 I I ■ ■ person or organization for influencing or attempting to influence an officer or employee of any agency, a member of 111 Congress. officer or employee of Congress. or an employee of a member of Congress in connection with obtaining any Federal contract. grant or any other award covered by 31 U.S.C. 1352. Each tier must also disclose any lobbying 11 with non-Federal funds that takes place in connection with obtaining any Federal award. Such disclosures are forwarded from tier to tier up to the recipient who in turn will forward the certification(s)to the awarding agency. 111 (ii) If CONTRACTOR has not submitted the required certification. CONTRACTOR must sign and . submit to the CITY the certification regarding lobbying attached hereto as Attachment"1"and incorporated herein by this reference. (i) Appendix II to Part 200 (J)—§200.323 Procurement of Recovered Materials: I (i) CONTRACTOR shall comply with section 6002 of the Solid Waste Disposal Act.as amended by the Resource Conservation and Recovery Act. The requirements of Section 6002 include procuring only items designated in guidelines of the Environmental Protection Agency(EPA)at 40 C.F.R. part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition, where the purchase price of the item exceeds$10,000 or the value of the quantity acquired during the preceding fiscal year exceeded $10,000: procuring solid waste management services in a manner that maximizes energy and resource 11 recovery: and establishing an affirmative procurement. 11 (ii) In the performance of this Contract. the CONTRACTOR shall make maximum use of products containing recovered materials that are EPA-designated items unless the product cannot be acquired: competitively within a timeframe providing for compliance with the contract performance schedule: meeting contract performance requirements: or at a reasonable price. 11 (iii) Information about this requirement, along with the list of EPA-designate items. is available at . EPA's Comprehensive Procurement Guidelines web site. https://www.epa.gov/smm/comprehensive-procurement- guideline-cpg-program. 11 (iv) CONTRACTOR also agrees to comply with all other applicable requirements of Section 6002 of the Solid Waste Disposal Act." (k) Appendix II to Part 200 (K) — §200.216 Prohibition on Certain Telecommunications and Video 111 Surveillance Services or Equipment: 111 (I) CONTRACTOR shall not contract (or extend or renew a contract) to procure or obtain equipment. services. or systems that uses covered telecommunications equipment or services as a substantial or 111 essential component of any system. or as critical technology as part of any system funded under this Contract. As described in Public Law 115-232. section 889. covered telecommunications equipment is telecommunications . equipment produced by Huawei Technologies Company or ZTE Corporation (or any subsidiary or affiliate of such entities). 11 (1) For the purpose of public safety. security of government facilities. physical security surveillance of critical infrastructure. and other national security purposes.video surveillance and telecommunications equipment produced by Hytera Communications Corporation. Hangzhou Hikvision Digital Technology Company, or Dahua Technology Company (or any subsidiary or affiliate of such entities). . (2) Telecommunications or video surveillance services provided by such entities or using such equipment. 11 (3) Telecommunications or video surveillance equipment or services produced or provided by an entity that the Secretary of Defense, in consultation with the Director of the National Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to be an entity owned or controlled by. or otherwise connected to. the government of a covered foreign country. r (ii) See Public Law 115-232, section 889 for additional information. 11 (I) Appendix II to Part 200 (L)—§200.322 Domestic Preferences for Procurement: A-7 I (i) CONTRACTOR shall, to the greatest extent practicable. purchase. acquire. or use goods. products, or materials produced in the United States (including but not limited to iron. aluminum, steel, cement. and other manufactured products). The requirements of this section must be included in all subcontracts. 11 (ii) For purposes of this section: • (1) "Produced in the United States" means. for iron and steel products. that all $ manufacturing processes. from the initial melting stage through the application of coatings, occurred in the United States. A (2) "Manufactured products" means items and construction materials composed in . whole or in part of nonferrous metals such as aluminum: plastics and polymer-based products such as polyvinyl chloride pipe: aggregates such as concrete: glass, including optical fiber: and lumber. 1 2. CONTRACTING WITH SMALL AND MINORITY FIRMS, WOMEN'S BUSINESS ENTERPRISE AND LABOR SURPLUS AREA FIRMS (2 C.F.R. 6 200.321) . (a) CONTRACTOR shall be subject to 2 C.F.R. § 200.321 and will take affirmative steps to assure that minority firms. women's business enterprises, and labor surplus area firms are used when possible and will not be discriminated against on the grounds of race. color, religious creed. sex. or national origin in consideration for an I award. a (b) Affirmative steps shall include: (i) Placing qualified small and minority businesses and women's business enterprises on solicitation lists: (ii) Assuring that small and minority businesses.and women's business enterprises are solicited . whenever they are potential sources: (iii) Dividing total requirements, when economically feasible, into smaller tasks or quantities to permit maximum participation by small and minority business, and women's business enterprises: ' (iv) Establishing delivery schedules, where the requirement permits. which encourage participation by small and minority business. and women's business enterprises: and 11 (v) Using the services/assistance of the Small Business Administration (SBA). and the Minority Business Development Agency (MBDA)of the Department of Commerce. I (c) CONTRACTOR shall submit evidence of compliance with the foregoing affirmative steps when requested by the CITY. • 3. COMPLIANCE WITH U.S. DEPARTMENT OF THE TREASURY CORONAVIRUS STATE AND LOCAL ', FISCAL RECOVERY FUND AWARD TERMS AND CONDITIONS (a) Maintenance of and Access to Records. CONTRACTOR shall maintain records and financial documents sufficient to evidence compliance with section 603(c) of ARPA. Treasury's regulations implementing that . section, and guidance issued by Treasury regarding the foregoing. CONTRACTOR agrees to provide the CITY. Treasury Office of Inspector General and the Government Accountability Office, or any of their authorized representatives access to any books. documents. papers. and records (electronic an otherwise) of the CONTRACTOR which are directly pertinent to this Construction Contract for the purposes of conducting audits or . other investigations. Records shall be maintained by CONTRACTOR for a period of five (5) years after completion of the project. 111 (b) Compliance with Federal Regulations. CONTRACTOR agrees to comply with the requirements of section 603 of ARPA. regulations adopted by Treasury pursuant to section 603(f) of ARPA. and guidance issued by 1111 Treasury regarding the foregoing. CONTRACTOR also agrees to comply with all other applicable federal statutes, regulations, and executive orders, including, without limitation, the following: A-8 I • I 1 (i) Universal Identifier and System for Award Management (SAM). 2 C.F.R. Part 25. pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 25 is hereby incorporated by reference. 111 (ii) Reporting Subaward and Executive Compensation Information, 2 C.F.R. Part 170, pursuant to which the award term set forth in Appendix A to 2 C.F.R. Part 170 is hereby incorporated by reference. (iii) OMB Guidelines to Agencies on Governmentwide Debarment and Suspension (Nonprocurement). 2 C.F.R. Part 180. including the requirement to include a term or condition in all lower tier covered transactions (contracts and subcontracts described in 2 C.F.R. Part 180, subpart B) that the award is subject to 2 11 C.F.R. Part 180 and Treasury's implementing regulation at 31 C.F.R. Part 19. (iv) Recipient Integrity and Performance Matters. pursuant to which the award term set forth in 2 C.F.R. Part 200. Appendix XII to Part 200 is hereby incorporated by reference. e (v) Governmentwide Requirements for Drug-Free Workplace. 31 C.F.R. Part 20. (vi) New Restrictions on Lobbying. 31 C.F.R. Part 21. (vii) Uniform Relocation Assistance and Real Property Acquisitions Act of 1970 (42 U.S.C. §§ 4601-4655)and implementina reaulations. (c) Compliance with Federal Statutes and Regulations Prohibiting Discrimination. CONTRACTOR agrees to comply with statutes and regulations prohibiting discrimination applicable to the CSLFRF program including. without limitation, the following: (i) Title VI of the Civil Rights Act of 1964 (42 U.S.C. &§ 2000d et seq.) and Treasury's implementina regulations at 31 C.F.R. Part 22. which prohibit discrimination on the basis of race. color. or national origin under programs or activities receiving federal financial assistance. (ii) The Fair Housing Act. Title VIII of the Civil Rights Act of 1968 (42 U.S.C. §§ 3601 et seq.). . which prohibits discrimination in housing on the basis of race. color. religion, national origin, sex, familial status. or disability. (iii) Section 504 of the Rehabilitation Act of 1973, as amended (29 U.S.C. §794), which prohibits discrimination on the basis of disability under any program or activity receiving federal financial assistance. (iv) The Age Discrimination Act of 1975. as amended(42 U.S.C. §&6101 et seq.). and Treasury's implementing regulations at 31 C.F.R. Part 23, which prohibit discrimination on the basis of age in programs or activities receiving federal financial assistance. • (v) Title II of the Americans with Disabilities Act of 1990. as amended (42 U.S.C. §§ 12101 et seq.), which prohibits discrimination on the basis of disability under programs, activities, and services provided or made available by state and local governments or instrumentalities or agencies thereto. 11 (d) False Statements. CONTRACTOR understands that making false statements or claims in connection with the CSLFRF program is a violation of federal law and may result in criminal, civil. or administrative sanctions, including fines. imprisonment. civil damages and penalties. debarment from participating in federal awards or ' contracts, and/or any other remedy available by law. . (e) Hatch Act. If CONTRACTOR is a public agency. CONTRACTOR agrees to comply. as applicable. with the requirements of the Hatch Act (5 U.S.C. section 1501-1508 and 7324-7328), which limit certain political activities of State or local government employees whose principal employment is in connection with an activity financed in whole or in part by this federal assistance. 11 (f) Protections for Whistleblowers. 111 (i) In accordance with 41 U.S.C. § 4712. CONTRACTOR may not discharge. demote. or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, act A-9 p P I or grant. a gross waste of federal funds, an abuse of authority relating to a federal contract or grant. a substantial and specific danger to public health or safety, or a violation of law, rule.or regulation related to a federal contract(including the competition for or negotiation of a contract) or grant. (ii) The list of persons and entities referenced in the paragraph above includes the following: (1) A member of Congress or a representative of a committee of Congress: 11 (2) An Inspector General: (3) The Government Accountability Office: 111 (4) A Treasury employee responsible for contract or grant oversight or management: R (5) An authorized official of the Department of Justice or other law enforcement agency: (6) A court or grand jury: or 1 (7) A management official or other employee of CONTRACTOR. or a subcontractor who has the responsibility to investigate, discover, or address misconduct. (a) Increasing Seat Belt Use in the United States. Pursuant to Executive Order 13043, 62 FR 19217 111 (Apr. 18, 1997). CONTRACTOR is encouraged to adopt and enforce on-the-job seat belt policies and programs for their employees when operating company-owned. rented or personally owned vehicles, and encourage its subcontractors to do the same (h) Reducing Text Messaging While Driving. Pursuant to Executive Order 13513. 74 FR 51225 (Oct. 6. 2009). CONTRACTOR should encourage its employees and subcontractors to adopt and enforce policies that ban 111 text messaging while driving, and CONTRACTOR should establish workplace safety policies to decrease accidents caused by distracted drivers. 11 (i) Assurances of Compliance with Civil Rights Requirements. The Civil Rights Restoration Act of 1987 provides that the provisions of this assurance apply to the Contract, including. but not limited to. the following: . (j) CONTRACTOR ensures its current and future compliance with Title VI of the Civil Rights Act of 1964. as amended. which prohibits exclusion from participation. denial of the benefits of. or subjection to discrimination under programs and activities receiving federal funds. of any person in the United States on the around of race. color, or national origin (42 U.S.C. §2000d et seq.). as implemented by the Department of the Treasury Title VI regulations at 31 CFR Part 22 and other pertinent executive orders such as Executive Order 13166: directives: circulars: policies: memoranda and/or guidance documents. $ (ii) CONTRACTOR acknowledges that Executive Order 13166. '`Improving Access to Services for Persons with Limited English Proficiency (LEP)." seeks to improve access to federally assisted programs and activities for individuals who, because of national origin. are limited in their English proficiency. CONTRACTOR understands that the denial of access to persons to its programs. services and activities because of their limited ' proficiency in English is a form of national origin discrimination prohibited under Title VI of the Civil Rights Act of 1964. Accordingly. CONTRACTOR shall initiate reasonable steps. or comply with Treasury's directives, to ensure meaningful access to its programs. services and activities to LEP persons. CONTRACTOR understands and agrees that meaningful access may entail providing language assistance services. including oral interpretation and written ' translation where necessary to ensure effective communication in the Project. (iii) CONTRACTOR agrees to consider the need for language services for LEP persons during development of applicable budgets and when conducting programs, services and activities. As a resource. the Department of the Treasury has published its LEP guidance at 70 FR 6067. For more information on LEP, please visit http://www.lep.gov. (iv) CONTRACTOR acknowledges and agrees that compliance with this assurance constitutes a condition of continued receipt of federal financial assistance and is binding upon CONTRACTOR and CONTRACTQR's successors. tr?nsferees and assignees for the period in which such assistance is provided. A- t (v) CONTRACTOR agrees to incorporate the following language in every contract or agreement subject to Title VI and its regulations between the CONTRACTOR and the CONTRACTOR's subcontractors, successors. transferees and assignees: The subcontractor. successor. transferee and assignee shall comply with Title VI of the Civil Rights Act of 1964. which prohibits recipients of federal financial assistance from excluding from a program or activity.. denying benefits of. or otherwise discriminating against a person on the basis of race. color or national origin (42 U.S.C. § 2000d et seg.). as implemented by Department of the Treasury Title VI regulations. 31 CFR Part 22, which are herein incorporated by reference and made a part of this contract(or agreement). Title VI also extends protection to . persons with "Limited English proficiency"in any program or activity receiving federal financial assistance. 42 U.S.C. S 2000d et seq... as implemented by Department of the Treasury Title VI regulations. 31 CFR Part 22. which are herein incorporated by reference and made a part of this contract(or agreement). (vi) CONTRACTOR understands and agrees that if any real property or structure is provided or improved with the aid of federal financial assistance by the Department of the Treasury, this assurance obligates the . CONTRACTOR. or in the case of a subsequent transfer. the transferee, for the period during which the real property or structure is used for a purpose for which the federal financial assistance is extended or for another purpose involving the provision of similar services or benefits. If any personal property is provided. this assurance obligates the CONTRACTOR for the period during which it retains ownership or possession of the property. (vii) CONTRACTOR shall cooperate in any enforcement or compliance review activities by the Department of the Treasury of the aforementioned obligations. Enforcement may include investigation, arbitration, mediation, litigation,and monitoring of any settlement agreements that may result from these actions. CONTRACTOR shall comply with information requests, on-site compliance reviews. and reporting requirements. 11 (viii) CONTRACTOR shall maintain a complaint log and inform the Department of the Treasury of any accusations of discrimination on the grounds of race. color, or national origin, and limited English proficiency covered by Title VI of the Civil Rights Act of 1964 and implementing regulations and provide. upon request. a list of ' all such reviews or proceedings based on the complaint. pending or completed. including outcome. CONTRACTOR must also inform the Department of the Treasury if CONTRACTOR has received no complaints under Title VI. (ix) CONTRACTOR must provide documentation of an administrative agency's or court's findings R of non-compliance of Title VI and efforts to address the non-compliance, including any voluntary compliance or other agreements between the CONTRACTOR and the administrative agency that made the finding. If the CONTRACTOR settles a case or matter alleging such discrimination. CONTRACTOR must provide documentation of the settlement. If CONTRACTOR has not been the subject of any court or administrative agency finding of discrimination. please so state. 111 (x) If CONTRACTOR makes sub-awards to other agencies or other entities. CONTRACTOR is ■ responsible for assuring that sub-recipients also comply with Title VI and all of the applicable authorities covered in this assurance. I 1 a I w I 111 A- ■ ■ ■ ATTACHMENT"1" NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS ■ TITLE 49. CODE OF FEDERAL REGULATIONS. PART 29 F CONTRACTOR certifies, by signing and submitting this form, to the best of his or her knowledge and belief, that: ■ (I) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of any Federal agency. a Member of Congress, an officer or employee of Congress. or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into ■ of any cooperative agreement. and the extension,continuation, renewal, amendment, or modification of any Federal contract, grant. loan, or cooperative agreement. ■ (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency. a Member of Congress. an officer or employee of Congress. or an employee of a Member of Congress in connection with this Federal contract, grant. ■ loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL. "Disclosure of Lobbying Activities." in conformance with its instructions. ■ This certification is a material representation of fact upon which reliance was placed when this transaction was made ■ or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil ■ penalty of not less than $10,000 and not more than $100.000 for each such failure. ■ CONTRACTOR also agrees that he or she shall require that the language of this certification be included in all lower tier subcontracts, which exceed $100.000 and that all such subrecipients shall certify and disclose accordingly. ■ ■ 11 ■ Signature: [j�U;{f" 7 ?" - z. ■ Printed Name: Edwin B. Jones Sr. !! CEO Title: ■ EJES INCORPORATED ■ Firm Name: ■ ■ ■ ■ ■ ■ ■ ■ 11 ■ 111 ATTACHMENT "1" NONLOBBYING CERTIFICATION FOR FEDERAL-AID CONTRACTS TITLE 49. CODE OF FEDERAL REGULATIONS, PART 29 CONTRACTOR certifies. by signing and submitting this form, to the best of his or her knowledge and belief, that: (I) No Federal appropriated funds have been paid or will be paid. by or on behalf of the undersigned. to any person for influencing or attempting to influence an officer or employee of any Federal agency, a Member of a Congress, an officer or employee of Congress. or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant. the making of any Federal loan, the entering into 444 of any cooperative agreement. and the extension,continuation, renewal, amendment. or modification of any Federal contract, grant. loan, or cooperative agreement. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any Federal agency. a Member of Congress. an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract. grant, 44 loan, or cooperative agreement. the undersigned shall complete and submit Standard Form-LLL. "Disclosure of Lobbying Activities," in conformance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10.000 and not more than $100.000 for each such failure. CONTRACTOR also agrees that he or she shall require that the language of this certification be included in all lower tier subcontracts. which exceed $100.000 and that all such subrecipients shall certify and disclose accordingly. -4 Signature:__1404 /13..„?. Printed Name: Edwin B. Jones Sr. Title: CEO Firm Name: EJES INCORPORATED 31 X 3 31 I I I V A. 1. NO FEDERAL GOVERNMENT OBLIGATION TO THIRD PARTIES 1. The Purchaser and Contractor acknowledge and agree that, notwithstanding any concurrence by the Federal Government in or approval of the solicitation or award of the underlying contract, absent the express written consent by the Federal Government, the Federal Government is not a party to this contract and shall not be subject to any obligations or liabilities to the Purchaser, Contractor, or any other party (whether or not a party to that contract)pertaining to any matter resulting from the underlying contract. 2. The Contractor agrees to include the above clause in each subcontract financed in whole or in part with Federal assistance provided by TXDOT. It is further agreed that the clause shall not be modified,except to identify the subcontractor who will be subject to its provisions. 2. PROGRAM FRAUD AND FALSE OR FRA UD ULENT STATEMENTS AND RELATED ACTS 3. The Contractor acknowledges that the provisions of the Program Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § § 3801 et seq. and U.S. DOT regulations, "Program Fraud Civil Remedies,"49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon execution of the underlying contract,the Contractor certifies or affirms the truthfulness and accuracy of any statement it has made, it makes, it may make, or causes to be made, pertaining to the underlying contract or the TXDOT assisted project for which this contract work is being performed. In addition to other penalties that may be applicable, the Contractor further acknowledges that if it makes, or causes to be made,a false, fictitious,or fraudulent claim, statement, submission,or certification, the Federal Government reserves the right to impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the Contractor to the extent the Federal Government deems appropriate. 4. The Contractor also acknowledges that if it makes,or causes to be made,a false, fictitious,or fraudulent claim, statement, submission,or certification to the Federal Government under a contract connected with a project that is financed in whole or in part with Federal assistance originally awarded by TXDOT under the authority of 49 U.S.C. § 5307, the Government reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1)on the Contractor,to the extent the Federal Government deems appropriate. 5. The Contractor agrees to include the above two clauses in each subcontract financed in whole or in part with Federal assistance provided by TXDOT. It is further agreed that the clauses shall not be modified,except to identify the subcontractor who will be subject to the provisions. 3. ACCESS TO RECORDS The following access to records requirements applies to this Contract: • Where the Purchaser is not a State but a local government and is the TXDOT Recipient or a subgrantee of the TXDOT Recipient in accordance with 49 C. F. R. 18.36(i),the Contractor agrees to provide the Purchaser,the TXDOT Administrator,the Comptroller General of the United States or any of their authorized representatives access to any books, documents,papers and records of the Contractor which are directly pertinent to this contract for the purposes of making audits,examinations,excerpts and transcriptions. Contractor also agrees,pursuant to 49 C. F. R. 633.17 to provide the TXDOT Administrator or his authorized representatives including any PMO Contractor access to Contractor's records and construction sites pertaining to a major capital project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs described at 49 U.S.C. 5307,5309 or 5311. 4. FEDERAL CHANGES Federal Changes-Contractor shall at all times comply with all applicable TXDOT regulations, policies, procedures and directives, including without limitation those listed directly or by reference in the Master Agreement between Purchaser and TXDOT, as they may be amended or promulgated from time to time during the term of this contract. Contractor's failure to so comply shall constitute a material breach of this contract. S. CIVIL RIGHTS 1. Nondiscrimination- In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §2000d,section 303 of the Age Discrimination Act of 1975,as amended,42 U.S.C.§6102,section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law at 49 U.S.C. § 5332, the Contractor agrees that it will not discriminate against any employee or applicant for employment because of race, color, creed, national origin, sex, age, or disability. In addition, the Contractor agrees to comply with applicable Federal implementing regulations and other implementing requirements TXDOT may issue. 2. Equal Employment Opportunity - The following equal employment opportunity requirements apply to the underlying contract: 3. Race,Color,Creed,National Origin, Sex-In accordance with Title VII of the Civil Rights Act,as amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332,the Contractor agrees to comply with all applicable equal employment opportunity requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes, executive orders, regulations, and Federal policies that may in the future affect construction activities undertaken in the course of the Project.The Contractor agrees to take affirmative action to ensure that applicants are employed,and that employees are treated during employment,without regard to their race,color,creed, national origin, sex, or age. Such action shall include, but not be limited to,the following:employment,upgrading,demotion or transfer,recruitment or recruitment advertising, layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. In addition, the Contractor agrees to comply with any implementing requirements TXDOT may issue. 4. Age - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as amended,29 U.S.C. § § 623 and Federal transit law at 49 U.S.C. § 5332,the Contractor agrees to refrain from discrimination against present and prospective employees for reason of age. In addition,the Contractor agrees to comply with any implementing requirements TXDOT may issue. 5. Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as amended, 42 U.S.C. § 12112, the Contractor agrees that it will comply with the requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement the Equal Employment Provisions of the Americans with Disabilities Act,"29 C.F.R.Part 1630,pertaining to employment of persons with disabilities. In addition, the Contractor agrees to comply with any implementing requirements TXDOT may issue. 6. The Contractor also agrees to include these requirements in each subcontract financed in whole or in part with Federal assistance provided by TXDOT, modified only if necessary to identify the affected parties 6. DISADVANTAGED BUSINESS ENTERPRISE (DBE) 7. It is the policy of the Authority and the Department of Transportation that Disadvantaged Business Enterprises(DBEs)as defined in 49 C.F.R. Part 26 shall have the maximum opportunity to participate in the performance of con-tracts financed in whole or in part with Federal funds under this contract. Consequently,the DBE requirements of 49 C.F.R Part 26 applies to this contract. 8. The Contractor shall not discriminate on the basis of race,color,national origin, or sex in the performance of this contract. The requirements of 49 C.F.R. Part 26, and the Authority's DOT approved Disadvantaged Business Enterprise(DBE)program is incorporated in this contract by reference. Failure by the Contractor to carry out these requirements is a material breach of the contract,which may result in the termination of this contract or such other remedy, as the Authority deems appropriate. 7. TERMINATION TERMINATION FOR CAUSE: If,through any cause,the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above,the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days' notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor,the previous paragraph hereof relative to termination shall apply. 8. DEBARMENT&SUSPENSION This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at 49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and29.945. The contractor is required to comply with 49 CFR 29, Subpart C and must include the requirement to comply with 49 CFR 29, Subpart C in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal,the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by {insert agency name}. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to {insert agency name}, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, Subpart C while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. 9. BUY AMERICA REOUIREMENTS The contractor agrees to comply with 49 U.S.C. 5323G) and 49 C.F.R. Part 661, which provide that Federal funds may not be obligated unless steel, iron, and manufactured products used in CITY-funded projects are produced in the United States,unless a waiver has been granted by CITY or the product is subject to a general waiver. General waivers are listed in 49 C.F.R. 661.7, and include final assembly in the United States for 15 passenger vans and 15 passenger wagons produced by Chrysler Corporation, and microcomputer equipment and software. Separate requirements for rolling stock are set out at 49 U.S.C. 53230)(2)(C)and 49 C.F.R. 661.11. Rolling stock must be assembled in the United States and have a 60 percent domestic content. 10. RESOLUTION OFDISPIJTES.BREACHES ANDOTHERLITIGATION All contracts in excess of$100,000 shall contain provisions or conditions which will allow for administrative, contractual, or legal remedies in instances where contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. This may include provisions for bonding, penalties for late or inadequate performance, retained earnings, liquidated damages or other appropriate measures. Specific language for dispute resolution will be provided in any resultant contract of the successful proposer. 11. RESTRICTIONS ON LOBBYING (a) The Contractor shall timely comply with the requirements of the lobbying restrictions set forth in Section 319 of Public Law I01-121, as implemented by the Department of Transportation in 49 C.F.R.Part 20,and as those authorities may be hereafter amended. (b) If a Standard Form LLL, "Disclosure Form to Report Lobbying," is required to be completed by the Contractor or subcontractor at any tier,such disclosure form shall be furnished to the Authority. 12. CLEAN AIR a) The Contractor agrees to comply with all applicable standards,orders or regulations issued pursuant to the Clean Air Act,as amended,42 U.S.C. §§7401 et seq.The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn,report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. b) The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 13. CLEAN WATER ACT (1)The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. The Contractor agrees to report each violation to the Purchaser and understands and agrees that the Purchaser will, in turn, report each violation as required to assure notification to CITY and the appropriate EPA Regional Office. (2)The Contractor also agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance provided by CITY. 14. CARGO PREFERENCE REOUIREMENT.T Use of United States-Flag Vessels-The contractor agrees: a. to use privately owned United States- Flag commercial vessels to ship at least 50 percent of the gross tonnage (computed separately for dry bulk carriers, dry cargo liners, and tankers) involved, whenever shipping any equipment, material,or commodities pursuant to the underlying contract to the extent such vessels are available at fair and reasonable rates for United States-Flag commercial vessels; b. to furnish within 20 working days following the date of loading for shipments originating within the United States or within 30 working days following the date of leading for shipments originating outside the United States, a legible copy of a rated, "on-board" commercial ocean bill-of-lading in English for each shipment of cargo described in the preceding paragraph to the Division of National Cargo,Office of Market Development, Maritime Administration, Washington, DC 20590 and to the CITY recipient(through the contractor in the case of a subcontractor's bill- of lading.) c. to include these requirements in all subcontracts issued pursuant to this contract when the subcontract may involve the transport of equipment, material, or commodities by ocean vessel 15. FLY AMERICA REOUIREMENTS Fly America Requirements - The Contractor agrees to comply with 49 U.S.C. 40118 (the "Fly America" Act) in accordance with the General Services Administration's regulations at 41 CFR Part 301-10,which provide that recipients and subrecipients of Federal funds and their contractors are required to use U.S. Flag air carriers for U.S Government-financed international air travel and transportation of their personal effects or property, to the extent such service is available, unless travel by foreign air carrier is a matter of necessity, as defined by the Fly America Act. The Contractor shall submit, if a foreign air carrier was used, an appropriate certification or memorandum adequately explaining why service by a U.S. flag air carrier was not available or why it was necessary to use a foreign air carrier and shall, in any event, provide a certificate of compliance with the Fly America requirements.The Contractor agrees to include the requirements of this section in all subcontracts that may involve international air transportation. 16. DAVIS BACON Attention is particularly called to the requirement of not paying less than the prevailing Davis Bacon Related Acts (DBRA) wage rates specified in the Contract Documents. These rates are minimums to be paid during the life of the contract. It is therefore the responsibility of the Bidder to inform themselves as to local labor conditions. Attention is called to the requirement that employees and applicants for employment are not discriminated against because of race, color, religion, sex, age or national origin. Background and Application The Davis-Bacon and Copeland Acts are codified at 40 USC 3141,et seq. and 18 USC 874.The Acts apply to grantee construction contracts and subcontracts that"at least partly are fmanced by a loan or grant from the Federal Government." 40 USC 3145(a), 29 CFR 5.2(h), 49 CFR 18.36(i)(5). The Acts apply to any construction contract over $2,000. 40 USC 3142(a), 29 CFR 5.S(a). 'Construction,' for purposes of the Acts, includes "actual construction, alteration and/or repair, including painting and decorating." 29 CFR 5.5(a). The requirements of both Acts are incorporated into a single clause(see 29 CFR 3.1!) enumerated at 29 CFR 5.S(a)and reproduced below. The clause language is drawn directly from 29 CFR 5.S(a) and any deviation from the model clause below should be coordinated with counsel to ensure the Acts'requirements are satisfied. (1) Minimum wages - (i) All laborers and mechanics employed or working upon the site of the work (or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), will be paid unconditionally and not less often than once a week,and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by regulations issued by the Secretary of Labor under the Copeland Act (29 CFR part 3)), the full amount of wages and bona fide fringe benefits(or cash equivalents thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (!)(iv)of this section; also, regular contributions made or costs incurred for more than a weekly period(but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill,except as provided in 29 CFR Part 5.5(a)(4).Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed.The wage determination(including any additional classifications and wage rates conformed under paragraph(1)(ii)of this section)and the Davis-Bacon poster(WH-1321)shall always be posted by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (I) Except with respect to helpers as defined as 29 CFR 5.2(n)(4),the work to be performed by the classification requested is not performed by a classification in the wage determination;and (2) The classification is utilized in the area bythe construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination;and (4)With respect to helpers as defined in 29 CFR 5.2(n)(4), such a classification prevails in the area in which the work is performed. (B)If the contractor and the laborers and mechanics to be employed in the classification(if known), or their representatives, and the contracting officer agree on the classification and wage rate(including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division,Employment Standards Administration, U.S. Department of Labor, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor,the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits, where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer,to the Administrator for determination.The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D)The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs (a)(l)(ii) (B) or(C)of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii)Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv)If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found,upon the written request of the contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account asset for the meeting of obligations under the plan or program. (v)(A)The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination.The contracting officer shall approve an additional classification and wage rate and fringe benefits therefor only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination;and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B)If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, Washington, DC 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate(including the amount designated for fringe benefits, where appropriate),the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination with 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to paragraphs(a)(1)(v)(B)or(C)of this section, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (2) Withholding-City Utilities shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to Davis- Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of the work(or under the United States Housing Act of 1937 or under the Housing Act of 1949 in the construction or development of the project), all or part of the wages required by the contract, City Utilities may, after written notice.to the contractor, sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. (3) Payrolls and basic records - (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work (or under the United States Housing Act of 1937, or under the Housing Act of 1949, in the construction or development of the project). Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in section l(b)(2)(B)of the Davis- Bacon Act),daily and weekly number of hours worked,deductions made and actual wages paid.Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis- Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable,that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual cost incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to City Utilities for transmission to the Federal Transit Administration as requested.The payrolls submitted shall set out accurately and completely all of the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CFR part 5. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, DC 20402. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. (B) Each payroll submitted shall be accompanied by a"Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under section 5.5(a)(3)(i) of Regulations, 29 CPR part 5 and that such information is correct and complete; (2) That each laborer or mechanic (including each helper, apprentice, and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned,without rebate,either directly or indirectly,and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations,29 CPR part3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph(a)(3)(ii)(B)of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (a)(3)(i) of this section available for inspection, copying, or transcription by authorized representatives of the Federal Transit Administration or the Department of Labor,and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may,after written notice to the contractor,sponsor,applicant,or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CPR 5.12. (5)Apprentices and trainees-(i)Apprentices -Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program,who is not individually registered in the program,but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program.Any worker listed on a payroll at an apprentice wage rate,who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator of the Wage and Hour Division of the U.S. Department of Labor determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training,or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii)Trainees-Except as provided in 29 CFR 5.16,trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor,Employment and Training Administration.The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress,expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program.If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal employment opportunity -The utilization of apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR part 30. (5) Compliance with Copeland Act requirements - The contractor shall comply with the requirements of 29 CFR part 3, which are incorporated by reference in this contract. (6) Subcontracts - The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR 5.5(a)(1) through (10) and such other clauses as the Federal Transit Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR 5.5. (7)Contract termination: debarment -A breach of the contract clauses in 29 CFR 5.5 may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. (8) Compliance with Davis-Bacon and Related Act requirements - All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR parts 1, 3, and 5 are herein incorporated by reference in this contract. (9) Disputes concerning labor standards - Disputes arising out of the labor standards provisions of this contract shall not be subject to the general dispute's clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. (10) Certification of eligibility - (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). 7. No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). 8. The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001 17. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT OVERTIME COMPEN SA'l'ION i. Overtime requirements - No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation;liability for unpaid wages;liquidated damages-In the event of any violation of the clause set forth in paragraph(I)of this section the contractor and any subcontractor responsible therefore shall he liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States for liquidated damages. Such liquidated damages shall he computed with respect to each individual laborer or mechanic,including watchmen and guards, employed in violation of the clause set forth in paragraph(1)of this section,in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1)of this section. 3. Withholding for unpaid wages and liquidated damages-The(write in the name of the grantee) shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to he withheld, from any moneys payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor, such sums as may he determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph(2)of this section. 4. Subcontracts-The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs(1)through(4)of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall he responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs(1)through(4)of this section. 18.BONDING BID SECURITY: Bids shall he accompanied by a hid guarantee of not less than five percent (5%) of the amount of the total hid which shall he a Certified Check or Cashier's check payable without recourse to the City of Port Arthur, or a hid bond with corporate surety authorized to conduct business in Texas. Said security shall be submitted with the understanding that it shall guarantee that the Bidder will not withdraw his bid within thirty (30) days after the date of the opening of the bids; that if a bid is accepted, the bidder will enter into a formal Contract with the OWNER, furnish bonds and insurance as may be required and commence work at the specified time, and that in the event of the withdrawal of said bid within said period, or the failure to enter into said Contract, furnish said bonds and insurance and commence work within the time specified, the Bidder shall be liable to the OWNER for the difference between the amount specified in the bid in the amount for which the OWNER may otherwise procure the required work. Checks of all except the three lowest responsible Bidders will be returned when award is made; when the Contract is executed, the checks of the two remaining unsuccessful bidders will be returned; that of the successful Bidder be returned when formal Contract, bonds and insurance are approved, and work has commenced within the time specified. PERFORMANCE AND PAYMENT BOND REQUIREMENTS;Par Government Code Chapter 2253. Bonds. If the contract exceeds fifty thousand dollars ($50,000) a payment bond is required. If the contract exceeds one hundred thousand dollars ($100,000) a performance bond is required. Performance and Payment Bonds shall be furnished on prescribed forms in the amount of one hundred percent(100%) of the contract price with corporate surety duly authorized to do business in the State of Texas. Attorneys-in-fact who sign Bonds must file with each bond a certified and effective date copy of their Power of Attorney. 19.SEISMIC SAFETY The contractor agrees that any new building or addition to an existing building will be designed and constructed in accordance with the standards for Seismic Safety required in Department of Transportation Seismic Safety Regulations 49 CFR Part 41 and will certify to compliance to the extent required by the regulation. The contractor also agrees to ensure that all work performed under this contract including work performed,by a subcontractor is in compliance with the standards required by the Seismic Safety Regulations and the certification of compliance issued on the project. 20.PRIVACY ACT Applicability to Contracts When a grantee maintains files on drug and alcohol enforcement activities for CITY,and those files are organized so that information could be retrieved by personal identifier, the Privacy Act requirements apply to all contracts. The Federal Privacy Act requirements flow down to each third-party contractor and their contracts at every tier. Contracts Involving Federal Privacy Act Requirements The following requirements apply to the Contractor and its employees that administer any system of records on behalf of the Federal Government under any contract: (a)The Contractor agrees to comply with, and assures the compliance of its employees with, the information restriction and other applicable requirements of the Privacy Act of 1974, 5 U.S.C. § 552a. Among other things, the Contractor agrees to obtain the express consent of the Federal Government before the Contractor or its employees operate a system of records on behalf of the Federal Government. The Contractor understands that the requirements of the Privacy Act, including the civil and criminal penalties for violation of that Act, apply to those individuals involved and that failure to comnly with the terms of the Privanv Act may result in termination of the underlying contract. (b) The Contractor also agrees to include these requirements in each subcontract to administer any system of records on behalf of the Federal Government fmanced in whole or in part with Federal assistance provided by CITY. 21.PRE-AWARD AND POST DELIVERY AUDITS REOUIREMENTS • Clause and language therein are merely suggested. 49 C.F.R. Part 663 does not contain specific language to be included in third party contracts but does contain requirements applicable to subrecipients and third-party contractors. • Buy America certification is mandated under CITY regulation, "Pre- Award and Post-Delivery Audits of Rolling Stock Purchases," 49 C.F.R. 663.13. • Specific language for the Buy America certification is mandated by CITY regulation, "Buy America Requirements--Surface Transportation Assistance Act of I982, as amended," 49 C.F.R. 661.12, but has been modified to include CITY's Buy America requirements codified at 49 U.S.C. A53230). Pre-Award and Post-Delivery Audit Requirements-The Contractor agrees to comply with 49 U.S.C.§5323(1)and CITY's implementing regulation at 49 C.F.R. Part 663 and to submit the following certifications: I. Buy America Requirements: The Contractor shall complete and submit a declaration certifying either compliance or noncompliance with Buy America. If the Bidder/Offeror certifies compliance with Buy America, it shall submit documentation which lists I) component and subcomponent parts of the rolling stock to be purchased identified by manufacturer of the parts,their country of origin and costs;and 2)the location of the final assembly point for the rolling stock, including a description of the activities that will take place at the final assembly point and the cost of final assembly. 2. Solicitation Specification Requirements: The Contractor shall submit evidence that it will be capable of meeting the bid specifications. 3. Federal Motor Vehicle Safety Standards (FMVSS): The Contractor shall submit I) manufacturer's FMVSS self-certification sticker information that the vehicle complies with relevant FMVSS or 2) manufacturer's certified statement that the contracted buses will not be subject to FMVSS regulations. BUY AMERICA CERTIFICATE OF COMPLIANCE WITH CITY REQUIREMENTS FOR BUSES, OTHER ROLLING STOCK, OR ASSOCIATED 11T TTD1t P TT 22. ENERGY POLICY AND CONSERVATION ACT The Contractor shall recognize mandatory standards and policies relating to energy efficiency contained in the State Energy Conservation Plan issued in compliance with the Energy Policy and Conservation Act(42 U.S.C. Section 6321 et seq.). 23. BID PROTESTS. (I) Notice of Protest. A vendor wishing to protest any aspect of the procurement process must do so in writing and submit to the Purchasing Manager. The written protest should include, at a minimum: • Both the name and address of the protestor, as well as the vendor they represent, if different. • The name of the bid being protested. • A statement of the grounds for protest and any supporting documentation. A protest may be submitted to the Purchasing Manager no later than five (5) working days after award. (2) Staff Review. A protest must be in writing and supported by sufficient information in order to be considered. A decision and response to the protest will be prepared by the Purchasing Manager or his designee, in consultation with the department and the City Attorney, within fifteen(15) days of receipt of the protest. Within the fifteen (15) day time period, the City will: •Allow for informal conference on the merits of the protest with all interested parties. • Allow for reconsideration if data becomes available that was not previously known,or if there has been an error of law or regulation. • Render a decision supporting or canceling the award,such decision shall be in the form of a staff recommendation. (3) Appeals. If the protesting vendor does not agree with staff recommendation, they may appeal to the City Council by contacting the City Secretary. Staff recommendations will be made available for public review prior to consideration by theCity Council. 24. RECYCLED PRODUCTS. The contractor agrees to comply with all the requirements of Section 6002 of the Resource Conservation and Recovery Act(RCRA), as amended (42 U.S.C. 6962), including but not limited to the 40 CFR Part 247, and Executive Order 12873, as they apply to the procurement of the items designated in Subpart B of 40 CFR247. GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated,Local Government Code Title 5, Subtitle C, Chapter 171. CONFLICT OF INTEREST: Provide a completed copy of the Conflict of Interest Questionnaire (Form CIQ). The Texas legislature recently enacted House Bill 914 which added Chapter 176 to the Texas Local Government Code. Chapter 176 mandates the public disclosure of certain information concerning persons doing business or seeking to do business with the City of Port Arthur, including affiliations and business and financial relationships such persons may have with City of Port Arthur officers. The form can be can be located at the Texas Ethics Commission website: https://www.ethics.state.tx.us/filinginfo/conflict forms.htm By doing business or seeking to do business with the City of Port Arthur including submitting a response to this RFP, you acknowledge that you have been notified of the requirements of Chapter 176 of the Texas Local Government Code and you are representing that you in compliance with them. Any information provided by the City of Port Arthur is for information purposes only. If you have concerns about whether Chapter 176 of the Texas Local Government Code applies to you or the manner in which you must comply,you should consult an attorney. The following are the current City Council and City Employees who are anticipated to either recommend or ETHICS: Public employees must discharge their duties impartially so as to assure fair, competitive access to governmental procurement by responsible contractors. Moreover, they should conduct themselves in such a manner as to foster public confidence in the integrity of the City of Port Arthur's procurement organization. Any employee that makes purchases for the City is an agent of the City and is required to follow the City's Code of Ethics. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively,beginning with 1. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics,the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Accounts Payable, P.O. Box 1089,Port Arthur, Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest,direct or indirect, in this Contract; and,the Contractor shall take appropriate steps to assure compliance. DELINOUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. OUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 ' INCORPORATION OF PROVISIONS REOUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FQR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by P virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty (30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents,and employees must be named as an additional insured): a. Bodily injury $1,000,000 single limit per occurrence or$1,000,000 each person/$1,000,000 per occurrence; and, b. Property Damage$1,000,000 per occurrence regardless of contract amount; and, c. Professional Liability: $1,000,000. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above listed items,and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten (10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period,the time may be extended by mutual agreement between OWNER and CONTRACTOR. DISCLOSURE OF INTERESTED PARTIES FORM 1295: A person or business, who enters into a contract with the City,meeting the conditions according to Texas Local Government Code Sec.2252.908, is required to file Form 1295 with Texas Ethics Commission. This form is not required unless there is a contract between the vendor and the City of Port Arthur. Do not submit this form unless you receive an award letter from the City. PUBLIC INSPECTION OF PROPOSALS: The City strictly adheres to the Texas Public Information Act (Texas Government Code Chapter 552.001, et seq.) and all other governing statutes, regulations, and laws regarding the disclosure of RFP information. Proposal Documents are not available for public inspection until after the contract award. If the Proposer has notified the City, in writing, that the Proposal Document contains trade secrets or confidential information,the City will generally take reasonable steps to prevent disclosure of such information, in accordance with the Public Information Act. This is a statement of general policy only, and in no event shall the City be liable for disclosure of such information by the City in response to a request, regardless of the City's failure to take any such reasonable steps,even if the City is negligent in failing to do so. PROPOSAL EVALUATION AND CONTRACT AWARD: Proposal Evaluation and Contract Award Process: An award of a contract to provide the goods or services specified herein will be made using competitive sealed proposals, in accordance with Chapter 252 of the Texas Local Government Code and with the City's purchasing policy. The City will evaluate all proposals to determine which offerors are reasonably qualified for the award of the contract, applying the anticipated evaluation factors and emphasis to be placed on each factor as identified in the Scope of Services. A variety of factors may be used in the evaluation of the submitted proposals for this project. The City may, at its option, conduct discussions with or accept proposal revisions from any reasonably qualified proposer. Discussions may not be initiated by offerors. These discussions will be limited to issues and topics brought forth by the City. Any attempt by proposer or vendor at deviating from the issues and topics to discuss other issues and topics concerning the Proposal brought forth by the City of Port Arthur shall be grounds for disqualification. Vendors shall not contact any City of Port Arthur personnel during the proposal process without the express permission from the City's Purchasing Manager. AMBIGUITY: Any ambiguity in the Proposal Document as a result of omission, error, lack of clarity or non-compliance by the Proposer with specifications, instructions and all conditions shall be construed in the favor of the City. ADDITIONAL INFORMATION: City may request any other information necessary to determine Proposer's ability to meet the minimum standards required by this RFP.